Loading...
HomeMy WebLinkAboutContract 49846 CITY City Secretary stmetion CONTRACT NO. qqj�4 � �� D FORTWORTH Net Manager❑ PROJECT MANUAL FOR THE CONSTRUCTION OF 2017-2019 TRAFFIC SIGNAL TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS THROUGH-OUT THE CITY City Project N(r '^�4;42- L I T TriC& rl"C�' Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department June 2017 , 7. 34 s6 Q� 8� Kimley-Horn and Associates, Inc. g�� o TPBE Registered Firm No. F-928 801 Cherry Street, Unit 11, Suite 950 N -• Fort Worth, 76102 817-335-6511 �, s d Scott R. Arnold, P.E. (#96782) , .......................%t w /... SCOTT R.ARNOLD i .........................:...y� 86782 ' �� :••.4p.: S iYONAL OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX FORTWORTH. '1101 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication .90 ()� 45 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 0043 37 Vendor Compliance to State Law Nonresident Bidder 004526 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 34-Transportation 3441 10 Traffic Signals 3441 13 Removing Traffic Signals 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proieclpoint.buzzsaw.com/client/fortworthp-ov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 -Existing Conditions 0241 13 Selective Site Demolition Division 26-Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 32 -Exterior Improvements 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1723 Pavement Markings Division 34-Transportation 3441 10.01 Attachment A—Controller Cabinet 3441 10.02 Attachment B—Controller Specification 3441 10.03 Attachment C—Software Specification 3441 11 Temporary Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs Appendix GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates Modified City of Fort Worth Specifications TxDOT Specifications(416, 686, and 687) END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised February 2,2016 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/26/2017 DATE: Tuesday, September 26, 2017 REFERENCE NO.: **C-28395 LOG NAME: 202017-2019 TRAFFIC SIGNAL TASK ORDER SUBJECT: Authorize Execution of a Unit Price Contract with Durable Specialties, Inc., in the Amount Up to $500,000.00 for Task Order Construction Services for 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-Out the City (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Unit Price Contract with Durable Specialties, Inc., in the amount up to $500,000.00 for task order construction services for 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City with a term of one year and providing for two renewal options at the earlier expiration of the funds or time. DISCUSSION: This contract will provide for construction services on an as-needed (task order) basis for the construction of traffic signal improvements such as the installation of conduit, traffic signal pole foundations, traffic signal poles and mast arms, ground boxes, signal equipment and curb ramps. The contract amount is capped at $500,000.00, but may be increased or decreased due to the amount of work ordered through change orders. The project was bid in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star-Telegram on June 29, 2017 and July 6, 2017. On July 20, 2017, one company submitted a bid as follows: CONTRACTORS BID - Durable Specialties, Inc. $3,190,000.00 Durable Specialties, Inc., has been determined to be a responsive bidder and the unit prices in the bid were compared to recent, similar projects. Staff feels the unit prices submitted by Durable Specialties, Inc., are fair and competitive. Durable Specialties, Inc., is in compliance with the City's BDE Ordinance by committing to 11 percent MBE participation. The City's MBE goal on this project is 10 percent. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget of the General Fund and in the various capital projects on a project by project basis and that prior to an expenditure being made the participating department has the responsibility to validate the availability of funds. Logname: 202017-2019 TRAFFIC SIGNAL TASK ORDER Page I of 2 FUND IDENTIFIERS (FIDS): TO Fund Departmencouni rogram ctivity Budget Reference # moun ID ID Year Chartfield 2 FROM Fund Department ccoun Project JProgram ctivity Budget Reference # �moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Samuel Werschky (6080) ATTACHMENTS 1. 101042-Bid-Tabulation-2017-07-20-Traffic-Signal-Construction.pdf (CFW lnternal) 2. Durable ComplianceMemo.pdf (CFW Internal) 3. Durable Form 1295.pdf (Public) Logname: 202017-2019 TRAFFIC SIGNAL TASK ORDER Page 2 of 2 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BDS 4 Sealed bids for the construction of 2017-2019 Traffic Signal Task Order Construction Services at 5 Various Locations Through-out the City will be received by the City of Fort Worth Purchasing 6 Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 Until 1:30 P.M. CST,Thursday,July 20,2017,and bids will be opened publicly and read aloud 13 at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: traffic signal modifications and 17 installations. 18 19 TIME PERIOD 20 The time period of this Agreement will be for one calendar year or the expiration of the funding, 21 whichever occurs last. The City reserves the right to renew the Contract for up to two (2) 22 additional time periods under the same terms, conditions and unit prices. The City shall provide 23 at least sixty(60)days' notice to the Contractor of the City's intent to renew. 24 25 PREQUALIFICATION 26 There are no prequalifications required for this project. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 30 of Fort Worth's Purchasing Division website at htt2://www.fortworthtexas.Qov/Xurchasin2/and 31 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 32 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 33 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 34 Parties Form 1295 and the form must be submitted to the Project Manager before the 35 contract will be rrPsented to the City Council. The form can be obtained at 36 https://www.ethics.state.tx.us/tee/1295-Info.htm . 37 38 Copies of the Bidding and Contract Documents will not be available for purchase. 39 40 PREBID CONFERENCE 41 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 42 BIDDERS at the following location,date,and time: 43 DATE: July 12,2017 44 TIME: 9 AM CST 45 PLACE: 5001 James Avenue, Traffic Management 46 Fort Worth,Texas 76115 47 LOCATION: Traffic Management Conference Room 48 CITY OF FORT WORTH. 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised December 22,2016 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 4 INQUIRIES 5 All inquiries relative to this procurement should be addressed to the following: 6 Attn: Kassem Elkhalil,P.E., City of Fort Worth 7 Email: Kassem.elkhalil@fortworthtexas.gov 8 Phone: (817) 392-8742 9 AND/OR 10 Attn: Scott R. Arnold,P.E.,Kimley-Horn and Associates, Inc. 11 Email: scott.arnoldna.kimla-horn.com 12 Phone: (817) 335-6511 13 14 ADVERTISEMENT DATES 15 June 29, 2017 16 July 6,2017 17 18 END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 22,2016 0021 13-1 INSTRUCTIONS TO BIDDERS Page] of 8 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2.Nonresident Bidder: Any person, firm,partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.There are no prequalifications required for this project. 35 36 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 37 38 4.1.Before submitting a Bid, each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents (including"technical data"referred to in 42 Paragraph 4.2.below). No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto, shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 47 site conditions that may affect cost,progress,performance or furnishing of the 48 Work. 49 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 8 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress,performance or furnishing of the Work. 3 4 4.1.4.Be advised that the Contract Documents on file with the City shall constitute all of 5 the information which the City will fin-nish. All additional information and data 6 which the City will supply after promulgation of the formal Contract Documents 7 shall be issued in the form of written addenda and shall become part of the Contract 8 Documents just as though such addenda were actually written into the original 9 Contract Documents.No information given by the City other than that contained in 10 the Contract Documents and officially promulgated addenda thereto, shall be 11 binding upon the City. 12 13 4.1.5. Perform independent research, investigations, tests,borings, and such other means 14 as may be necessary to gain a complete knowledge of the conditions which will be 15 encountered during the construction of the project. On request, City may provide 16 each Bidder access to the site to conduct such examinations, investigations, 17 explorations,tests and studies as each Bidder deems necessary for submission of a 18 Bid. Bidder must fill all holes and clean up and restore the site to its former 19 conditions upon completion of such explorations, investigations,tests and studies. 20 21 4.1.6. Determine the difficulties of the Work and all attending circumstances affecting the 22 cost of doing the Work, time required for its completion, and obtain all information 23 required to make a proposal.Bidders shall rely exclusively and solely upon their 24 own estimates, investigation,research,tests, explorations, and other data which are 25 necessary for fall and complete information upon which the proposal is to be based. 26 It is understood that the submission of a proposal is prima-facie evidence that the 27 Bidder has made the investigation, examinations and tests herein required Claims 28 for additional compensation due to variations between conditions actually 29 encountered in construction and as indicated in the Contract Documents will not be 30 allowed 31 32 4.1.7. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 33 between the Contract Documents and such other related documents. The Contractor 34 shall not take advantage of any gross error or omission in the Contract Documents, 35 and the City shall be permitted to make such corrections or interpretations as may 36 be deemed necessary for fulfillment of the intent of the Contract Documents. 37 38 4.2. The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 39 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means,methods, techniques, sequences or 42 procedures of construction(if any) that may be shown or indicated or expressly required 43 by the Contract Documents, (iii)that Bidder has given City written notice of all 44 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 46 etc.,have not been resolved through the interpretations by City as described in 47 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 8 1 5. Availability of Lands for Work, Etc. 2 3 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 4 access thereto and other lands designated for use by Contractor in performing the Work 5 are identified in the Contract Documents. All additional lands and access thereto 6 required for temporary construction facilities,construction equipment or storage of 7 materials and equipment to be incorporated in the Work are to be obtained and paid for 8 by Contractor. Easements for permanent structures or permanent changes in existing 9 facilities are to be obtained and paid for by City unless otherwise provided in the 10 Contract Documents. 11 12 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 13 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 14 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 15 the award of contract at any time before the Bidder begins any construction work on the 16 project. 17 18 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 19 way,easements, and/or permits, and shall submit a schedule to the City of how 20 construction will proceed in the other areas of the project that do not require permits 21 and/or easements. 22 23 6. Interpretations and Addenda 24 25 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 26 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 27 received after this day may not be responded to. Interpretations or clarifications 28 considered necessary by City in response to such questions will be issued by Addenda 29 delivered to all parties recorded by City as having received the Bidding Documents. 30 Only questions answered by formal written Addenda will be binding. Oral and other 31 interpretations or clarifications will be without legal effect. 32 33 Address questions to: 34 35 City of Fort Worth 36 1000 Throckmorton Street 37 Fort Worth, TX 76102 38 Attn: Kassem Elkhalil,P.E., Transportation and Public Works 39 Email: Kassem.elkhalil@fortworthtexas.gov 40 Phone: (817) 392-8742 41 42 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 43 City. 44 45 6.3.Addenda or cla;fications may be posted via Buzzsaw at: 46 https://projecti2oint.buzzsaw.com/fortworthizov/Infrastructure%2OProjects/101042%20- 47 %20TPW%202017- 48 19%20Traffic%20Signal%20Task%200rder%20Construction/Bid%20Documents%20P 49 ackage?public 50 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 8 1 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. 13 14 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 17 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. 21 22 8. Contract Times 23 The number of days within which, or the dates by which,Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. The City may renew this Agreement for up to two(2)additional time 27 periods under the same terms, conditions, and unit prices. The City shall provide at least 28 sixty(60)days' notice to the Contractor of the City's intent to renew. 29 30 9. Liquidated Damages 31 Provisions for liquidated damages are set forth in the Agreement. 32 33 10. Substitute and "Or-Equal" Items 34 The Contract,if awarded,will be on the basis of materials and equipment described in the 35 Bidding Documents without consideration of possible substitute or"or-equal" items. 36 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 37 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 38 City, application for such acceptance will not be considered by City until after the Effective 39 Date of the Agreement. The procedure for submission of any such application by Contractor 40 and consideration by City is set forth in Paragraphs 6.05A., 6.05B.and 6.05C.of the General 41 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 42 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 8 1 11. Subcontractors, Suppliers and Others 2 3 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 4 12-2011 (as amended),the City has goals for the participation of minority business 5 and/or small business enterprises in City contracts. A copy of the Ordinance can be 6 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 7 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 8 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 9 Venture Form as appropriate. The Forms including documentation must be received 10 by the City no later than 2:00 P.M. CST, on the second business days after the bid 11 opening date. The Bidder shall obtain a receipt from the City as evidence the 12 documentation was received. Failure to comply shall render the bid as non- 13 responsive. 14 15 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 16 or organization against whom Contractor has reasonable objection. 17 18 12. Bid Form 19 20 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 21 obtained from the City. 22 23 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 24 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 25 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 26 price item listed therein. In the case of optional alternatives,the words "No Bid," 27 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 28 written in ink in both words and numerals, for which the Bidder proposes to do the 29 work contemplated or furnish materials required All prices shall be written legibly. 30 In case of discrepancy between price in written words and the price in written 31 numerals, the price in written words shall govern. 32 33 12.3. Bids by corporations shall be executed in the corporate name by the president or a 34 vice-president or other corporate officer accompanied by evidence of authority to 35 sign. The corporate seal shall be affixed. The corporate address and state of 36 incorporation shall be shown below the signature. 37 38 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 39 partner,whose title must appear under the signature accompanied by evidence of 40 authority to sign. The official address of the partnership shall be shown below the 41 signature. 42 43 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 44 member and accompanied by evidence of authority to sign. The state of formation of 45 the firm and the official address of the firm shall be shown. 46 47 12.6. Bids by individuals shall show the Bidder's name and official address. 48 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 8 1 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 2 indicated on the Bid Form. The official address of the joint venture shall be shown. 3 4 12.8. All names shall be typed or printed in ink below the signature. 5 6 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 7 which shall be filled in on the Bid Form. 8 9 12.10. Postal and e-mail addresses and telephone number for communications regarding the 10 Bid shall be shown. 11 12 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 13 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 14 to State Law Non Resident Bidder. 15 16 13. Submission of Bids 17 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 18 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 19 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 20 envelope, marked with the City Project Number, Project title, the name and address of 21 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 22 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 23 envelope with the notation 'BID ENCLOSED"on the face of it. 24 25 14. Modification and Withdrawal of Bids 26 27 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 28 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 29 must be made in writing by an appropriate document duly executed in the manner 30 that a Bid must be executed and delivered to the place where Bids are to be submitted 31 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 32 are opened and publicly read aloud,the Bids for which a withdrawal request has been 33 properly filed may, at the option of the City,be returned unopened. 34 35 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 36 time set for the closing of Bid receipt. 37 38 15. Opening of Bids 39 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 40 abstract of the amounts of the base Bids and major alternates (if any)will be made available 41 to Bidders after the opening of Bids. 42 43 16. Bids to Remain Subject to Acceptance 44 All Bids will remain subject to acceptance for the time period specified for Notice of Award 45 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 46 City's sole discretion,release any.Bid and nullify the Bid security prior to that date. 47 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 8 1 17. Evaluation of Bids and Award of Contract 2 3 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 4 to reject any or all nonconforming, nonresponsive,unbalanced or conditional Bids 5 and to reject the Bid of any Bidder if City believes that it would not be in the best 6 interest of the Project to make an award to that Bidder,whether because the Bid is 7 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 8 meet any other pertinent standard or criteria established by City. City also reserves 9 the right to waive informalities not involving price, contract time or changes in the 10 Work with the Successful Bidder. Discrepancies between the multiplication of units 11 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 12 between the indicated sum of any column of figures and the correct sum thereof will 13 be resolved in favor of the correct sum. Discrepancies between words and figures 14 will be resolved in favor of the words. 15 16 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 17 among the Bidders, Bidder is an interested party to any litigation against City, 18 City or Bidder may have a claim against the other or be engaged in litigation, 19 Bidder is in arrears on any existing contract or has defaulted on a previous 20 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 21 Bidder has uncompleted work which in the judgment of the City will prevent or 22 hinder the prompt completion of additional work if awarded. 23 24 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 25 other persons and organizations proposed for those portions of the Work as to which 26 the identity of Subcontractors, Suppliers, and other persons and organizations must 27 be submitted as provided in the Contract Documents or upon the request of the City. 28 City also may consider the operating costs,maintenance requirements, performance 29 data and guarantees of major items of materials and equipment proposed for 30 incorporation in the Work when such data is required to be submitted prior to the 31 Notice of Award. 32 33 17.3. City may conduct such investigations as City deems necessary to assist in the 34 evaluation of any Bid and to establish the responsibility, qualifications, and financial 35 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 36 organizations to perform and furnish the Work in accordance with the Contract 37 Documents to City's satisfaction within the prescribed time. 38 39 17.4. Contractor shall perform with his own organization, work of a value not less than 40 35%of the value embraced on the Contract,unless otherwise approved by the City. 41 42 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 43 responsive Bidder whose evaluation by City indicates that the award will be in the 44 best interests of the City. 45 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 8 1 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 2 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 3 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 4 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 5 comparable contract in the state in which the nonresident's principal place of 6 business is located. 7 8 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 9 to be awarded, City will award the Contract within 90 days after the day of the Bid 10 opening unless extended in writing. No other act of City or others will constitute 11 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 12 the City. 13 14 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 15 16 18. Signing of Agreement 17 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 18 required number of unsigned counterparts of the Agreement. Within 14 calendar days 19 thereafter Contractor shall sign and deliver the required number of counterparts of the 20 Agreement to City with the required Bonds, Certificates of Insurance, and all other required 21 documentation. City shall thereafter deliver one fully signed counterpart to Contractor. 22 23 24 25 END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Durable Specialties, Inc. By: Patrick Bryan PO Box 535969 Signature: 0 Grand Prairie, TX 75053 Title: Vice-President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 072017 FT WORTH 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook(4).xls 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the FOR: City City Project No.: 101042 Units/Sections: Unit 1 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 calendar days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Form Revised 20150821 City Project No.101042 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. None 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the days specified in each task order. Work shall begin within 5 business days of receipt of task order. Additional days will be granted at the discretion of the City due to inclement weather to complete work orders. Time suspension requests for weather delays will not be required. Weather days will be determined by the Engineering Manager or Designee and will be tracked on a monthly calendar. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement and/or task order. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary g. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. it is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3 Total Bid $3,190,000.00 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Form Revised 20150821 City Project No.101042 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on 07/20/2017 by the entity named below. Respectful) s mitted, Receipt is acknowledged of the Initial following Addenda: By:_ Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Patrick C Bryan Addendum No. 4: (Printed Name) Title: Vice-President Company: Durable Specialties, Inc. Corporate Seal: �N1111111111gy� Address: PO Box 535969 gpEClq� Grand Prairie, TX 75053 �� �'Z±_ '� '0 = State of Incorporation: Texas = • fit'•. V •'� Email: Patrick(cD-DurableSpecialties.com y •••�'••..•••..••' 1984 Phone: 972-296-6324 YZI/11NN111111N����``` END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Form Revised 20150821 City Project No.101042 00 42 43 BID PROPOSAL Page 1 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 1 0241.0100 Remove Sidewalk 0241 13 SF 100_$ 1000 _-_$1,000.00 2 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA� 5 $_.6,000.00 -,.---$30,000.00 3 2605 0112 Install Elec Sery Pedestal 26 05 00 EA 2 $ _2,800.00 $5,000.00 4 2605.3014 2 CONDT RM(Riser) _ _ ._.__ _,.26 05 33 LF 100 $ .- _ 1000- $1000.00 5 2605.3015 2"CONDT PVC SCH 80 m _... ._. _. _26 05 33 LF - - --500_$ 10.00 �__--$5,000.00 6 2605 3016 2"CONDT PVC SCH 80(B) _. _._ 26 05 33 LF 500 $_ _ 22.00 _$11,000.00 7 2605 3024 3 CONDT RM(Riser) __..._..__._.__ - __ _._26 05 33 A _-LF.._._ ._._._100 -$._- ._.12.00 __..$1,200.00 8 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 LF 1500,$ _12;.00 $18,000.00 9.__._. 2605 3026 3 CONDT PVC SCH 80(B) 26 05 33 LF 1500 $ - 24.00 m___$361000:00 10 2605.3033 4"CONDT PVC SCH 80 m._„ _.. ..____ __.-_. 260533 LF 1500_$ 14.00 ___$21,000.00 11 2605 3034 4 CONDT PVC SCH 80(B) 26 05 33 LF _ 1500 $ _28.000_ $42 000.00 12 2605.5001 Multi-Duct Conduit _.._.__. _260650 LF _ 500 $ 20,00 ,.._$10,000.00 13 3213.0301 4"Conc Sidewalk 32 13 20 SF 200 $ _ ^_30.00 $6,000.00 14 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 5 $ 2,600.00 $13,000.00 15 _y 3213 0502 Barrier Free Ramp,Type U-1.__ _ _.. 321320 _EA ._.-.._..__5 $ _._2 600.00 $13,000.00 - 16 3213 0503 Barrier Free Ramp,Type M-1_ 32 13 20 EA_ 5 $ _2 600.00 $13,000.00 17 3213 0504 Barrier Free Rami Type M-2 32 13 20 EA 5_$, 2,600.00. $13,000.00 - - -.. _ 18 3213.0505 Barrier Free Ramp,Type M-3 _._ _. __ _ 32 13 20 _. EA 5_$_ _2,600.00 $13,000.00 19 3213 0506 Barrier Free Ramp,Type P-1 32 13 20 EA _. _._._._._5 $ 2,600.00 $13,000.00 --20 3213.0507 Barrer Free Ramp,Type P-2 _ ...:. _ _ _._. --- -. 32 13 20__- .-_EA._. 5_$ 2600.00 $13.000.00 21 3213 0508 Barrier Free Ramp Type C-1 32 13 20 .- _..r _... 5.$__.2.600.00 _ $13,000.00 22 3213.0509 Barrier Free Ramp,Type C 2 ._ 32 13 20 EA 5 $__,.2 $13,000.00 23 3213 0510 Barrier Free Ramp,Type G3 w_..,_.__ .. _-_ --___32 13 20 EA5 $ 2 600.00 -$13,000.00 24 3217 0001 4 SLD Pvmt Marking HAS(W� 32 17 23 LF 1.000 $__-.., 0.80._ _,_ 25 3217 0002 4"SLD Pvmt Marking HAS(Y) - 32 17 23 LF _1000 $ .__. 0.80 $800.00. 26 3217.0003 4 BRKPvmt Marking HAS_(W) 321723 LF _ 500_$ 0,80 _$400.00 27 3217 0004 4"_BRK Pvmt Marking HAS(Y)__ .. . _ n 321723- LF 100-$-. 0.60_ 28 3217 0005 4 DOT Pvmt Markinq HAS(W) _ 32 17 23 LF__ _200_$__._. 0:80 __ .__-.__$160.00 29 3217 0006 4 DOT Pvmt Marking HAS(Y)_ - _ _ 32 17 23 _ ,.. LF_. _200 $ 0.80 _$160,,.00 30 3217 0201 8 SLD Pvmt Markin HAS(1M._.� .___ _ . _ 32 17 23 LF 500 $ 1.50 -__ $750.00 31 1-7-.0-202 8 SLD Pvmt Markln0 HAS( ._._ __ ._.__._,..__._._.. .- 32 17 23 LF m 500 $ 1.50, $750.00 32 3217 0301 12 SLD Pvmt Marki�n0 HAE(W) _ ..__32 17 23 LF 1000 $ 4,00_ _ $4,000.00 32 17 23 _ LF 1000 $ 4.00 $4000.00 34 3217.0401 18"SLD Pvmt Marking HAE(W) 32 17 23 _ _ LF.__ _200 $ -6.00__,____$1,200.00 35 3217 0501 24 SLD Pvmt Marking HAE(W) _ 32 17 23 LF- 1000 $__. 8.00 _$8,000.00 36 3217.1002 Lane Legend Arrow 32 17 23 EA 10_$ 150.00_ $1_500.00 37 3217.1003 Lane Legend DBL Arrow 32 17 23 EA y�5 $._-_ ,200;00 ,,. $1,000.00 38 3217.1004 Lane Legend Only 32 17 23 EA 10 $_.__.160.00. $1,600.00 39 3217.2001 Raised Marker TY W 321723 EA 50 $ 3.00 $150.00 40 3217.2002 Raised Marker TY Y 32 17 23 EA _ 50 $ 3,00_ J$150.00 41 3217.2101 REFL Raised Marker TY I A 32 17 23 EA - - - 50_$ _ ._4.00 $200.00 42 3217.2102 REFL Raised Marker TY 1-C -_ �._. _- _._._.__.. 32 17 23 FA_. . ._. _...50_$. .4.00 43 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 50 $ 4.00 $200.00 443217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 50 $ 4,00 $200.00 - .. - __.-..--- ------ _..... - _ _45..__. 3217.4301 Remove4 Pvmt Marking__--__ - _-.-- .---_ _. 321723 LF__..� _ 1000 $ . 0.50 $500.00 -- 46 3217 4302 Remove 6 Pvmt Marking _ _._ _. 32 17 23 _ - _LF ___ __._.100 $- .0.80 ,_..- <x$80.00 47 3217,4303 Remove 8"Pvmt Marking _..__._,,__. __ ____.__ ._ .___32 17 23 LF 500.a_ _ , 1.00 _,. $500.00 48 3217.4304 Remove 12"Pvmt Marking 32 17 23 _ LF 500.$ _ 150, , $750.00 493217 4305 Remove 18"Pvmt Marking ._ .. .. _ a 32 17 23 LF 200 $ .__ 2.50 $500.00 50 3217.4306 Remove 24 Pvmt Masking __. �__.--- 32 17 23 _ _._LF_.. ..._._500 $_ _ 3.00 __-_--$1,800.00 51 3217,4307 Remove Raised Marker 32 17 23 EA 100 $ 0.30 $30.00 52 3217.4402 Remove Lane Legend Arrow 32 17 23 EA� 10 $ 40.00 _$400.00 53 _ 3217 4403 Remove Lane Legend DBL Arrow - 32 17 23 _ _ 10 $.._.__.. 55.00 _. _ $550.00 CrrY OF FORT WORTH 2017-2019 Traffic SiWW Task Oder Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUNUNTS Varian Locations Tkouo-art the City Form Revised 20120120 City Pmiea Number 101042 00 42 43 BID PROPOSAL Page 2 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 54 3217.4404 Remove Lane Legend Only __-._._ _..__ 32 17 23 EA 10.$ 25.00_ $250.00 55 3305 0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 100 _$ 100-.00 $10,000.00 56 3305.0111 Valve Box Adjustment �. 33 05 14 EA 5-$ -__1,500000 $7 500.00 57 3441.1001 3-Sect Signal Head Assmbly _ _ ..__... _ 3441 10 EA 50 $_ 11250-pp, $62,500.00 58 3441.1002 4-Sect Sinal Head Assmbly 3441 10 EA _ 50 $ 1,500.00 $75.000.00 59 3441.1003 5-Sect Signal Head Assmbly _-_34 41 10 _ _ EA .50,$ 1,850.00 $92.500.00 80 3441.1004 Relocate Signal Head 3441 10- FA 10 $ , 750.00 __. ,. $7,500.00 61 3441.1011 Ped Signal Head Assmbly __._ -_.._._ -.._.,_ 3441 10„ EA _50 $ -._900.00 _ , _$45.000.00 62- 3441.1021 2"Ped Push BTN Station W/Sign _ . _ 3441 10 EA 40_$__200µ00 ,.- $8,000.00 63 3441.1031 Audible Pedestrian Pushbutton Station 3441 10 EA 10 $ _ 2,000L00 ___$20,000,00 .._._ __. __.. . 64 3441.1209 Fumish/Install BBU System EXT Mounted 3441 10 EA 1 $ 81000 00 _ $8,000.00 65 3441.1210 Furnish/Install BBU System Stand Alone _ 3441 10 a FA 1 $ 8,500.00 _- $8,500.00 _ __..._.._ _. ------,.� fib 3441.1212 Install BBU System EXT Mounted 3441 10 EA ..___._. 1 $ _ 2,000.00 $2000.00 67 3441.1213 Install BBU System Stand Alone 3441 10 E4 _ 1 $_ .2 500.00- _..$2.500.00 68 3441.1215 Furnish/Install Hybrid Detection System 3441 10 APR __. _16 $_29 000,00 $464,000.00 69 3441.1216 Install Hybrid Detection System 3441 10 APR 16 $ ._4 000.00._ $64,000.00 70 3441.1217 Furnish/Install Hybrid Detection Cable 3441 10 LF 1000 $ _ 4.00 _$4,000.00 71 3441 1218 Install Hybrid Detection Cable 3441 10 LF 1000 $ 2._00 __$2,000.00 72 3441 1220 Fumish/Install Model 711 Preemption Detector _ 3441 10 EA _.10 $__ 1,800.00 $18,000.00 73 3441 1221 Furnish/Install Model 712 Preemption Detector 3441„10� E4 10 $ -_2,000000 $20,000.00 74 _ 3441._1222 Install Model 711 Preemption Detector 34 41 10 EA 10 $ 400.00- _ $4,000.00 75 3441.1223 Install Model 712 Preemption Detector 3441 10 EA 10 $ _.__400.00_ _$4,000.00 76 3441.1224 Furnish/install Preemption Cable __. ___... 3441 10 LF 10001_ -3.00 _,$3,000.00 77 3441.1225 Install Preemption Cable 3441 10 _LF 1000 $ _ -1_.50_. $1,500;00 78 3441.1226 Furnish/Install Model 722 Preemption Detector 3441 10 EA _ 5 $ 220000 __._ _$11 000.00 79 3441.1227 Install Model 722 Preemption Detector _. 3441 10_M EA 5 $ , 400.00 $2,000_00 80 3441.1230 Furnish/Install Radar Presence Detection Device ,._ 3441 10 APR 4_$_._8,500.00 81 3441 1231 Fumish/Install Radar Advance Detection Device 3441 10 APR _ 4 $ 8,500.00 $34,000.00 82 3441.1232 Install Radar Presence Detection Device 3441 10 APR 4 $ 1,250.00_ -,--_ $5000,00 83 3441.1233 Install Radar Advance Defection Device 3441 10 APR 4 $ 1,250.00 $5,000.00 84 3441.1234 Furnish/Install Radar Cable 3441 10 LF 1000 $ _-- 4,50 _$4,500.00 -85 3441.1235 Install Radar Cable 3441 10 LF 1000 $ 2.50 $2,500.00 86 3441.1301 Loop Detector Cable Sawcut _ 3441 10 LF _500 $ -- 9.00 $4,500.00 67 3441.1302 14 AWG Loop Detect Cable _ 3441 10_.... ._LF.._ 500.$-_ .__.1.00 _-_--$500.00. 88 3441.1309 2/C 12 AWG Mufti-Conductor Cable 3441 10 LF 2000 $ 1.00 $2,000.00 89 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 LF 2000 $ 2.00 $4,000.00 90 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441 10 LF 2000 $ _ w2 00 _$4 000.00 91 3441.1314 10/C 14 AWG Mufti-Conductor Cable 3441 10 _ LF 2000 _$._-- _3.00 _, . $6,000.00 92 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 4000 $ 4.00 $16,000.00 93 3441.1322 3/C 14 AWG Multi Conductor Cable 3441 10 LF_ 2000 $ _2.00 _$4 OOOAO 94 3441 1402 NO 6 Duplex OH insulated Elec Condi - 3441 10 LF 100 $_-__. 3.00 _` .-._$300.00 95 3441.1403 NO 6 Triplex OH insulated Elec Condr 3441 10 LF 100 $___ 3.00 _______$3.00.00 96 3441.1405 NO 2 Insulated Elec Condi 34 41 10 LF 100 $ 3.00 $300.00 97 3441.1406 NO 3 Insulated Elec Condr 34 41 10 LF 100 $ 3.00 $300.00 98_ 3441.1407 NO 4 Insulated Elec Condr 3441 10 LF_ 100 $ 2.50_ 99 3441 1408 NO 6 Insulated Elec Condr 3441 10_ LF -29q-;, 100 3441.1409 NO 8 Insulated Elec Condi . _ ._._ 3441 10 _ LF ..., 500_$_ ^1,50 --_- -__ $750.00 101 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 200 $ 1.00 $200.00 102 3441.1411 NO 12 Insulated Elec Condr 3441 10 LF 100 $ 1.00 $100.00 34 103 41.1413 NO 6 Bare Elec Condi SLD _u 3441 10 LF 100-$ . .. 1.50 _ -__$150.00 .-- --- __.__..- .1414 NO 8 Bare Elec Condi _. _._ ...- --__.. _ _ w34 41 10_--- ._LF 2000 _$ ..1_.50_. ----$3,0OO.OQ 104. 3441-..__. _ ..._. _„__... .._.. _ . .. 105.... 3441.1501 Ground Box Type B_.. -_3441 10_ _ ..._ 5 $___..750.00_ _.$3,750.00 108j 3441.1502 Ground Box Type B,w/Apron 34 41 10 _ .._E'°�._ _ ._._ 20.$ ..-900.00_ - -.__$15000.00 CITY OF FORT WORTH 2017-2019 Tmffic Signet Task OMa Cons[mcti®Smices at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Varian Lomb=Throughout the City Form Revised 20120120 City Project Number 101042 00 42 43 BID PROPOSAL Page 3 of 9 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid Unit Price Bid Value No. Description Section No. Measure Quantity 107 3441.1503 Ground Box Type D,w/Apron_ 3441 10 EA 20.$. __930,00 $18,600.00 108 3441 1504 Ground Box Type AS(TxDOT),w/Apron 3441 10 EA 1 $ 3,200.00 $3,200.00 109 3441.1505 Ground Box Type DS(TXDOT),w/Apron _ w 3441 10 EA 1 $ 4,800.00 _ $4,800.00 11.0 -_ 3441 1601 Furnish/Install 5 Pedestrian Push Button Pole_-m 3441 10FA 10_$ 1 100.00 _$11,000.00 111 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly _ 34 41 10 EA _ _ 20 $_ 1,250.00 _$25.000.00 112 3441.1604 Install 5'Pedestrian Push Button Pole _ 3441 10 EA 10 $ 400.00 _$4,000.00 113 3441.1606 Install 10'-14'Ped Pole Assmbty 3441 10 FA 20_$-._ _450.00 $9,000.00 114 3441.1611 Furnish/Install Type 41 Signal Pole 3441 10 EA 10 $ _ 3200.00- __-_ $32,000.00 115 3441 1612 Furnish/Install Type 42 Signal Pole . ... 3441 10 FA 10 $__-32000.00 $30,000.00 _ _._ 116 3441.1613 Furnish/Install Type 43 Signal Pole 3441 10 EA 10 $_ 3&00.00 $36,000.00 117 3441.1614 Fumish/Install Type 44 Signal Pole 3441 10 EA 10 $_ 3,400.00 $34,000.00 118 3441.1615 Furnish/Install Type 45 Signal Pole _ 3441 10 EA 10 $ 5,200.00 - $52,000.00 119 3441.1616 Fumish install Type 46 Signal Pole 34 41 10 ., FA N _ 10 $ 5,000.00 $50,000_00 _ _..__ g Type 41 Signal Pole 34 41 10 LLY EA 10 $ 0 .-__ 700_0 120 3441.1617 Install TYP !__ $7, 000 00 . 121 3441.1618 Install Type 42 Signal Pole 34 41 10 EA 104 „-_-_700.00 _ _$7,000.00 122_ 3441.1619 install Type 43 Signal Pole r. 3441 10 EA W 10 $ 700.00 _$7,000.00 123 3441.1620 Install Type 44 Signal Pole 3441 10 EA 10 $__ ,700.00- -___ $7,000.00 124 3441.1621 Install Type 45 Signal Pole 3441 10 EA 10 $-_ _ 700.00 $7 000.00 125 3441.1622 Install Type 46 Signal Pole 3441 10 ,FA 10 $-_ ._7P0.00 _ $7,000.00 126 3441.1701 TY 1 Signal Foundation 9 _ 3441 10 r EA 10 $ 1200.00_. $12.000,00 127 3441.1702 TY 2 Signal Foundation 3441 10 EA 10_$ 1 300.00 13 000.00 128 3441.1703 TY 3 Signal Foundation 3441 10 EA 10 $__ 2,600.00 _ $26,000.00 129 3441.1704 TY 4 Signal Foundation _ 3441 10 EA� 10_$ _3200.00 " $32,000.00 130- 3441.1705 TY 5 Signal Foundation . . 3441 10 EA 10 $ 3,300.00 -- _$_33.000.00 131 3441_1713 Signal Cabinet Foundation_3521 y m _ 34_41 10 FA 5_$ 2,500.00 _._ _$12,500.00 132 3441.1714 Signal Cabinet Foundation-350i 3441 10 FA 1 $___3,000-00 _$q,000.00 133 3441.1715 Signal Cabinet Foundation-352i&BBU _ 34 41 10 EA2" r 1 $ 700.00 $2,700.00 134 3441.1716 Signal Cabinet Foundation-3501&BBU 34 41 10 EA 1 $" _3200.00 $3.200,00 135 3441 1725 Furnish/Install ATG Signal Controller(LDX) 3441 10 EA 5 $ 4 000.00 _ ._ $20,000.00 136 3441.1726 Install ATC Signal Controller 34 41 10 EA 5-$ 1_400.00 __ ..$7,000.00 137 3441 1741 Furnish/Install 352i Controller Cabinet Assembly 34 41 10 FA _ 5 $_18,000.00 _.__,_$90,000_00 . _- .--- _ _ ____.__._-_._. - __ 138 3441.1742 Install 3521 Controller Cabinet Assembly 3441 10 FA 5 $ $25,000.00 139 3441.1743 Furnish/Install 3501 Controller Cabinet AsBern 3441 10 FA 1- $- 23,000.00 - $23,000.00 140 3441.1744 Install 350i Controller Cabinet Assembly _ 3441 10 EA 1 $ 6,500,00 _ $6 500.00 141 3441.1.831 School Zone Flasher Assembly(Solar) 3441 10 EA 1 _$ 8,500.00 _$8 500.00 142 3441.1832 Relocate School Zone Flashing Assembly(AC) _ 3441 10 EA 1 $ 5 000.00_. -;§1990-00 143 3441.1833 Relocate School Zone Flashing Assembly(Solar) 34 41 10 EA 1 $ _5,000.00______ $5.0. 00,00 144 3441.1834 Remove School Zone Flashing Assembly(AC)_ 3441 10 EA_ 1 $ -_ 500.00_ __. __$500.00 145 3441.1835 Remove School Zone Flashing Assembly(Solar) 3441 10 FA 1 $ _ 500.00 $500.00 146 3441 1840 RRFB Assembly Single Sided(AC) 3441 10 EA„ 1 $_ 10 800.00 $10,800.00 147 3441.1841 RRFB Assembly Single Sided(Solar) 3441 10 EA 1 $,_11.500;00_ , 148 3441 1842 RRFB Assembly Double"Sided(AC) 3441 10 - EA 1 _$ 12 800.00 _.$12,800.00 149 -_ 3441.1843 RRFB Assembly Double Sided(Solar) 3441 10 FA 1_$ 13500.00 ___.$1,3 590,00, 150 3441.1844 Relocate RRFB Assembly Single Sided(AC) 3441 10- "_ FA 1 $ __5,000.00 _ _ __,-$5,000-.-00 151 3441.1845 Relocate RRFB Assembly Single Sided(Solar) 34 41 10 EA 1 "$ 4,50000 $4,500,00 _ --. - _ 152 3441.1846 Relocate RRFB Assembly Double Sided(AC) 34 41 10 FA 1 $ _5,000.00 $5,000.00 153 3441.1847 Relocate RRFB Assembly Double Sided(Solar) 3441 10 FA 1 $ _5,000.00 _ _ $5,000.00 154 3441.1848 Remove RRFB Assembly Single Sided(AC) 3441 10' FA 1 $ _ 500.00 $500.00 155 3441.1849 Remove RRFB Assembly Single Sided(Solar) 3441 10 FA 1 $ 400.00 $400.00 156 3441.1850 Remove RRFB Assembly Double Sided(AC) 3441 10 FA 1 $ _ 500.00- _ _ -_.$500.00 157 3441.1851 Remove RRFB Assembly Double Sided(Solar) 3441 10 EA 1 $ - 400_00 $400.00 158 3441.1901 Powder Coat Sig Pole and MA 16'-36' _.._ .r _.._.._3441„10._._ - EA __ 1 $-_1,100.00 _._$1,100.00 159_ _-_3441.1902 Powder Coat Sig Pole and MA 40' 48'-___ 34 41 10 FA -1 $ 1 500.00, _-- _ _$1,500.00 44 160 31.1903 Powder Coat Sig Pole and MA 52'-60' _ a 34-41-10-- EA_ 1 $ $2,200.00 CITY OF FORT WORTH 2017-2019 Traffic Sigod Tads 01der Constrvctim Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vans Lorabws Tbrmsh-m the City Form Revised 20120120 City Prcica Number 101042 DO 42 43 BID PROPOSAL Page 4 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit Of Bid Unit Price Bid Value No. Section No. Measure Quantity 161 3441.1904 Powder Coat Ped Pole 3441 10 EA 1 $ 330.00 $330.00 162 3441.1905 Powder Coat Ped Pushbutton Pole 3441 10 EA 1 $ 300-00 $300.00 ----------- ­­­I—- 163 3441.1910 Paint Sig Pole and MA 16'-36 3441 10 EA- 1 $,__2,000.00 $2,000.00 164 3441.1911 Paint Sig Pole and MA 40'-48' 3441 10 EA 1 $ 2,200.00 $2,200.00 165 3441.1912 Paint Sig Pole and MA 52'-60' -34-4110-- -EA,---- ---------I-$-,--3,000.00 ---- $3-000-.00 166 3441.1913 Paint Ped Pushbutton Pole 3441 10 EA 1 $ 550.00 $550.00 167­­-3441.2001, -Salvage Traffic'Signal34 41 13E 5 ­-- A--­- _;,QQQ-PQ $15,01001,00 168 3441.2002 Dispose of Full Traffic Signal N 3441 13 LS 5 $ 4,000-00 $20,000.00 169 3441.2003 Dispose of Pole and Mast Arm Assembly 3441 13 EA 4 $ 800.00 $3,200.00 170 3 44 3 1000 $ 4.00 $4,000.00 1 oil__Span Wire 3/16" 34 171 3441 3012 Span Wire 1/4" 3441 11 LF 1000 $ 4.00 $4,000.00 172 3441.3013 Span Wire 5116" 3441 11 LF 1000_$ 4.00 $4,000.00 173 3441.3014 Span Wire 3/8" 3441 11 LF 1000 $ m.4.Q0 -,$4,.0-00.0.01 174 3441.3051 Furnish/Install LED Lighting Fixture(137 watt ATB2 34 41 20 EA Cobra_Head).---_--- 5 $ 1,000,00 __$51000.00, 175 3441.3321 Furnish/Install 40 Wood Light Pole 34 41 20 EA 1 $ 2,500.00 $2,500.00 176 3441.3323 Fumish/Install 8'Wood Light Pole Ann 34 41 $ 1,200,00 $l1Z9Q--Pq - ------20 EA 1- 177 3441.3331 30'Timber Pole CL 2 3441 11 EA 1 $ 2,000.00 $2,000.00 178 3441.3332 35'Timber Pole CL 2 3441 11 EA 1 $ 2,200.00 179 3441.3333 40'Timber Pole CL 2 3441 11 EA 1 $ 2,500.00- $2,500.00 180 3441.3334 50 Timber Pole CL 2 3441 11 EA 1 $ 4000 00 $4,000.00 181 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 34 41 30 EA 25 $ 300.00 $7,500.00 182 3441.4002 Fumish/Install Alum Sign Ground Mount TxDOT Sid. 34 41 30 EA 10 $ 700.00 $7,000.00 183 3441.4003 Fumish/Install Alum Sign Ground-MountUy it Std. 34 41 30 EA 10 $-11,- 500.00 -j5,900.00 _ 184 3441.4004 Fumish/Install Alum Sign Ex.Pole Mount 3441 30 EA 10 $ 300.00 $3,000.00 185 3441.4005 Install Alum Sign Mast Arm Mount .3441 30 EA 25 $ 150.00 $3,750.00 186 3441.4006 Install Alum Sign Ground Mount 34 41 30 EA 10 $ 150.00 $1,500.00 187 3441,4007 Install Alum Sign Ex Pole Mount 3441 30 EA 10 $ ?Qq:pq- l2t000.00 188 3441.4108 Remove Sign Panel and Post 34 41 30 EA $250.00 189 3441.4109 Remove Sign Panel 3441 30 EA 20 $ 10.00 $200.00 190 3441 4110 Remove and Reinstall Sig 3441 30 EA 10,1---A09- $5000 00 191 3441.6001 HAWK Signal Beacon 3441 16 EA 10 $ 2,000.00 $20,000.00 192 3441.6002 HAWK Signal Controller and Cabinet 3441 16 EA 1 $ 61500.00 $6,500.00 193, 3441,7001 2 PAIR SMFO Cable 34 41 50-11 LF 100 1200- 194 3441.7002 12 PAIR SMFO Cable 3441 50 LF 4.00 $1,400.00 195 3441.7003 24 PAIR SMFO Cable 344150 LF 100 $ 16.00 $1,600.00 196 3441.7004 48 PAIR SMFO Gable 34 41 50 LF 100 $ 18.00 $1,800.00 197 3441.7005 96 PAIR SMFO Cable 3441 50 LF 100 $ 22.00 $2,200.00 198 3441.7006 144 PAIR SMFO Cable 34 41 50 LF 100 $ 24.00 $2,400.00 199 9999.0001 Furnish/Install 16 ft Mast Arm 3441 10 EA 1 $ 1,400.00 $1,400.00 200 9999.0002 Furnish/Install 20 ft Mast Arm 3441 10 EA I $ 1.600.00 $1,600.00 I - --­---------- ----------- 201 9999.0003 Fumish/Install 24 ft Mast Arm 3441 10 EA 1A 18 .00 $1,800.00 _ 202 9999.0004 Fumish/Install 28 ft Mast Arm 3441 10 EA 1 $ 2,000.00 $2,000.00 203 9999.0005 Furnish/Install 32 ft Mast Arm 3441 10 EA 1 $ 2120 V,200.00 204 9999.0006 Fumish/Install 36 ft Mast Arm 3441 10 EA 1 $ 2.600.00 $2,800.00 205 9999.0007 Furnish/Install 40 ft Mast Arm 3441 10 EA 1 $ 2,800.00 $2,800.00 206 9999.0008 Furnish/Install 44 ft Mast Arm 3441 10 EA 1 $ 3,200.00 $3,200.00 207 9999.0009 Furnish/Install 48 ft Mast Arm 3441 10 EA 1 $ 3,600.00, $3,600.00 208 9999.0010_Fumish/Install i -52-ft'--Mast-A' r-m,- 3441 10 EA 1 $ $4,200,00 209 9999.0011 Furnish/Install 56 ft Mast Arm 3441 10 EA 1 $ 4,600.00 $4,600.00 ---------- 210 9999.0012 Furnish/Install 60 ft Mast Arm 3441 10 EA 1 $ 5,000.00 $5,000.00 211 9999.0013 Install 16 ft Mast Arm 3441 10 EA 1 $ 700.00 $700.00 212 9999.0014 Install 20 ft Mast Arm EA 1 $ 700.00 $700.00 .2-13- 9999.00-1.5.Install-24.1 Mast-Arm-1-1----­­ 1 700.00 $700.00 C[TY OF FORT WORTH 2017-2019 Tfdk SipW Task Order Consnuctim Services at STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Varioea Locau=nwuod the city Form Revisal 20120120 City Project Naha 101042 ,k 42 4> BID PROPOSAL Ps}ge J rf� SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Section No. Measure e Unit Price Bid Value No. 214 9999.0016 Install 28 ft Mast Arm 3441 10 EA 1 _$ 700.00 $700.00 215 9999.0017 Install 32 ft Mast Arm 3441 10 EA 1 $ 700.00 $700.00 216 9999.0018 Install 36 ft Mast Arm 3441 10 EA 1 $ 700.00 $700.00 217 9999.0019 Install 40 ft Mast Arm 3441 10 EA 1 $ 700.00 $700.00 Y18 9999.0020 Install 44 ft Mast Arm 3441 10 EA 1 $ 700.00 $700.00 219 9999.0021 Install 48 It Mast Arm 3441 10 EA 1 $ 700.00 $700.00 220 9999.0022 Install 52 ft Mast Arm 3441 10 EA 1 $ 700.00_ $700.00 221 9999.0023 Install 56 ft Mast Arm 3441 10 EA 1 $ 700.00 $700.00 222 9999.0024 Install 60 ft Mast Arm 3441 10_ EA _ 1 $ _--- 700.00_ 223 9999.0025 Replace 3-Section Signal Head(Remove and 3441 10 EA Fumish/Install Newt-_ --_ „_-,- ., ,_ 10 $ 1,80_0.00 _$18,000.00 224 9999.0026 Replace 4-Section Signal Head(Remove and 3441 10 EA Furnish/Install New). _ _. __- . .,_ _ 10_$ .2,200.00- $22,000.00 225 9999.0027 Replace 5-Section Vertical Signal Head(Remove and 34 41 10 EA Fumish/Install New)_ __ 10 $. _2,6001.00 - $26,000.00 226 9999.0028 Replace 5-Section Doghouse Signal Head(Remove and Fumish/Install Newt _ - 41 10 V 10 $ __2,750.00 _ _$271500.00 227 . 9999.0029_Relocate Metro Street Name Sign_- ,- „....... _ _-_00.00 00-m, „EA . -._-_- --5 $ _200,00 _ _$1,000.00 228 9999.0030.Remove Metro Street Name Sign. ._ _00 00 0.0-y_ EA - _. __ 5 $ _ _ _50.00 _$250.00 229 9999.0031 Replace Metro Street Name Sign with Molly(Remove 00 00 00 EA and Fumish/Install_NewZ_.. ,_. 5 $_ 500.00 __;2,500.00 230 9999.0032 Furnish„and Install_Metro,Sign_Cantilever Arm 00 00 00EA _ _ 5_$ 1,200.00 $6,000.00 231 9999.0033 Install Metro-Ann Canitlever Arm(City Fumishedl00 00 00. EA _ _5 $_ -_ 400.00 _$2,000.00 232 9999.0034 Relocate Mast Arm or Pole Mounted Regulatory Sign 00 0000 EA ___.__-._ _._ .__ . _. _- __-_. -or -_.- ._ _ 5-$, 150.00 _. _$750.00 233 9999.0035 Remove Mast Ann or Pole Mounted RegulatorySign 00 00 00 EA 5 $-- - 25.00. .. _ _.$125.00 234 9999.0036 Replace Regulatory Sign(Remove and FumishAnstall 00 00 00 EA - New)_- --- -- - _5 $- -..250.00 $1,250.00 235 9999.0037 Install 3-Section Signal Head Assmbly(City Furnished) 3441 10 EA 10 $ 650.00 $6,500.00 236 9999.0038 Install 4-Section Signal Head Assmbly(City Furnished) 3441 10 EA 10 $ 650.00 $6,500.00 237 9999.0039 Install 5-Section Signal Head Assmbly(City Furnished) 3441 10 EA 650.00 _$6,500.00 238 9999.0040 Install 5-Section Signal Head Assmbly Doghouse(City 3441 10 EA Furnished)._ 10_$ .__750-00_ _ _ $7,50000 239 9999.0041 Install Ped Signal Head Assmbly(City Fumished 34 41 10 EA 10 $ 350;00. $3,500.00 _ -- 240 9999.0042 Install Ped Sig Head Retrofit LED Insert(City _ Furnished) _._ .. _. - _ _ 34 41 10 EA 10 $_ _. _175_00 $1,750.00 241 9999.0043 Install 2"Ped Push Btn Station w/Sign(City Furnished) 3441 10 EA 10,$ - 100.00 $1,000.00 242 9999.0044 Install Audible Ped Pushbutton Station(City Furnished) 34 41 10 EA 10 $.- _200.00 243-_. 9999.0045XXXX Install Ground Box Type,B(City FumishedJ__-. ._ 3441 10 EA.- --_ _ _ 1 $ 500.00 $500,00 244 9999.0046 Install Ground Box Type B,w/Apron(City Furnished) 3441 10 EA 1 $ 575.00 $575.00 245 9999.0047 Install Advanced Warning Flasher Assmbly(ELEC) (City Fumished) _. - - _- .- . _. _ _, - 41 10-_. EA. _ _ - _ 1 .S._ 2,500.00 - $21500.00 246 9999.0048 Install Advanced Warning Flasher Assmbly(Solar)(City 3441 10 EA _ Furnished) _ 1__$_ 2,000.00 $2,000.00 247 9999.0049 Install Advanced Warning Flasher Beacon(City Furnished)_ - _ 34 41 10 EA A 1 $,_ 3,500_.00 $3,500.00 248 9999.0050 Furnish/Install PED Pole Base Only W/Ground Lug 3441 10 EA 1 $ 650.00 $650.00 249 9999.0051 Install PED Pole Base Only W/Ground Lug(City Furnished) - 34 41 10 EA- 1 300.00. -- _ $300.00 250 9999.0052 Fumish/Install 10'-14"Alum Pole Only 34 41 10_ _--EA-- 300,009 0 _ $300,00 251 999053 Install 10'-14"Alum Pole Onl)r(City Fumished)- 34w41 10EA 1 $ 150.00 $150.00 CITY OF FORT WORTH 2017-2019 Traffic S*W Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locarims Throughout the City Form Revised 20120120 City Project Number 101042 00 42 43 BID PROPOSAL Page 6 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 252 9999.0054 Furnish/Install 4-1/2"Cap Only(PED Pole) _ 3441 10i EA 1 $_,30:00 _-.- $30.00 253 9999.0055 Install 4-1/2"Cap(PED Pole)Only(City Furnished) m 34 41 10 EA 1 .$ __ 10.00 _ $10.00 _._ __ _. 254 9999.0056 Furnish/Install Astro _Bracket(3 Sec 3V Head) 3441 10 EA 1 $. _200._00 $200.00 255 9999.0057 Install Astro Bracket(3 Sec Sig Head)(City Fumished) 3441 10 EA 1 $ 50.00 _ $50,00 256 9999.0058 Fumish/Install Astro Bracket(4 Sec Sig Head) 3441 10 EA 1 $ 225.00 $225.00 257 9999.0059 Install Astro Bracket(4 Sec Sig Head)(City Fumished) 3441 10 EA 1 $ 50.00- __$50,00. 258 9999.0060 Fumish/Install Astro Bracket(5 Sec Sig Head) 34 41 10 EA 1 $ 250.00 $250.00 259 9999.0061 Install Astro Bracket(5 Sec Sig Head)(City Fumished) 3441 10 EA - .1 $ ._50._00 $50.00 260 9999.0062 Furnish/Install FEBN-81-81-BA(TXDOT Non-Fused 3441 10 EA Breakaway.Connectors)_ _- 1 $ _ 100.00_ $100.00 261 9999.0063 Install/Reinstall Screw-In Foundation(City Fumished) 3441 10 EA 1 $_ 1,000.00 . _ _$1,000.00 262 9999.0064 Fumish/Install Terminations 3M R/Y Wire Nut 3441 10 EA__ 1 $ 100.00 $100_00 263 9999.0065 Fumish/Install Wet LocationTerminations(NSI ESSLK- 3441 10 EA 2/0) 1 $ 500.00 $500.00 264 9999.0066 Install 30 Timber Pole(CL 2)(City Fumished) 3441 10 - EA 1 $ 600.00 265 9999.0067 Install 35'Timber Pole(CL 2)(City Fumished) 3441 10 EA 1 $_ 600.00 $600.00 266 9999.0068 Install 40'Timber Pole(CL 2)(City Fumished) 3441 10 EA 1 $_ 700.00 $700.00 267 9999.0069 Install 50'Timber Pole(CL 2)(City Fumished) 34 41 10 EA _ 1 $ _ 800.00 ___$800.00 268 9999.0070 Install Span Wire(1/4")(City Fumished) 3441 10 LF 100 _$ _ 2.00_ __-. $200.00 269 9999.0071 Install Span Wire(5/16")(City Fumished) 344110 LF 100 � _2.00 _ $200.00 270 9999.0072 Install Span Wire(3/8')(City Fumished) 3441 10 LF 100 ,$ 2.00__ $200.00 271 999_9.0073 Furnish/Install Dead End for STL Span Wire(1/4") 3441 10 _ ^EA 1 $ _ ,100.00_ $100.00 272 9999.0074 Fumish/Install Dead End for STLSpan Wire(5/16") - 3.41411110-n EA 1 $ 100.00 . __ $100.00 273 9999.0075 Fumish/Install Dead End for STI-Span Wire(3/8) 3441 10 EA 1 $ 100.00 $100.00 274 9999.0076 Install Dead End for STI-Span Wire(1/4')(City 3441 10 EA Fumishedl.-- --_ _ 1 $ _ __30.00 $30.00 275 9999.0077 Install Dead End for STI-Span Wire(5/16")(City Furnished)--- _ _..__._.__.. ..-- __----_--_-- _ 3441 10 EA 1 $- 30.00 $30.00 276 9999.0078 Install Dead End for STI-Span Wire(3/8")(City 3441 10 EA Furnished) 11$ 30.00 _ $30.00 277 9999.0079 Install RRFB Single Sided Solar(City 3441 10 EA Fumished)(Foun_dation Separate). -__ _�-_ - _._ _ 1 $ 850.00 $850.00 278 9999.0080 In RRFB Double Sided Solar(City 3441 10 EA Fumished)(Foundation Separate)_ _ _ 1 $ _1,000.00_ _-__$1,000.00 279 9999.0081 Install RRFB Single Sided Elec(City 344110 EA Fumished)(FoundationSep1 $ 1,000.00 $1,000.00 arate) _ _ ._- _..._ _.._... -- _ _ _ _ _ . 280 9999.0082 Install RRFB Double Sided Elec(City 3441 10 EA Fumished)(Foundation Separate)_ 1 $ 1,250.00 $1,250.00 - p. _..... 281 9999.0083 Install Back Plate on Existing Signal Head(City _ Fumished) 3441 10 EA 1 $ ,350_00 $350.00 282 9999.0084 Remove Foundation 2'Below Grade N _u 3441 10 EA _ 5 $_._ 500.00 $2,500.00 283 9999.0085 Furnish/Install School Zone Driver Feedback Assmbly 3441 10 EA 20'(EIEC) .._._ T _. _--. 1 $ _10,000.00 $10,000.00 284 9999.0086 Furnish/Install School Zone Driver Feedback Assmbly 3441 10 EA _ 20'(SOLAR) -_ 1 $_ 12,000.00 $12,000.00 285 9999.0087 Install School Zone Driver Feedback Assmbly 20'(ELEC)(CityFurrished)(Foundation Separate)34 41 10 EA 1 $ 2,000.00 __-_-$2,000.00 286 9999.0088 Install School Zone Driver Feedback Assmbly 20 (SOLAR)(City Furnished)_(Foundation Separate) 3441 10 TEA 1 $ 3,000_00 _ $34000.00 287 9999.0089 Fumish/Install LED Single Indication(Color&or Color _ __ W/Arrow)(R or Y or G) m� - 3441 10 EA 10 $ .110.00 $1,100.00 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Coosuvoim Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Varian Lactims Throagb-M the City Fom Revised 20120120 City Project N=ba 101042 DO 42 43 Bra PROPOSAL Page 7 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. DescriptionSpecification No. Measure Quantity Unit Price Bid Value 288 9999.0090 Install LED Single Indication(Color&or Color _. .....- W/Arrow)(R or EA Y or G)Pty Fumished) __... --_ 3441_� ._ _ 10_$ __._._60.00 $600.00 289 9999.0091 Install Channelizatlon FG300 Curb System 3441 10 _ LF 100 $_ _ 40.00 -- -$4,000.00 290 9999.0092 End of Road Barricade Installation(Type III Barricade 8' 3441 10 EA 1 $ 1,000.00 .._--__$1,000.00 291 9999.0093 Lane Legend Railroad(RR) 3441 10 EA 292 9999.0094 Furnish 74"Gusseted Tube for 5-Sect Signal Head 3441 10 EA 1 $ _ 100.00 $100.00 293 9999 0095 Furnish/Install Hybrid Detection System_ 344110 APR 4 $._-29.000.00 $116.000.00 - - -- _ 294 9999 0096 Install Hybrid Detection System(City Furnished) _ 34 41 10 APR 4 $ 4,000.00 ._ $16,000.-Ir00 295 9999 0097 Furnish/Install Hybrid Detection Cable 3441 10 LF_ 1000 _$ 4.00 $4,000.00 296 9999 0098 Install Hybrid Detection Cable(City Fumished) 3441 10 LF 101 a_._._ 2.00___ _ _$200.00 -- - _ 297 9999.0099 Furnish/Install 8"Raised Pavement Marker TY W 3441 10 EA 10 $ 60,00 $600.00 298 9999.0100 Furnish/Install 8"Raised Pavement Marker TY Y 3441 10 EA 10 $ _ _60.00 5600.00 299 9999.0101 Furnish/Install 3-Section Signal Head with Bimodal 3441 10 EA _.Lens ._ _ ..-_..__.. ..__- _....a._.__ .__.._..._,, _ .-. ._-. _ 10 $.__.-2 500.00 525,000.00 300 9999.0102 Remove Molly Logo Sign__ _-._ 3441 10 EA _ _ 10.$.--__ 50.00, $500.00 301 9999 0103 Relocate Molly Logo Sign -.v.. r 3441 10 EA 10 $ T_ 100,00 $1,000.00 302 9999.0104 Furnish and Install Portable Arrow_Board 3471 10 DAY _ 10_$,. -- 300.00- .-_ $3,000.00 303 9999.0105 REMOVAL OF CONDUIT - TxDOT 690 LF 100 $ 1.00 $1QQ.00 304 9999.0106 REMOVAL OF GROUND BOXES TxDOT 690 EA _ 10 $ 150.00 $1,500.00 305 9999.0107 REPLACE OF GROUND BOXES TxDOT 690 EA 10 $ 1,000.00 $10,000.00 306 9999.0108 INSTALL OF GROUND BOXES TxDOT 690 EA na 5 $__-- 300.00 $1,500.00 307 9999.0109 REMOVAL OF CABLES TxDOT 690 LF 100 $ 1.00 $100.00 308 9999.0110 REPLACE CABLES(REMOVE AND INSTALL)2/C 12 TxDOT 690 LF AWG _.-..__.__. . 500 $_..-_ _200. $1000.00 _ _..._ - 309 9999.0111 REPLACE CABLES(REMOVE AND INSTALL)5/C 14 TxDOT 690 LF -- AWG_.. .__. ...__. . __ _._500..$_. _.__.3,00 $1,500.00 310 9999.0112 REPLACE CABLES(REMOVE AND INSTALL)7/C 14 TxDOT 690 LF _5 _ _ 00 _. .._. :_. AWG..... ........ .. .. ._ _ ___-._ .____I _,. _ ...._ . _. _.._ _._..__- -. _ _ __ I'll, 311 9999.0113 REPLACE CABLES(REMOVE AND INSTALL)10/C 14 TxDOT 690 LF AWG--- .._ - --. _ ._..... _--_ __.._---_..___ _ _., _--500..$_ 5 ._-- _00 312 9999.0114 REPLACE CABLES(REMOVE AND INSTALL)20/C 14 TxDOT 690 LF _.._ _ AWG_..__.__._ __.... _._,.. _____. ___.. � ._._._.._._.. __..... __... _..- _ .... __. .._. 500 $__----,-,,6.00 $3000.00, 313 9999.0115 REPLACE CABLES(REMOVE AND INSTALL)3/C 14 TxDOT 690 LF AWG _. _-.- ._ ._._: .___. _.. -_.._ .., _._ ____... _.__. _ _._._ _500-_$.__ _ 2.00 .- $1,000.00 314 9999.0116 REMOVAL OF SPAN CABLE ASSM TxDOT 690 LF_ 2.00 $ 1.00 $200.00 315 9999.0117 REMOVAL OF TIMBER POLES TxDOT 690 EA 1 $ 300.00 $300.00 316 9999.0118 REPLACE OF TIMBER POLES TxDOT 690 EA 1 $_.._3,000.00 _ $3,000.00 317 9999.0119 REMOVAL OF SIGNAL HEAD ASSM TxDOT 690 EA 10 $ 100.00 $1,000.00 318 9999.0120 REPLACE OF SIGNAL HEAD ASSM _ TxDOT 690 EA 10 $ _-21000 00 $20,000.00 319 9999 0121 REMOVAL OF SIGNAL RELATED SIGNS TxDOT 690 EA 10_$_ -_50.00 -.__$500.00 320_._ 9999 0122.REPLACE OF SIGNAL RELATED SIGNS _ 7xI5&646 EA10 $ 300.00_ $3,000.00 321__.- 9999.0123 REMOVAL OF PEDESTRIAN PUSH BUTTONS TxDOT 690 __EA__ _�.__10 $_,.__,_, 10,00 _.._._ $100.00 322- 9999.0124 REPLACE OF PEDESTRIAN PUSH BUTTONS _TXDOT 690--. ,_EA_ ___,.10-,5_, 3,00.00-. .w_ _$3,000,00 323 9999,0125 REMOVAL OF TRAFFIC SIGNAL POLE FND TxDOT 690_ LF__ 10 $ _500.00 _$5,000.00 324. 9999 0126 REPLACE OF TRAFFIC SIGNAL POLE FND _. _TxDOT 690LF_ _10 $ 3 500.00 $35,000.00 325- ,.,.9999 0127 REMOVAL OF CONTROL CABINET(GRND MNT).. TxDOT 690., EA _. _ 1 $-. 500_00-„ $500.00 326 .- 9999 0128 REPLACE OF CONTROL CABINET(GRNDMNTZ_ _ TxDOT_690__. EA.-.,,. __ ___.- 1 $ 20,000.00 $20,000.00 327 9999.0129 REMOVAL OF FLASHER CABINET TxDOT 690 EA 1 $._ _ 200.00- $200.00 328 9999 0130 REPLACE OF FLASHER CABINET __- TxDOT 690 EA- 1 $ 6 500.00,._ $6,500.00 329 9999.0131 REMOVAL OF RDSD FLSH BEACON ASSM _TxDOT 690 EA 1 $__ __500.00 __.,, $500.00 __330_._9999.0132 REPLACE,OF RDSD FLSH BEACON ASSM_ _ TxDOT 690 _EA- 1 $ 12,000.00 $12,000.00 331 9999.0133 REMOVAL OF SIGNAL POLE ASSM_._ _ -__ TxDOT 690 EA .,, 1_ $ 5 00000- _ _,$5,000.00 332 9999.0134 REPLACE OF SIGNAL POLE ASSM TxDOT 690 EA _ .1 _$ 71500A0 __$7500.00, 3_33. _9999 0135 REMOVAL OF CONCRETE FOUNDATIONS _,.,- TxDOT 890_._ EA -_ 1 $ _500.00 _ --u .$500,00 334 19999.0136 REMOVAL OF LUMINAIRE HEAD TxDOT 6690 EA 1 $ 150.00 $150.00 CITY OF FORT WORTH 2017-2019 Traffic SOW Task Order Coeshuebon Services at STANDARD CONSTRUMON SPECIFICATION DOCUMENT'S Varices Londow Through-out the City Form Revised 20110110 Cay Project Number 101042 L 00 42 43 BID PROPOSAL Page 8 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidbst Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 335 9999.0137 REPLACE OF LUMINAIRE HEAD TxDOT 690 EA 1 $ 1,000.00 $1,000.00 336 9999.0138 REMOVAL_OF LUMINAIRE MAST ARMS_` TxDOT 690 EA 1 $ 300.00 $300.00 337 9999.0139 REPLACE OF LUMINAIRE MAST_ ARMS TxDOT 690 EA 1 $ 2,000.00 $2,000.00 338 9999.0140 INSTL DOWN GUY W/GUARD TxDOT 690 EA 1 $ 1,000.00 $1,000.00 339 __9999.0141 REPLACE DOWN-GUY_W/GUARD ,__, -__- �, _ _TxDOT690- EA 1 -$ _1,050,00 _---_$1050,00 340 9999.0142 REMOVE DOWN GUY W/GUARD TxDOT 690_ EA 1 $ 50.00 $50.00 _-_341._9999.0143 INSTL_DOWN GUY AND ANCHOR W/GUARD ___ _ TXDOT_690 EA_. ._ 1 $ 1,050.00 . _ $1,050.00 342 9999.0144 REPLACE DOWN GUY AND ANCHOR W/GUARD TxDOT 690 EA 1 $ 1,050,00 $1,050.00 _343 _9999.0145 REMOVE DOWN GUY AND ANCHOR,W/GUARD TxDOT 690_-, EA,_. _,_..._ 1 $ _ 50.00, $50.00 344 9999.0146 REPLACE PED POLE ASSM_ _ TxDOT 690-. -.EA 1.$ 2 500 00_. $2,500.00 345 9999.0147 REMOVE PED POLE ASSM TxDOT 690 EA 1 $ 150.00 $150.00 346 9999.0148 REPLACE LED TRAF SIG LAMP UNIT TxDOT 690 EA 1 $ 150.00 $150.00 347 9999.01.49 REMOVE LEDTRAFSIG LAMP UNIT _ TxDOT 690 -__EA 1 $ _ 50.00 . _. $50.00 348 9999.015_0_INSTALL LED TRAF SIG LAMP UNIT TxDOT 690 EA 1 $ 75.00 $75.00 349 9999.0151 REPLACE PED SIG LED TRAF SIG LAMP UNIT TxDOT 690 EA 10 $ 450.00 $4,500.00 350 9999.0152 REMOV PED SIG LED TRAF SIG LAMP UNIT TxDOT 690 EA 10-$ _. _ 50.00 _ - _$500.00 351 9999.0153 INSTALL PED SGN LED TRAF SIG AMP UNIT TxDOT 690 EA 10 $ _ 150.00 _ _ $1,500.00 352 9999.0154 REPAIR VEHICLE INDUCTIVE LOOP DETECTOR TxDOT 690 LF 100 $ 8.00 $800.00 353 9999.0155 REPLACE VEHICLE INDUCTIVE LOOP DETECTOR TxDOT 690 LF 100 $ 8.00 $800.00 354 9999.0156 REMOVE 11 VEHICLE INDUCTIVE LOOP DETECTOR TxDOT 690 LF 100 $ 1.00 _$100.00 355 9999.0157 MODIFY VEHICLE INDUCTIVE LOOP DETECTOR TxDOT 690 LF 100 $ -_._ 8.00 _ - $800.00 356 9999.0158 DRILL SHAFT(TRF SIG POLE)(24 IN y TxDOT 416 LF ss 20 $__ 180.000 $3,600.00 357 9999.0159 DRILL SHAFT(TRF SIG POLE)(30 IN) _ TxDOT 416 LF 20 _ 220.00_ $4,400.00 358_- 9999.0160 DRILL SHAFT(TRF SIG POLE)(36 IN) TxDOT 416 - LF _- -20 $ _ 245.00 _.. _$4,900.00 359_ _ 9999.0161 DRILL SHAFT(TRF,SIG POLE) iNZ _. .- __ _._,. _TxDOT 416- LF _ - _ _.20 $ 260.00 ____$5,200.00 360_ 9999.0162 DRILL_SHAFT_(TRF SIG POLE)(481N) .TxDOT 416 LF -0 $11,000,00 361 9999.0163 INS TRF SIG PL AM(S)1 ARM(20-) TxDOT 686 EA _ 1 $ _3,200.00 _ .,__$3,200.0_0 362 _9999.0164 INS_TRF_SIG_PL AM(S)1 ARM(20')LUM n _TxDOT 686__ EA-_ 4 ,,,___ 1 _ _3,400,00 u_ $3,400.00 363.__ 9999.0165 INS TRF SIG PL AM(S)1 ARM(24') r TxDOT-686_ EA__. 1 $_. 3,600.00 v... -$3,600.00 364___ 9999.0166 INS TRF SIG PL AM(S)1 ARM(24'1LUM._-._, .__ _ LL_ TxDOT_686-_ EA __- 1 $ .3,800.00 $3 800.00 365_ 9999.0167 INS TRF SIG PL AM(5)1 ARM(28') . . . ., TxDOT 686_ EA_ _ 1 .$ ._4,000.00 000.00 366 9999.0168 INS TRF SIG PL AM(S)l ARM(28')LUM TXDOT 686 EA 1 $ _4,200.00 $4,200.00 367 9999 0169 INS TRF SIG PL-AM(S�1,ARM,(32'� _. _ TXDOT,686 _EA ._ 1 _$ 4,400.00 _ _ $4,400.00 368- 9999.0170 INS TRF SIG PLAM(S)1_ARM(32TZLUM TxDOT 686EA. �,._ 1 $_ 4,600.00 y41600.00 369_ 9999.0171 INS TRF SIG PLAM(S)l ARM(36'), _ TxDOT 686 EA__ _ 1_ ,$___5,800-00 _- __$5,800.00 370 9999.0172 INS TRF SIG PL AM(S)1-_ARMf36')LUM,-,___-_ ___ .TxDOT.686_ EA _ 1 $_ 6,200.00 $6,200.00 371 9999.0173 INS TRF SIG_PL AM(S)1 ARM(40') __ ,_- TxDOT 686 __ -EA_ _ 1 _$ __6 200.00_ _ _ $6,200.00 372.a_9999.0174_INS TRF SIG PL AMf S)1 ARM(40-)LUM _ TXDOT 686 EA - 1 $ _6,400.00_ __.. _.$6,400.00 373 9999.0175 INS TRF SIG PL AM(S)l ARM(44) _ TXDOT686 EA ._ 1 $ 6,400,00, $6400.00 374 9999.0176 INS TO SIG PL AM(S)l ARMf44')LUM __ _ _ TxDOT 686 EA__ _ __ 1 -$ 6 600.00 $6,600.00 375 9999.0177 INS TRF SIG PL AM(S)1 ARM(48-) TxDOT 686 EA_ 1 $ 7,000;00. _ $7,000.00 376 - 9999.0178 INS TRF SIG PL AM(S)1 ARM(48')LUM TxDOT 686 EA 1 _$__. 7,200.00_ $7,200.00 377 _ 9999.0179 INS TRF SIG PL AM(S)1 ARM(50')_ TxDOT 686 ,EA 1 $ 15 000 00, _ - ,,$15,000.00 378 9999.0180 INS TRF SIG PL AM(S)1 ARM(50')LUM_F TXDOT 686 EA 1 $_ 15,500.00 $15,500.00 379 9999.0181 INS TRF SIG PL AM(S)1 ARM(55') TOOT 686 EA _ 1 $ 16,000.00. _$16,000.00 _ 380 9999.0182 INS TRF SIG PL AM(S)1 ARM(55')LUM TxDOT 686 EA 1 _$ _16,500.00 $16,500.00 381 9999.0183 INS TRF SIG PL AM(S)l ARM(60') _ - TXPOT 686 EA -1 _$17,000.00 $17,000.00 382 9999.0184 INS TRF SIG PLAM(S)l ARM(60')LUM TxDOT 686 EA 1 $, 17,500.00 $17,500.00 383 9999 0185 INS TRF SIG PL AM(S)1 ARM(65) TxDOT 686 EA 1 $ 18,000.00 $18,000.00 384 9999 0186 INS TRF SIG PL AM(S)1 ARM(65')LUM TxDOT 686 EA 1 $ 18,490.00 $18,490.00, 385 9999 0187 PED POLE ASSEMBLY _ TxDOT 687 EA 4 $ 1,010.00 $4,040.00 386 9999.0188 PEDESTRIAN PUSH BUTTON POLE TxDOT 687 EA 4 $ 1,000.00 $4,000.001 Total Blidl $3r1>i0a000.00 END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Sigml Task Order Cmatnutim Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Varian twtiants Tlumgtr d the city Form Revised 20120120 City Project Nwher 101042 Document A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (X`awa,legal sialrrs and addre cry (,Vrmrc, legal status raidprincipal place rf hminess) Durable Specialties, Inc. Great American Insurance Company This document has important P.O. Box 535969 301 East Fourth Street legal consequences.Consultation Grand Prairie, TX 75050 Cincinnati, OH 45202 with an attorney is encouraged with respect to its completion or OWNER: modification. (Name,legal staters mrd address) Any singular reference to City of Fort Worth, TX Contractor,Surety,Owner or other party shall be considered 200 Texas Street plural where applicable. Fort Worth, TX 76102 BOND AMOUNT: $ 5% GAB Five Percent of the Greatest Amount Bid PROJECT: ('Farre,location or address and Project urrnrber,if aipr Traffic Signal Task Order Construction Services/City Project 101042 The Contractor and Surety are bound to the Owner in file amonnt set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.Tile conditions of this Bard are such that if the Owner accepts tIre bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the 1'roiect mid other ise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof-.or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perforin the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full Race and ellect.The Surety hereby waives any notice ofan agreement between the Ownerand Contractor to extend the line in which the Ownermay accept the bid.'kaiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond Elie time lbr acceptance ol'bids specified in the bid documents,and the O«7ier and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection%pith a subcontractor's bid to a Contractor,the tern Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be dccmcd to be Contractor. When(his Bond has been 1'umished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be cc as a statufory bond and not as a common law bond. r�!D-Nzt-. Signed and scaled this 20th day of July, 2017 5Q .., �yy LA'S' Durable spe-alties, Inc.I ca •�s� � C (Pr»rcipa (Se 7 x By: ',, '••••....•s'p'a �+• Great AmeEiGag Insurance Companyip _. (.Sorrel}) cd) �`�•'�• .,�+ ,„� By. !— 3 t'l'i110J M. Crowley Attorney-in-Fact S-0054/AS 8110 GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No.0 19950 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attomey-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof,provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JACK M.CROWLEY PATRICIA A.SMITH ALL OF ALL STEVEN R.FOSTER MARIE PERRYMAN ADDISON, $75,000,000.00 TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 29TH day of NOVEMBER 1 2012 Attest GREAT AMERICAN INSURANCE COMPANY Assisiant Secretary Divisional Senior Yice President STATE OF OHIO,COUNTY OF HAMILTON-ss: DAMD c.bTCHiN(877-377-2405) On this 29TH day of NOVEMBER 2012 ,before me personally appeared DAVID C.KITCHIN,to me known,being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. KAREN L.GROSHEIM 00, NOTARY PUBLIC,STATE OF OHIO MY COMMISSION EXPIRES 02-20.16 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Dtvisonal Assistant rice Presidents,or anyone of them,be and hereby is authorised,from time to time,to appoint one or more Attorneys-in-Fact to execute on beha f of the Company, as surety,any and all bonds,undertakings and contracts ofsuretyship,or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be nixed by facsimile to any power of attorney or certificate of either given for the execution of any bond undertaking,contract of suretyship, or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affrxed CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of GreatAmerican Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been ked and a now in full force and effect. � Signed and sealed this day of IMSUq 3; WWa Asslslanl Secrelary S1029AC(4/11) Great American Insurance Company of New York GREATAMER-[C,AN Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas:Department of Insurance to obtain information on companies, coverages,rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O.Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice.of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance:Company P.O.Box 2119 Cincinnati, Ohio 45:2'02 Physical Address: Great American Insurance Company 301 E.Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaiins@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium,you should contact the agent first. If you have a dispute concerning,a claim, you should contact the company first. If the dispute is not resolved,you may contact the Texas Deparhnent of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667_A(3/11) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for 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 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 to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of 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 bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Durable Specialties, Inc. By: Patrick C Bryan PO Box 535969 0 (Signature) Grand Prairie, TX 75053 Title: Vice-Pr silent Date: END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Form Revised 20110627 City Project No.101042 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date None #REF! #REF! #REF! The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Durable Specialties, Inc. AB atrick C BryanPO Box 535969 - 0 (Signature) Grand Prairie, TX 75053 Title: Vice-President Date: 6 7- !? END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 072017 FT WORTH 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook(4).xls 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 101042. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Durable Specialties, Inc. By: Patrick C. Bryan 12 Company klease Print) 13 •�� — 14 P.O. Box 535969 Signature: 15 Address 16 17 Grand Prairie,Texas 75053 Title: Vice President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 UFORE ME,the undersigned authority, on this day personally appeared 26 64 A ,known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of DL lr6JQJt � (}Q(,� (. 1 '1C for the purposes and 29 consideration therein expressed andlin the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 b Qx , 2017. 33 34 ``����rt�11►I//����' 35 \5 P Y 36 p(i®:,••�0 '% Notary Public in and for tatf of Texas 37 '� •� ��:�� _ r 38 'N�9 Pct; = END OF SECTION r r TFOFTE� �i� ••164_Pl RES,.•' `�z 39 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revised July 1,2011 101042 004540-1 Minority Business Enterprise Specifications Pagel of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 10%of the total bid value of the contract. 14 15 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 16 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 17 18 COMPLIANCE TO BID SPECIFICATIONS 19 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 20 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 21 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 22 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 23 3. Good Faith Effort documentation, or; 24 4. Prime Waiver documentation. 25 26 SUBMITTAL OF REOUIRED DOCUMENTATION 27 The applicable documents must be received by the Purchasing Division, within the following times 28 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 29 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 30 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 31 time allocated. A faxed and/or emailed Copy.will not be accepted.. .. _. 32 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 33 34 35 36 37 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 oft 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817) 212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised June 9,2015 00 52 43-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 A RE MENT 3 THIS AGREEMENT,authorized on q a 11 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Durable Specialties, Inc., authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out 16 the Ci 17 City Project No. 101042 18 Article 3.CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount in current funds as determined in each task order supplemental to this 21 agreement. At no time shall the contract total exceed$500,000 without written approval from the 22 City of Fort Worth Council. 23 Article 4. CONTRACT TIME 24 4.1 Time is of the essence. 25 The Contract time period is one calendar year or the expiration of the funding, whichever 26 occurs last. All time limits for Milestones, if any, and Final Acceptance as stated in the 27 Contract Documents are of the essence to this Contract. 28 4.2 Final Acceptance. 29 The Work will be complete for Final Acceptance within the number of calendar days 30 specified in each task order. 31 4.3 Liquidated damages 32 Contractor recognizes that time is of the essence of this Agreement and that City will suffer 33 financial loss if the Work is not completed within the times specified in Paragraph 4.2 34 above, plus any extension thereof allowed in accordance with Article 12 of the General 35 Conditions. The Contractor also recognizes the delays, expense and difficulties involved in 36 proving in a legal proceeding the actual loss suffered by the City if the Work is not 37 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that 38 as liquidated damages for delay (but not as a penalty), Contractor shall pay City five 39 hundred Dollars ($500) for each day that expires after the time specified in Paragraph 4.2 40 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised January 6,2017 005243-2 Agreement Page 2 of 5 41 Article 5.CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 j. Form 1295 Certification No. 2017-242632 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised January 6,2017 005243-3 Agreement Page 3 of 5 76 Article 6.INDEMNIFICATION 77 6.1. CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY,HOLD 78 HARMLESS AND DEFEND,AT ITS OWN EXPENSE,THE CITY,ITS OFFICERS, 79 SERVANTS AND EMPLOYEES,FROM AND AGAINST ANY AND ALL CLAIMS 80 ARISING OUT OF,OR ALLEGED TO ARISE OUT OF,THE WORK AND 81 SERVICES TO BE PERFORMED BY THE CONTRACTOR,ITS OFFICERS, 82 AGENTS,EMPLOYEES,SUBCONTRACTORS,LICENSES OR INVITEES 83 UNDER THIS CONTRACT. THIS INDEMNIFICATION PROVISION IS 84 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS 85 ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING 86 SOUGHT WERE CAUSED,IN WHOLE OR IN PART,BY ANY ACT,OMISSION 87 OR NEGLIGENCE OF THE CITY.THIS INDEMNITY PROVISION IS 88 INTENDED TO INCLUDE,WITHOUT LIMITATION,INDEMNITY FOR COSTS, 89 EXPENSES AND LEGAL FEES INCURRED BY THE CITY IN DEFENDING 90 AGAINST SUCH CLAIMS AND CAUSES OF ACTIONS. 91 92 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 93 the city,its officers,servants and employees,from and against any and all loss,damage 94 or destruction of property of the city,arising out of,or alleged to arise out of,the work 95 and services to be performed by the contractor, its officers, agents, employees, 96 subcontractors, licensees or invitees under this contract. This indemnification 97 provision is specifically intended to operate and be effective even if it is allesed or 98 proven that all or some of the damages beim sought were caused, in whole or in part, 99 by any act,omission or negligence of the city. 100 101 Article 7.MISCELLANEOUS 102 7.1 Terms. 103 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 104 have the meanings indicated in the General Conditions. 105 7.2 Assignment of Contract. 106 This Agreement, including all of the Contract Documents may not be assigned by the 107 Contractor without the advanced express written consent of the City. 108 7.3 Successors and Assigns. 109 City and Contractor each binds itself, its partners, successors, assigns and legal 110 representatives to the other party hereto, in respect to all covenants, agreements and 111 obligations contained in the Contract Documents. 112 7.4 Severability. 113 Any provision or part of the Contract Documents held to be unconstitutional, void or 114 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 115 remaining provisions shall continue to be valid and binding upon CITY and 116 CONTRACTOR. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised January 6,2017 005243-4 Agreement Page 4 of 5 117 7.5 Governing Law and Venue. 118 This Agreement, including all of the Contract Documents is performable in the State of 119 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 120 Northern District of Texas,Fort Worth Division. 121 7.6 Other Provisions. 122 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 123 classified, promulgated and set out by the City, a copy of which is attached hereto and 124 made a part hereof the same as if it were copied verbatim herein. 125 7.7 Authority to Sign. 126 Contractor shall attach evidence of authority to sign Agreement, if other than duly 127 authorized signatory of the Contractor. 128 129 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised January 6,2017 005243-5 Agreement Page 5 of 5 130 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 131 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 132 Date"). 133 Contractor: City of Fort h Durable S ecialties Inc. By: Jesus J. Chapa By: Assistant City Manager (Signature) Date �� '��'� � � FpRT � Attest: G.� L •_� 1�l •� (Panted Name) City Seilretary U • Title: V,114fra1din t (Seal) Address: P.�� BAu 535 968 TE)( M&C c-a$ X95 Date: City/State/Zip: 6-wtA Pr inyto tjL 7665 Contract Compliance Mana"g`erl: By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. Ali Mozdbar, P.E. Engineering Manager Approved as to Form and Legality: ouglas W. Black Assistant City Attorney 134 135 136 APPROVAL RECOMMENDED: 137 138 139 140 Dougl Wiersig, P.E. 141 DIRECTOR, 142 OFFICIAL RECORD Transportation and Public Works CITY SECRETARY FT. WORTH, TX CITY OF FORT WORYFI 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised January 6,2017 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. Signature Title Date F�OFFICIAL RECORD SECRETARY FTFORTH,TX 006113-1 PERFORMANCE BOND Page 1 of 2 Bond# 2176769 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Durable Specialties. Inc., known as "Principal"herein and Great American Insurance 9 Company of New:-York a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas,known as "Surety"herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City"herein, in the penal sum of Five Hundred 13 Thousand and 00/100 Dollars ($500.000.00), lawful money of the United States,to be paid in 14 Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made,we 15 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, 16 firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 26 day of September, 2017,which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 21 as provided for in said Contract designated as 2017-2019 Traffic Signal Task Order Construction 22 Services at Various Locations Throughout the City, City Project No. 101042. 23 NOW, THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revised July 1,2011 101042 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 23rd day of 6 October . 20 17 . 7 PRINCIPAL: 8 Durable SpecialtieS.lnc 9 10 I 1 BY: 12 Signature 13 ATTEST: 14 15 Patrick C.Bryan,Vice President 16 (Principal)Sec etary Name and Title 17 18 Address:P.O. Box 535969 19 Grand Prairie. Texas 75053 20 21 22 Witness as to Principal 23 SURETY: 24 Great American Insurance 25 of New Yo 26 27 BY:_ 28 ature 29 30 Jack M Crowley, Attorney in Fact 31 Name and Title 32 33 Address: 15305 Dallas Parkway,—k1100 34 35 - ison, TX 75001 36 3'7 ess as to S ety Telephone Number: 972-385-9800 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revised July 1,2011 101042 0061 14-1 PAYMENT BOND Page I of 2 Bond# 2176769 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Durable Specialties, Inc., known as "Principal' herein, and 8 Great American Insurance Company of New York a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of Five Hundred Thousand and 00/100 Dollars ($500.000.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 14 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns,jointly and severally,firmly by these presents: 16 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 17 26 day of September. 2017, which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as 2017-2019 Traffic Signal Task Order Construction Services at Various Locations 21 Throughout the City, City Project No. 101042. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revised Julv 1,2011 101042 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 23rd day of 3 October 20 17 4 PRINCIPAL: Durable Specialties,Inc. ATTEST: BY: Signature Patrick C.Brvan.Vice President (Principal) Secretary Name and Title Address: P.O.Box 535969 Grand Prairie. Texas 75053 Witness as to Principal SURETY: Great American Insurance Co of New York ATTEST: BY: Sigifature Jack M Crowley, Attorney in Fact (Surety) Secretary Name and Title Address: 15305 Dallas Parkway, 41100 G.� Addison, TX 75001 rtness as to S ty Telephone Number: 5 6 Note: If signed by an officer of the Surety; there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revised July 1,2011 101042 0061 19-1 MAINTENANCE BOND Bond# 2176769 Page 1 of 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Durable Specialties,Inc.,known as"Principal"herein and Great American 8 Insurance Company of New York , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of the State of Texas, known as "City"herein, in the sum of Five Hundred 12 Thousand and 00/100 Dollars($500.000.00), lawful money of the United States,to be paid in 13 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 14 City and its successors,we bind ourselves, our heirs, executors, administrators, successors and 15 assigns,jointly and severally, firmly by these presents. 16 17 WHEREAS,the Principal has entered into a certain written contract with the City awarded 18 the 26 day of September, 2017,which Contract is hereby referred to and a made part hereof for 19 all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 20 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 21 a duly authorized Change Order(collectively herein,the "Work") as provided for in said contract 22 and designated as 2017-2019 Traffic Signal Task Order Construction Services at Various 23 Locations Throughout the City; City Project No. 101042; and 24 25 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two (2)years 28 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period. 33 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION'SPECIFICATION DOCUMENTS Various Locations Throughout the City Revised July 1,2011 101042 006119-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS various Locations Throughout the Cit Revised July 1,2011 101042 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 23rd day of October 3 , 2017. 4 5 PRINCIPAL: 6 Durable Specialties,Inc.- 7 8 / 9 BY: G 10 Signature 11 ATTEST: 12 13 Patrick C.Bryan.Vice President 14 (Principal)Secretary Name and Title 15 16 Address: P.O.Box 535969 17 Grand Prairie.Texas 75053 18 19 20 Witness as to Principal 21 SURETY: 22 Great American Insuranc o` any 23 of New 24 25 BY: 26 7 Signature 27 28 Jack M Crowley, Attorney in Fact 29 ATTEST: Name and Title 30 31 Address: 15305 Dallas Parkway, #1100 32 (Ci.irety) Qerre.tary 337 Addison, TX 75001 34 35 i s as to Sure Telephone Number: 972-385-9800 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revised July 1,2011 101042 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No. 0 15007 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JACK M.CROWLEY ALL OF ALL STEVEN R.FOSTER ADDISON, $100,000,000.00 RENEE A.FOLKERTS TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 15TH day of MARCH , 2016 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK �GOPPORA7F 4 � A • SEAL� C Assistant Secretary Divisional Senior Yice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 15TH day of MARCH 2016 ,before me personally appeared DAVID C.KITCHIN,to me known, being duly sworn,deposes and says that he resides in Cincinnati, Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. $I811A Kolft Nolh►Publl:,91111111111 dONo Illy CwWld in 6gliU 01~1iM This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,•to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. -� a Signed and sealed this day of , COPPORAQy A SEAL _ /�/•r „s'' Assistant Secretary ��► S1185L(06/15) �- - Great American Insurance Company of New York GREAT9MERICA1?V Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the. Texas Department of Insurance to obtain information on companies, coverag-es, rights or complaints at: I-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin_TX 78714-9104 FA} : 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sendin;T it by certified or registered mail to the following address: Maili g Address: Great American Insurance Company P.O. Box.2 119 Cincinnati. Ohio 45202 Physical Address: Great American Insurance Company ,01 E. Fourth Street Cincinnati. Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims a-,gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium. you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved. you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. F f)667A i3%11"; POLICY NUMBER: 88A5GL0000332 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required by Written Contract It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and noncontributory as respects any claim, loss or liability allegedly arising out of the operations of the named insured, provided however that this insurance will not apply to any claim loss or liability which is determined to be solely the result of the additional insured's negligence or solely the additional insured's responsibility Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for "bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to caused, in whole or in part, by: provide for such additional insured. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 3 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 3 ©Insurance Services Office, Inc., 2012 CG 20 10 04 13 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or CG 20 10 07 04 0 ISO Properties, Inc., 2004 Page 3 of 3 0 POLICY NUMBER: 88A5GL0000332 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required by Written Contract It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and noncontributory as respects any claim, loss or liability allegedly arising out of the operations of the named insured, provided however that this insurance will not apply to any claim loss or liability which is determined to be solely the result of the additional insured's negligence or solely the additional insured's responsibility Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 1. The insurance afforded to such additional include as an additional insured the person(s) or insured only applies to the extent permitted by organization(s) shown in the Schedule, but only law; and with respect to liability for "bodily injury" or 2. If coverage provided to the additional insured is .'property damage" caused, in whole or in part, by required by a contract or agreement, the your work at the location designated and insurance afforded to such additional insured will described in the Schedule of this endorsement not be broader than that which you are required performed for that additional insured and by the contract or agreement to provide for such included in the "products-completed ope-ations additional insured. hazard". However: CG 20 37 04 13 0 Insurance Services Office, Inc„ 2012 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 0 ISO Properties, Inc., 2004 CG 20 37 07 04 0 POLICY NUMBER: 88A5CA0000167 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Durable Specialties, Inc. Endorsement Effective Date: 05/31/2017 SCHEDULE Name Of Person(s) Or Organization(s): As Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: 88A5GL0000332 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ POLICY NUMBER: 88A5CA0000167 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Durable Specialties, Inc. Endorsement Effective Date:05/31/2017 SCHEDULE Name(s)Of Person(s)Or Organization(s): As Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 TeXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured Copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule,but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: INCLUDED,SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement.effective on 05/31/2017 at 12:01 a.m.standard time,forms a part of: Policy No.0001307245 of Texas Mutual Insurance Company effective on 05/31/2017 Issued to: DURABLE SPECIALTIES INC de-- Premium: $8,592.00 Authorized Representative NCCI Carrier Code:29939 05/1212017 PO Box 12058.Austin,TX 78711-2058 1 of 1 texasmutual.com 1 (800)859-5995 1 Fax(800)359-0650 WC 42 03 04 B FORMING PART OF POLICY#88A5CA0000167 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and CG 20 01 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Chan4e Number POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE 88A5GL0000332 American Family Home Insurance Company NAMED INSURED AUTHORIZED REPRESENTATIVE Durable Specialties, Inc. McKee Risk Management, Inc. As Per Named Insured Extension 610 Freedom Business Center Drive PO Box 535969 Suite 300 Grand Prairie, TX 75053 King of Prussia, PA 19406 COVERAGE PARTS AFFECTED Commercial General Liability CHANGES CANCELLATION NOTICE It is hereby agreed that, except for non-payment of premium, this policy shall not be cancelled, or materially changed without giving thirty (30) days notice to the insured: Respects to: Certificate Holder wil.l'be'specifically endorsed on this Cancellation Notice if required. Authorized Representative Signature Copyright, Insurance Services Office, Inc., 1983 Copyright, ISO Commercial Risk Services, Inc., 1983 IL 12 01 1185 Original Page 1 of 1 O THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE 88A5CA0000167 American Family Home Insurance Company NAMED INSURED AUTHORIZED REPRESENTATIVE Durable Specialties, Inc. McKee Risk Management, Inc. As Per Named Insured Extension 610 Freedom Business Center Drive PO Box 535969 Suite 300 Grand Prairie, TX 75053 King of Prussia, PA 19406 COVERAGE PARTS AFFECTED Commercial Automobile CHANGES CANCELLATION NOTICE It is hereby agreed that, except for non-payment of premium, this policy shall not be cancelled, or materially changed without giving thirty (30) days notice to the insured: Respects to: Certificate Holder will be specifically endorsed on this Cancellation Notice if required. Auth 'zed Representative Signature Copyright, Insurance Services Office, Inc., 1983 Copyright, ISO Commercial Risk Services, Inc., 1983 IL 12 01 11 85 Original Page 1 of 1 13 T(eXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured Copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. In the event of cancellation or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date Is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 05/31/2017 at 12:01 a.m.standard time,forms a part of: Policy No.0001307245 of Texas Mutual Insurance Company effective on 05/31/2017 Issued to: DURABLE SPECIALTIES INC de-- Premium: $8,592.00 Authorized Representative NCCI Carrier Code:29939 05!1212017 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com 1(800)859-5995 1 Fax(800)359-0650 WC 42 06 01 POLICY NUMBER: 88A5GL0000332 COMMERCIAL GENERAL LIABILITY CG 24 17 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTUAL LIABILITY - RAILROADS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Scheduled Railroad: Designated Job Site: All Railroads All Jobsites (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect to operations performed for, or affecting, Paragraph f. does not include that part of any a Scheduled Railroad at a Designated Job Site, the contract or agreement: definition of "insured contract" in the Definitions sec- (1) That indemnifies an architect, engineer or tion is replaced by the following: surveyor for injury or damage arising out of: 9. "Insured Contract" means: (a) Preparing, approving or failing to Are- a. A contract for a lease of premises. However, pare or approve maps, shop drawings, that portion of the contract for a lease of prem- opinions, reports, surveys, field orders, ises that indemnifies any person or organiza- change orders or drawings and specifi- tion for damage by fire to premises while rented cations; or to you or temporarily occupied by you with (b) Giving directions or instructions, or fail- permission of the owner is not an "insured con- ing to give them, if that is the primary tract"; cause of the injury or damage; b. A sidetrack agreement; (2) Under which the insured, if an architect, c. Any easement or license agreement; engineer or surveyor, assumes liability for d. An obligation, as required by ordinance, to an injury or damage arising out of the in- indemnify a municipality, except in connection sured's rendering or failure to render pro- with work for a municipality; fessional services, including those listed in Paragraph (1) above and supervisory, in- e. An elevator maintenance agreement; spection, architectural or engineering activi- f. That part of any other contract or agreement ties. pertaining to your business (including an in- demnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for"bodily injury"or"property dam- age" to a third person or organization. Tort li- ability means a liability that would be imposed by law in the absence of any contract or agreement. CG 24 17 10 01 0 ISO Properties, Inc., 2000 Page 1 of 1 0 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................l 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article 2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending, Reuse................................................................ 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 6.02 Labor;Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes.......................:...................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..:***...*************"***...-***--****-*-...---*...""".....*...***...******....***---************-*34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fehmary2,2016 City Project No.101042 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 - Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fcbnmy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day– A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Felmuaiy2,20I6 City Project No.101042 00 72 00-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. Cit}}— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney –The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-cut the City Revision:Fehmary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Februxy 2,2016 City Project No. 101042 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens---Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No. 101042 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but,when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fetauary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 —PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws,and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents,or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fel:uary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febnwy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. . B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Feb ixy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 data"1. these reports knewn te City ef explefations a-ad tests ef sabstfffaee eeMifiefls Ett 0 eetAiguetts te the Site; and , thereto; 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data"on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Feb uwy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 A. Git-y shall provide enginepfli J a to es4ablish r-efer-enee points for- eanswdefien, whieh in east fer- r-epl—a-eing stieh points plus 254; will be ehar-ged against the Gentr-aaer-, and the fall knewti to City r-eWing to 14azefdous EqfA;fefhffieWa1 Genditions that have been identified at site— > meluding, btA > teehniques, CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febnmy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 15 of 63 tmzcrvv2. athef >= > 44efpfetations, ccteehnieal data" of any stieh othef > > C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Felauary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fehmary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fehniary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1, for beyond Regular Working Hours request must be made by noon at least two (2)Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 4. for work on arterials during peak hours 6.03 Services,Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH 2017-2019 Trac Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment per task order for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 00 72 00-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fdxuary 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febnaary2,20I6 City Project No.101042 00 72 00-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febnwy 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febnmy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fetauary2,2016 City Project No.101042 00 72 00-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from. 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711;or 2. httl2://www.wiiidow.state.tx.us/taxiiifo/taxfonils/93-forins.litml 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fehruary 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No. 101042 00 72 00-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review- 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fetuuwy2,20I6 City Project No.10I042 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febivary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALUGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 , Systems, D. Pufsuaw to " Pffagraph 6.22, City's feview and aeeeptanee ef design ealettlatiam Md design , 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Felauazy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febmary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Kassem Elkhalil, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,20I6 City Project No.101042 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revision:Febmary2,2016 City Project No. 101042 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Constvction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revision:Felauary2,2016 City Project No.10I042 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0l.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0l.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1, the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Felniazy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost ofthe Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2, and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0I.A.5,the Contractor's fee shall be five percent(50/o); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febnmy 2,2016 City Project No.101042 00 72 00-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febmary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 NoticeofDefects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Felnuary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for,or employee or agent of any of them 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor,correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 00 72 00-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment. Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment.- 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revision:Fehmary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Task Order Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febmaiy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been fiu-nished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febmary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15— SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February 2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Throughout the City Revision:Fehcvacy2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febmary2,20I6 City Project No.101042 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Febmary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:Fehniary2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Locations Through-out the City Revision:February2,2016 City Project No.101042 007300-1 SUPPLEMENTARY CONDITIONS Pagel of 3 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.0313.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC4.02A.,"Subsurface and Physical Conditions" 28 29 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 30 31 None 32 33 SC-4.06A.,"Hazardous Environmental Conditions at Site" 34 35 The following are reports and drawings of existing hazardous environmental conditions known to the City: 36 37 None 38 39 SC-5.03A.,"Certificates of Insurance" 40 41 The entities listed below are"additional insureds as their interest may appear"including their respective 42 officers,directors,agents and employees. 43 44 (1) City 45 (2) Consultant:none 46 (3) Other:none 47 48 SC-5.04A.,"Contractor's Insurance" 49 50 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 51 coverages for not less than the following amounts or greater where required by laws and regulations: 52 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 3 1 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 2 3 Statutory limits 4 Employer's liability 5 $100,000 each accident/occurrence 6 $100,000 Disease-each employee 7 $500,000 Disease-policy limit 8 9 SC-5.04B.,"Contractor's Insurance" 10 11 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 12 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 13 minimum limits of 14 15 $1,000,000 each occurrence 16 $2,000,000 aggregate limit 17 18 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 19 General Aggregate Limits apply separately to each job site. 20 21 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 22 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 23 24 SC 5.04C.,"Contractor's Insurance" 25 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 26 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 27 28 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 29 defined as autos owned,hired and non-owned. 30 31 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 32 least: 33 34 $250,000 Bodily Injury per person/ 35 $500,000 Bodily Injury per accident/ 36 $100,000 Property Damage 37 38 SC-6.04.,"Project Schedule" 39 40 Project schedule shall be tier 1 for the project. 41 42 SC-6.07.,"Wage Rates" 43 44 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 45 Appendixes: 46 47 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 48 2013 Prevailing Wage Rates(Commercial Construction Projects) 49 50 SC-6.09.,"Permits and Utilities" 51 52 SC-6.09A.,"Contractor obtained permits and licenses" 53 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 54 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 3 1 1. Street use permit 2 3 SC-6.09B."City obtained permits and licenses" 4 The following are known permits and/or licenses required by the Contract to be acquired by the City: 5 6 None 7 8 SC-6.09C."Outstanding permits and licenses" 9 10 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of June 20, 11 2017: 12 13 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 14 15 SC-9.01.,"City's Project Manager" 16 17 The City's Project Manager for this Contract is Kassem Elkhalil,P.E.,or his/her successor pursuant to 18 written notification from the Director of Transportation and Public Works. 19 20 END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised January 22,2016 01 11 00-1 SUMMARY OF WORK Page 1 of 2 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 1100-2 SUMMARY OF WORK Page 2 of 2 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company,individual,or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. 42 END OF SECTION 43 44 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 25 00-1 SUBSTITUTION PROCEDURES Pagel of4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 ADMINISTRATIVE REQUIREMENTS 24 A. Request for Substitution-General 25 1. Within 30 days after award of Contract(unless noted otherwise),the City will 26 consider formal requests from Contractor for substitution of products in place of 27 those specified. 28 2. Certain types of equipment and kinds of material are described in Specifications by 29 means of references to names of manufacturers and vendors, trade names, or 30 catalog numbers. 31 a. When this method of specifying is used, it is not intended to exclude from 32 consideration other products bearing other manufacturer's or vendor's names, 33 trade names, or catalog numbers,provided said products are "or-equals,"as 34 determined by City. 35 3. Other types of equipment and kinds of material may be acceptable substitutions 36 under the following conditions: 37 a. Or-equals are unavailable due to strike, discontinued production of products 38 meeting specified requirements, or other factors beyond control of Contractor; 39 or, 40 b. Contractor proposes a cost and/or time reduction incentive to the City. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 1.4 SUBMITTALS 2 A. See Request for Substitution Form(attached) 3 B. Procedure for Requesting Substitution 4 1. Substitution shall be considered only: 5 a. After award of Contract 6 b. Under the conditions stated herein 7 2. Submit 3 copies of each written request for substitution, including: 8 a. Documentation 9 1) Complete data substantiating compliance of proposed substitution with 10 Contract Documents 11 2) Data relating to changes in construction schedule,when a reduction is 12 proposed 13 3) Data relating to changes in cost 14 b. For products 15 1) Product identification 16 a) Manufacturer's name 17 b) Telephone number and representative contact name 18 c) Specification Section or Drawing reference of originally specified 19 product, including discrete name or tag number assigned to original 20 product in the Contract Documents 21 2) Manufacturer's literature clearly marked to show compliance of proposed 22 product with Contract Documents 23 3) Itemized comparison of original and proposed product addressing product 24 characteristics including, but not necessarily limited to: 25 a) Size 26 b) Composition or materials of construction 27 c) Weight 28 d) Electrical or mechanical requirements 29 4) Product experience 30 a) Location of past projects utilizing product 31 b) Name and telephone number of persons associated with referenced 32 projects knowledgeable concerning proposed product 33 c) Available field data and reports associated with proposed product 34 5) Samples 35 a) Provide at request of City. 36 b) Samples become the property of the City. 37 c. For construction methods: 38 1) Detailed description of proposed method 39 2) Illustration drawings 40 C. Approval or Rejection 41 1. Written approval or rejection of substitution given by the City 42 2. City reserves the right to require proposed product to comply with color and pattern 43 of specified product if necessary to secure design intent. 44 3. In the event the substitution is approved,the resulting cost and/or time reduction 45 will be documented by Change Order in accordance with the General Conditions. 46 4. No additional contract time will be given for substitution. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 1 5. Substitution will be rejected if- 2 £2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the City's opinion, acceptance will require substantial revision of the original 5 design 6 d. In the City's opinion, substitution will not perform adequately the function 7 consistent with the design intent 8 1.5 QUALITY ASSURANCE 9 A. In making request for substitution or in using an approved product,the Contractor 10 represents that the Contractor: 11 1. Has investigated proposed product, and has determined that it is adequate or 12 superior in all respects to that specified, and that it will perform function for which 13 it is intended 14 2. Will provide same guarantee for substitute item as for product specified 15 3. Will coordinate installation of accepted substitution into Work,to include building 16 modifications if necessary, making such changes as may be required for Work to be 17 complete in all respects 18 4. Waives all claims for additional costs related to substitution which subsequently 19 arise 20 END OF SECTION 21 22 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Pagel of 2 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 ADMINISTRATIVE REQUIREMENTS 18 A. Coordination 19 1. Attend preconstruction meeting. 20 2. Representatives of Contractor, subcontractors and suppliers attending meetings 21 shall be qualified and authorized to act on behalf of the entity each represents. 22 3. Meeting administered by City may be tape recorded. 23 a. If recorded, tapes will be used to prepare minutes and retained by City for 24 future reference. 25 B. Preconstruction Meeting 26 1. A preconstruction meeting will be held within 14 days after the execution of the 27 Agreement and before Work is started. 28 a. The meeting will be scheduled and administered by the City. 29 2. The Project Representative will preside at the meeting,prepare the notes of the 30 meeting and distribute copies of same to all participants who so request by fully 31 completing the attendance form to be circulated at the beginning of the meeting. 32 3. Attendance shall include: 33 a. Project Representative 34 b. Contractor's project manager 35 c. Contractor's superintendent 36 d. Any subcontractor or supplier representatives whom the Contractor may desire 37 to invite or the City may request 38 e. Other City representatives CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 2 1 f. Others as appropriate 2 4. Construction Schedule 3 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 4 provide at Preconstruction Meeting. 5 b. City will notify Contractor of any schedule changes upon Notice of 6 Preconstruction Meeting. 7 5. Preliminary Agenda may include: 8 a. Introduction of Project Personnel 9 b. General Description of Project 10 c. Status of right-of-way,utility clearances, easements or other pertinent permits 11 d. Contractor's work plan and schedule 12 e. Contract Time 13 f. Notice to Proceed 14 g. Construction Staking 15 h. Progress Payments 16 i. Extra Work and Change Order Procedures 17 j. Field Orders 18 k. Disposal Site Letter for Waste Material 19 1. Insurance Renewals 20 m. Payroll Certification 21 n. Material Certifications and Quality Control Testing 22 o. Public Safety and Convenience 23 p. Documentation of Pre-Construction Conditions 24 q. Weekend Work Notification 25 r. Legal Holidays 26 s. Trench Safety Plans 27 t. Confined Space Entry Standards 28 u. Coordination with the City's representative for operations of existing water 29 systems 30 v. Storm Water Pollution Prevention Plan 31 w. Coordination with other Contractors 32 x. Early Warning System 33 y. Contractor Evaluation 34 z. Special Conditions applicable to the project 35 aa. Damages Claims 36 bb. Submittal Procedures 37 cc. Substitution Procedures 38 dd. Correspondence Routing 39 ee. Record Drawings 40 ff. Temporary construction facilities 41 gg. M/WBE or MBE/SBE procedures 42 hh. Final Acceptance 43 ii. Final Payment 44 jj. Questions or Comments 45 END OF SECTION 46 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised August 17,2012 01 31 20-1 PROJECT MEETINGS Page 1 of 2 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Schedule, attend and administer as specified, periodic progress meetings, and 21 specially called meetings throughout progress of the Work. 22 2. Representatives of Contractor, subcontractors and suppliers attending meetings 23 shall be qualified and authorized to act on behalf of the entity each represents. 24 3. Meetings administered by City may be tape recorded. 25 a. If recorded,tapes will be used to prepare minutes and retained by City for 26 future reference. 27 4. Meetings, in addition to those specified in this Section, may be held when requested 28 by the City, Engineer or Contractor. 29 B. Progress Meetings 30 1. Formal project coordination meetings will be held periodically. Meetings will be 31 scheduled and administered by Project Representative. 32 2. Additional progress meetings to discuss specific topics will be conducted on an as- 33 needed basis. Such additional meetings shall include, but not be limited to: 34 a. Coordinating shutdowns 35 b. Installation of piping and equipment 36 c. Coordination between other construction projects 37 d. Resolution of construction issues 38 e. Equipment approval CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July I,2011 013120-2 PROJECT MEETINGS Page 2 of 2 1 3. The Project Representative will preside at progress meetings,prepare the notes of 2 the meeting and distribute copies of the same to all participants who so request by 3 fully completing the attendance form to be circulated at the beginning of each 4 meeting. 5 4. Attendance shall include: 6 a. Contractor's project manager 7 b. Contractor's superintendent 8 c. Any subcontractor or supplier representatives whom the Contractor may desire 9 to invite or the City may request 10 d. Engineer's representatives 11 e. City's representatives 12 f. Others,as requested by the Project Representative 13 5. Preliminary Agenda may include: 14 a. Review of Work progress since previous meeting 15 b. Field observations,problems, conflicts 16 c. Items which impede construction schedule 17 d. Review of off-site fabrication, delivery schedules 18 e. Review of construction interfacing and sequencing requirements with other 19 construction contracts 20 f. Corrective measures and procedures to regain projected schedule 21 g. Revisions to construction schedule 22 h. Progress, schedule, during succeeding Work period 23 i. Coordination of schedules 24 j. Review submittal schedules 25 k. Maintenance of quality standards 26 1. Pending changes and substitutions 27 m. Review proposed changes for: 28 1) Effect on construction schedule and on completion date 29 2) Effect on other contracts of the Project 30 n. Review Record Documents 31 o. Review monthly pay request 32 p. Review status of Requests for Information 33 6. Meeting Schedule 34 a. Progress meetings will be held periodically as determined by the Project 35 Representative. 36 1) Additional meetings may be held at the request of the: 37 a) City 38 b) Engineer 39 c) Contractor 40 7. Meeting Location 41 a. The City will establish a meeting location. 42 1) To the extent practicable, meetings will be held at the Site. 43 END OF SECTION 44 45 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Pagel of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein.Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule-Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative -Concise narrative of the schedule including schedule 4 changes, expected delays, key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost-loaded baseline Schedule using approved software and the 11 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative(Project Scheduler)responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day,working 39 days per week, the amount of construction equipment,or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower(trades), equipment and work schedule(overtime, weekend and holiday 4 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time, will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts,the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors, the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases, the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera(P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of5 1 1.6 QUALITY ASSURANCE 2 A. The person preparing and revising the construction Progress Schedule shall be 3 experienced in the preparation of schedules of similar complexity. 4 B. Schedule and supporting documents addressed in this Specification shall be prepared, 5 updated and revised to accurately reflect the performance of the construction. 6 C. Contractor is responsible for the quality of all submittals in this section meeting the 7 standard of care for the construction industry for similar projects. 8 END OF SECTION 9 10 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 1 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 ADMINISTRATIVE REQUIREMENTS 18 A. Preconstruction Video 19 1. Produce a preconstruction video of the site/alignment, including all areas in the 20 vicinity of and to be affected by construction. 21 a. Provide digital copy of video upon request by the City. 22 2. Retain a copy of the preconstruction video until the end of the maintenance surety 23 period. 24 END OF SECTION 25 26 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 013300-1 SUBMITTALS Pagel of 7 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Notify the City in writing, at the time of submittal, of any deviations in the 22 submittals from the requirements of the Contract Documents. 23 2. Coordination of Submittal Times 24 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 25 performing the related Work or other applicable activities, or within the time 26 specified in the individual Work Sections, of the Specifications. 27 b. Contractor is responsible such that the installation will not be delayed by 28 processing times including,but not limited to: 29 a) Disapproval and resubmittal(if required) 30 b) Coordination with other submittals 31 c) Testing 32 d) Purchasing 33 e) Fabrication 34 f) Delivery 35 g) Similar sequenced activities 36 c. No extension of time will be authorized because of the Contractor's failure to 37 transmit submittals sufficiently in advance of the Work. 38 d. Make submittals promptly in accordance with approved schedule, and in such 39 sequence as to cause no delay in the Work or in the work of any other 40 contractor. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 7 1 B. Submittal Numbering 2 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 3 reference identification numbering system in the following manner: 4 a. Use the first 6 digits of the applicable Specification Section Number. 5 b. For the next 2 digits number use numbers 01-99 to sequentially number each 6 initial separate item or drawing submitted under each specific Section number. 7 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 8 A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical 9 submittal number would be as follows: 10 11 03 30 00-08-B 12 13 1) 03 30 00 is the Specification Section for Concrete 14 2) 08 is the eighth initial submittal under this Specification Section 15 3) B is the third submission(second resubmission) of that particular shop 16 drawing 17 C. Contractor Certification 18 1. Review shop drawings, product data and samples, including those by 19 subcontractors,prior to submission to determine and verify the following: 20 a. Field measurements 21 b. Field construction criteria 22 c. Catalog numbers and similar data 23 d. Conformance with the Contract Documents 24 2. Provide each shop drawing, sample and product data submitted by the Contractor 25 with a Certification Statement affixed including: 26 a. The Contractor's Company name 27 b. Signature of submittal reviewer 28 c. Certification Statement 29 1) `By this submittal, I hereby represent that I have determined and verified 30 field measurements, field construction criteria, materials, dimensions, 31 catalog numbers and similar data and I have checked and coordinated each 32 item with other applicable approved shop drawings." 33 D. Submittal Format 34 1. Fold shop drawings larger than 8 t/2 inches x 11 inches to 8 t/2 inches x flinches. 35 2. Bind shop drawings and product data sheets together. 36 3. Order 37 a. Cover Sheet 38 1) Description of Packet 39 2) Contractor Certification 40 b. List of items/Table of Contents 41 c. Product Data/Shop Drawings/Samples/Calculations 42 E. Submittal Content 43 1. The date of submission and the dates of any previous submissions 44 2. The Project title and number 45 3. Contractor identification 46 4. The names of: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 7 1 a. Contractor 2 b. Supplier 3 c. Manufacturer 4 5. Identification of the product, with the Specification Section number,page and 5 paragraph(s) 6 6. Field dimensions, clearly identified as such 7 7. Relation to adjacent or critical features of the Work or materials 8 8. Applicable standards, such as ASTM or Federal Specification numbers 9 9. Identification by highlighting of deviations from Contract Documents 10 10. Identification by highlighting of revisions on resubmittals 11 11. An 8-inch x 3-inch blank space for Contractor and City stamps 12 F. Shop Drawings 13 1. As specified in individual Work Sections includes,but is not necessarily limited to: 14 a. Custom-prepared data such as fabrication and erection/installation(working) 15 drawings 16 b. Scheduled information 17 c. Setting diagrams 18 d. Actual shopwork manufacturing instructions 19 e. Custom templates 20 £ Special wiring diagrams 21 g. Coordination drawings 22 h. Individual system or equipment inspection and test reports including: 23 1) Performance curves and certifications 24 i. As applicable to the Work 25 2. Details 26 a. Relation of the various parts to the main members and lines of the structure 27 b. Where correct fabrication of the Work depends upon field measurements 28 1) Provide such measurements and note on the drawings prior to submitting 29 for approval. 30 G. Product Data 31 1. For submittals of product data for products included on the City's Standard Product 32 List,clearly identify each item selected for use on the Project. 33 2. For submittals of product data for products not included on the City's Standard 34 Product List, submittal data may include,but is not necessarily limited to: 35 a. Standard prepared data for manufactured products (sometimes referred to as 36 catalog data) 37 1) Such as the manufacturer's product specification and installation 38 instructions 39 2) Availability of colors and patterns 40 3) Manufacturer's printed statements of compliances and applicability 41 4) Roughing-in diagrams and templates 42 5) Catalog cuts 43 6) Product photographs 44 7) Standard wiring diagrams 45 8) Printed performance curves and operational-range diagrams 46 9) Production or quality control inspection and test reports and certifications CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 7 1 10) Mill reports 2 11) Product operating and maintenance instructions and recommended 3 spare-parts listing and printed product warranties 4 12) As applicable to the Work 5 H. Do not start Work requiring a shop drawing, sample or product data nor any material to 6 be fabricated or installed prior to the approval or qualified approval of such item. 7 1. Fabrication performed, materials purchased or on-site construction accomplished 8 which does not conform to approved shop drawings and data is at the Contractor's 9 risk. 10 2. The City will not be liable for any expense or delay due to corrections or remedies 11 required to accomplish conformity. 12 3. Complete project Work,materials, fabrication, and installations in conformance 13 with approved shop drawings, applicable samples, and product data. 14 I. Submittal Distribution 15 1. Electronic Distribution 16 a. Confirm development of Project directory for electronic submittals to be 17 uploaded to City's Buzzsaw site, or another external FTP site approved by the 18 City. 19 b. Shop Drawings 20 1) Upload submittal to designated project directory and notify appropriate 21 City representatives via email of submittal posting. 22 2) Hard Copies 23 a) 3 copies for all submittals 24 b) If Contractor requires more than 1 hard copy of Shop Drawings 25 returned, Contractor shall submit more than the number of copies listed 26 above. 27 c. Product Data 28 1) Upload submittal to designated project directory and notify appropriate 29 City representatives via email of submittal posting. 30 2) Hard Copies 31 a) 3 copies for all submittals 32 d. Samples 33 1) Distributed to the Project Representative 34 2. Hard Copy Distribution(if required in lieu of electronic distribution) 35 a. Shop Drawings 36 1) Distributed to the City 37 2) Copies 38 a) 8 copies for mechanical submittals 39 b) 7 copies for all other submittals 40 c) If Contractor requires more than 3 copies of Shop Drawings returned, 41 Contractor shall submit more than the number of copies listed above. 42 b. Product Data 43 1) Distributed to the City 44 2) Copies 45 a) 4 copies 46 c. Samples 47 1) Distributed to the Project Representative CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 33 00-5 SUBMITTALS Page 5 of 7 1 2) Copies 2 a) Submit the number stated in the respective Specification Sections. 3 3. Distribute reproductions of approved shop drawings and copies of approved 4 product data and samples, where required, to the job site file and elsewhere as 5 directed by the City. 6 a. Provide number of copies as directed by the City but not exceeding the number 7 previously specified. 8 J. Submittal Review 9 1. The review of shop drawings, data and samples will be for general conformance 10 with the design concept and Contract Documents. This is not to be construed as: 11 a. Permitting any departure from the Contract requirements 12 b. Relieving the Contractor of responsibility for any errors, including details, 13 dimensions, and materials 14 c. Approving departures from details furnished by the City, except as otherwise 15 provided herein 16 2. The review and approval of shop drawings, samples or product data by the City 17 does not relieve the Contractor from his/her responsibility with regard to the 18 fulfillment of the terms of the Contract. 19 a. All risks of error and omission are assumed by the Contractor, and the City will 20 have no responsibility therefore. 21 3. The Contractor remains responsible for details and accuracy, for coordinating the 22 Work with all other associated work and trades, for selecting fabrication processes, 23 for techniques of assembly and for performing Work in a safe manner. 24 4. If the shop drawings, data or samples as submitted describe variations and show a 25 departure from the Contract requirements which City finds to be in the interest of 26 the City and to be so minor as not to involve a change in Contract Price or time for 27 performance, the City may return the reviewed drawings without noting an 28 exception. 29 5. Submittals will be returned to the Contractor under 1 of the following codes: 30 a. Code 1 31 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 32 comments on the submittal. 33 a) When returned under this code the Contractor may release the 34 equipment and/or material for manufacture. 35 b. Code 2 36 1) 'EXCEPTIONS NOTED". This code is assigned when a confirmation of 37 the notations and comments IS NOT required by the Contractor. 38 a) The Contractor may release the equipment or material for manufacture; 39 however, all notations and comments must be incorporated into the 40 final product. 41 c. Code 3 42 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 43 assigned when notations and comments are extensive enough to require a 44 resubmittal of the package. 45 a) The Contractor may release the equipment or material for manufacture; 46 however, all notations and comments must be incorporated into the 47 final product. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 7 1 b) This resubmittal is to address all comments, omissions and 2 non-conforming items that were noted. 3 c) Resubmittal is to be received by the City within 15 Calendar Days of 4 the date of the City's transmittal requiring the resubmittal. 5 d. Code 4 6 1) "NOT APPROVED"is assigned when the submittal does not meet the 7 intent of the Contract Documents. 8 a) The Contractor must resubmit the entire package revised to bring the 9 submittal into conformance. 10 b) It may be necessary to resubmit using a different manufacturer/vendor 11 to meet the Contract Documents. 12 6. Resubmittals 13 a. Handled in the same manner as first submittals 14 1) Corrections other than requested by the City 15 2) Marked with revision triangle or other similar method 16 a) At Contractor's risk if not marked 17 b. Submittals for each item will be reviewed no more than twice at the City's 18 expense. 19 1) All subsequent reviews will be performed at times convenient to the City 20 and at the Contractor's expense,based on the City's or City 21 Representative's then prevailing rates. 22 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 23 all such fees invoiced by the City. 24 c. The need for more than 1 resubmission or any other delay in obtaining City's 25 review of submittals, will not entitle the Contractor to an extension of Contract 26 Time. 27 7. Partial Submittals 28 a. City reserves the right to not review submittals deemed partial,at the City's 29 discretion. 30 b. Submittals deemed by the City to be not complete will be returned to the 31 Contractor,and will be considered"Not Approved"until resubmitted. 32 c. The City may at its option provide a list or mark the submittal directing the 33 Contractor to the areas that are incomplete. 34 8. If the Contractor considers any correction indicated on the shop drawings to 35 constitute a change to the Contract Documents, then written notice must be 36 provided thereof to the City at least 7 Calendar Days prior to release for 37 manufacture. 38 9. When the shop drawings have been completed to the satisfaction of the City, the 39 Contractor may carry out the construction in accordance therewith and no further 40 changes therein except upon written instructions from the City. 41 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 42 following receipt of submittal by the City. 43 K. Qualifications 44 1. If specifically required in other Sections of these Specifications, submit a P.E. 45 Certification for each item required. 46 L. Request for Information(RFI) 47 1. Contractor Request for additional information CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 0133 00-7 SUBMITTALS Page 7 of 7 1 a. Clarification or interpretation of the contract documents 2 b. When the Contractor believes there is a conflict between Contract Documents 3 c. When the Contractor believes there is a conflict between the Drawings and 4 Specifications 5 1) Identify the conflict and request clarification 6 2. Use the Request for Information(RFI) form provided by the City. 7 3. Numbering of RFI 8 a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01"and 9 increasing sequentially with each additional transmittal. 10 4. Sufficient information shall be attached to permit a written response without further 11 information. 12 5. The City will log each request and will review the request. 13 a. If review of the project information request indicates that a change to the 14 Contract Documents is required, the City will issue a Field Order or Change 15 Order, as appropriate. 16 END OF SECTION 17 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 35 13-1 SPECIAL PROJECT PROCEDURES Pagel of 5 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Air Pollution Watch Days 10 d. Public Notification Prior to Beginning Construction 11 e. Dust Control 12 f. Employee Parking 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Section 33 12 25—Connection to Existing Water Mains 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. All other items 22 a. Work associated with these Items is considered subsidiary to the various Items 23 bid. No separate payment will be allowed for this Item. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 30 High Voltage Overhead Lines. 31 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 32 Specification 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Coordination with the Texas Department of Transportation 35 1. When work in the right-of-way which is under the jurisdiction of the Texas 36 Department of Transportation(TxDOT): 37 a. Notify the Texas Department of Transportation prior to commencing any work 38 therein in accordance with the provisions of the permit CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 5 1 b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage-type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company(example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Air Pollution Watch Days 29 1. General 30 a. Observe the following guidelines relating to working on City construction sites 31 on days designated as"AIR POLLUTION WATCH DAYS". 32 b. Typical Ozone Season 33 1) May 1 through October 31. 34 c. Critical Emission Time 35 1) 6:00 a.m. to 10:00 a.m. 36 2. Watch Days 37 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 38 with the National Weather Service, will issue the Air Pollution Watch by 3:00 39 p.m. on the afternoon prior to the WATCH day. 40 b. Requirements 41 1) Begin work after 10:00 a.m. whenever construction phasing requires the 42 use of motorized equipment for periods in excess of 1 hour. 43 2) However, the Contractor may begin work prior to 10:00 a.m. if: 44 a) Use of motorized equipment is less than 1 hour, or 45 b) If equipment is new and certified by EPA as "Low Emitting", or 46 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or 47 alternative fuels such as CNG. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 5 1 D. Public Notification Prior to Beginning Construction 2 1. Prior to beginning construction on any block in the project, on a block by block 3 basis,prepare and deliver a notice or flyer of the pending construction to the front 4 door of each residence or business that will be impacted by construction. The notice 5 shall be prepared as follows: 6 a. Post notice or flyer 7 days prior to beginning any construction activity on each 7 block in the project area. 8 1) Prepare flyer on the Contractor's letterhead and include the following 9 information: 10 a) Name of Project 11 b) City Project No(CPN) 12 c) Scope of Project(i.e. type of construction activity) 13 d) Actual construction duration within the block 14 e) Name of the contractor's foreman and phone number 15 f) Name of the City's inspector and phone number 16 g) City's after-hours phone number 17 2) A sample of the`pre-construction notification' flyer is attached as Exhibit 18 A. 19 3) Submit schedule showing the construction start and finish time for each 20 block of the project to the inspector. 21 4) Deliver flyer to the City Inspector for review prior to distribution. 22 b. No construction will be allowed to begin on any block until the flyer is 23 delivered to all residents of the block. 24 E. Dust Control 25 1. Use acceptable measures to control dust at the Site. 26 a. If water is used to control dust, capture and properly dispose of waste water. 27 b. If wet saw cutting is performed, capture and properly dispose of slurry. 28 F. Employee Parking 29 1. Provide parking for employees at locations approved by the City. 30 END OF SECTION 31 32 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 5 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 5 1 EXHIBIT B 2 FORT WORTH DOE NO.xxxx Project name NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH 2017-2019 Traffic Signa]Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 4523-1 TESTING AND INSPECTION SERVICES Pagel o1`2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 ADMINISTRATIVE REQUIREMENTS 26 A. Testing 27 1. Complete testing in accordance with the Contract Documents. 28 2. Coordination 29 a. When testing is required to be performed by the City, notify City, sufficiently 30 in advance, when testing is needed. 31 b. When testing is required to be completed by the Contractor, notify City, 32 sufficiently in advance, that testing will be performed. 33 3. Distribution of Testing Reports 34 a. Electronic Distribution 35 1) Confirm development of Project directory for electronic submittals to be 36 uploaded to City's Buzzsaw site, or another external FTP site approved by 37 the City. 38 2) Upload test reports to designated project directory and notify appropriate 39 City representatives via email of submittal posting. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 3) Hard Copies 2 a) 1 copy for all submittals submitted to the Project Representative 3 b. Hard Copy Distribution(if required in lieu of electronic distribution) 4 1) Tests performed by City 5 a) Distribute 1 hard copy to the Contractor 6 2) Tests performed by the Contractor 7 a) Distribute 3 hard copies to City's Project Representative 8 4. Provide City's Project Representative with trip tickets for each delivered load of 9 Concrete or Lime material including the following information: 10 a. Name of pit 11 b. Date of delivery 12 c. Material delivered 13 B. Inspection 14 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 15 perform work in accordance with the Contract Documents. 16 END OF SECTION 17 18 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 1 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Dust control 9 b. Temporary fencing of the construction site 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 ADMINISTRATIVE REQUIREMENTS 20 A. Temporary Fencing 21 1. Provide and maintain for the duration or construction when required in contract 22 documents 23 B. Dust Control 24 1. Contractor is responsible for maintaining dust control through the duration of the 25 project. 26 a. Contractor remains on-call at all times 27 b. Must respond in a timely manner 28 C. Temporary Protection of Construction 29 1. Contractor or subcontractors are responsible for protecting Work from damage due 30 to weather. 31 END OF SECTION 32 33 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 2 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 2 1 a. To obtain Street Use Permit, submit Traffic Control Plans to City Development 2 Department. 3 1) Allow a minimum of 5 working days for permit review. 4 2) Contractor's responsibility to coordinate review of Traffic Control plans for 5 Street Use Permit, such that construction is not delayed. 6 C. Modification to Approved Traffic Control 7 1. Prior to installation traffic control: 8 a. Submit revised traffic control plans to City Department Transportation and 9 Public Works Department. 10 1) Revise Traffic Control plans in accordance with Section 34 71 13. 11 2) Allow minimum 5 working days for review of revised Traffic Control. 12 3) It is the Contractor's responsibility to coordinate review of Traffic Control 13 plans for Street Use Permit, such that construction is not delayed. 14 D. Removal of Street Sign 15 1. If it is determined that a street sign must be removed for construction, then contact 16 City Transportation and Public Works Department, Signs and Markings Division to 17 remove the sign. 18 E. Temporary Signage 19 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 20 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 21 Devices (MUTCD). 22 2. Install temporary sign before the removal of permanent sign. 23 3. When construction is complete,to the extent that the permanent sign can be 24 reinstalled, contact the City Transportation and Public Works Department, Signs 25 and Markings Division, to reinstall the permanent sign. 26 F. Traffic Control Standards 27 1. Traffic Control Standards can be found on the City's Buzzsaw website. 28 END OF SECTION 29 30 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 1 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 ADMINISTRATIVE REQUIREMENTS 13 A. A list of City approved products for use is located on Buzzsaw as follows: 14 1. Resources\02 -Construction Documents\Standard Products List 15 B. Only products specifically included on City's Standard Product List in these Contract 16 Documents shall be allowed for use on the Project. 17 1. Any subsequently approved products will only be allowed for use upon specific 18 approval by the City. 19 C. Any specific product requirements in the Contract Documents supersede similar 20 products included on the City's Standard Product List. 21 1. The City reserves the right to not allow products to be used for certain projects even 22 though the product is listed on the City's Standard Product List. 23 D. Although a specific product is included on City's Standard Product List,not all 24 products from that manufacturer are approved for use, including but not limited to, that 25 manufacturer's standard product. 26 E. See Section 0133 00 for submittal requirements of Product Data included on City's 27 Standard Product List. 28 END OF SECTION 29 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 2 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 DELIVERY AND HANDLING 21 B. Delivery Requirements 22 1. Schedule delivery of products or equipment as required to allow timely installation 23 and to avoid prolonged storage. 24 2. Provide appropriate personnel and equipment to receive deliveries. 25 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 26 for personnel or equipment to receive the delivery. 27 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 28 containers designed and constructed to protect the contents from physical or 29 environmental damage. 30 5. Clearly and fully mark and identify as to manufacturer, item and installation 31 location. 32 6. Provide manufacturer's instructions for storage and handling. 33 C. Handling Requirements 34 1. Handle products or equipment in accordance with these Contract Documents and 35 manufacturer's recommendations and instructions. 36 D. Storage Requirements 37 1. Store materials in accordance with manufacturer's recommendations and 38 requirements of these Specifications. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 2 1 2. Make necessary provisions for safe storage of materials and equipment. 2 a. Place loose soil materials and materials to be incorporated into Work to prevent 3 damage to any part of Work or existing facilities and to maintain free access at 4 all times to all parts of Work and to utility service company installations in 5 vicinity of Work. 6 3. Keep materials and equipment neatly and compactly stored in locations that will 7 cause minimum inconvenience to other contractors,public travel,adjoining owners, 8 tenants and occupants. 9 a. Arrange storage to provide easy access for inspection. 10 4. Restrict storage to areas available on construction site for storage of material and 11 equipment as shown on Drawings, or approved by City's Project Representative. 12 5. Provide off-site storage and protection when on-site storage is not adequate. 13 a. Provide addresses of and access to off-site storage locations for inspection by 14 City's Project Representative. 15 6. Do not use lawns, grass plots or other private property for storage purposes without 16 written permission of owner or other person in possession or control of premises. 17 7. Store in manufacturers' unopened containers. 18 8. Neatly, safely and compactly stack materials delivered and stored along line of 19 Work to avoid inconvenience and damage to property owners and general public 20 and maintain at least 3 feet from fire hydrant. 21 9. Keep public and private driveways and street crossings open. 22 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 23 satisfaction of City's Project Representative. 24 a. Total length which materials may be distributed along route of construction at 25 one time is 1,000 linear feet,unless otherwise approved in writing by City's 26 Project Representative. 27 PART 2 - EXECUTION 28 2.1 FIELD [oR] SITE QUALITY CONTROL 29 A. Tests and Inspections 30 1. Inspect all products or equipment delivered to the site prior to unloading. 31 B. Non-Conforming Work 32 1. Reject all products or equipment that are damaged, used or in any other way 33 unsatisfactory for use on the project. 34 2.2 PROTECTION 35 A. Protect all products or equipment in accordance with manufacturer's written directions. 36 B. Store products or equipment in location to avoid physical damage to items while in 37 storage. 38 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 39 the manufacturer. 40 END OF SECTION CITY OF FORT WORTH 2017-2019 Trac Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 1 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include,but are not necessarily limited to: 28 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1 —General Requirements 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Mobilization and Demobilization 33 a. Measure 34 1) This Item is considered subsidiary to the various Items bid. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 are subsidiary to the various Items bid and no other compensation will be 38 allowed. 39 END OF SECTION 40 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised January 18,2017 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page] of 2 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 01 33 00. 30 B. All submittals shall be approved by the City prior to delivery. 31 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Certificates 33 1. Provide certificate certifying that elevations and locations of improvements are in 34 conformance or non-conformance with requirements of the Contract Documents. 35 a. Certificate must be sealed by a registered professional land surveyor in the 36 State of Texas. 37 B. Field Quality Control Submittals 38 1. Documentation verifying accuracy of field engineering work. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 7123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 2 1 1.5 QUALITY ASSURANCE 2 A. Construction Staking 3 1. Construction staking will be performed by the Contractor. 4 2. Coordination 5 a. It is the Contractor's responsibility to coordinate staking such that construction 6 activities are not delayed or negatively impacted. 7 3. General 8 a. Contractor is responsible for preserving and maintaining stakes. 9 b. If in the opinion of the City, a sufficient number of stakes or markings have 10 been lost, destroyed or disturbed, by Contractor's neglect, such that the 11 contracted Work cannot take place, then the Contractor will be required to 12 replace stakes. 13 PART 2 - EXECUTION 14 2.1 FIELD [OR] SITE QUALITY CONTROL 15 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 16 City in accordance with this Specification. 17 B. Do not change or relocate stakes or control data without approval from the City. 18 END OF SECTION 19 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 017423-1 CLEANING Pagel oft 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 ADMINISTRATIVE REQUIREMENTS 19 A. Scheduling 20 1. Schedule cleaning operations so that dust and other contaminants disturbed by 21 cleaning process will not fall on newly painted surfaces. 22 2. Schedule final cleaning upon completion of Work and immediately prior to final 23 inspection. 24 PART 2 - EXECUTION 25 21 CLEANING 26 A. General 27 1. Prevent accumulation of wastes that create hazardous conditions. 28 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 29 governing authorities. 30 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 31 storm or sanitary drains or sewers. 32 4. Dispose of degradable debris at an approved solid waste disposal site. 33 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 34 alternate manner approved by City and regulatory agencies. 35 6. Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 017423-2 CLEANING Page 2 of 2 1 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 17 may become airborne or transported by flowing water during the storm. 18 C. Exterior(Site or Right of Way)Final Cleaning 19 1. Remove trash and debris containers from site. 20 a. Re-seed areas disturbed by location of trash and debris containers in accordance 21 with Section 32 92 13. 22 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 23 that may hinder or disrupt the flow of traffic along the roadway. 24 3. If no longer required for maintenance of erosion facilities, and upon approval by 25 City,remove erosion control from site. 26 4. Clean signs, lights, signals, etc. 27 END OF SECTION 28 29 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page] of2 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 ADMINISTRATIVE REQUIREMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.4 SUBMITTALS 25 A. Submit all required documentation to City's Project Representative. 26 PART 2- EXECUTION 27 2.1 CLOSEOUT PROCEDURE 28 A. Prior to requesting Final Inspection, submit: 29 1. Project Record Documents in accordance with Section 01 78 39 30 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 31 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 32 01 7423. 33 C. Final Inspection CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 7719-2 CLOSEOUT REQUIREMENTS Page 2 of 2 1 1. After final cleaning,provide notice to the City Project Representative that the Work 2 is completed. 3 a. The City will make an initial Final Inspection with the Contractor present. 4 b. Upon completion of this inspection,the City will notify the Contractor, in 5 writing within 10 business days, of any in which this inspection reveals that the 6 Work is defective or incomplete. 7 2. Upon receiving written notice from the City, immediately undertake the Work 8 required to remedy deficiencies and complete the Work to the satisfaction of the 9 City. 10 3. Upon completion of Work associated with the items listed in the City's written 11 notice, inform the City, that the required Work has been completed. Upon receipt 12 of this notice,the City, in the presence of the Contractor,will make a subsequent 13 Final Inspection of the project. 14 4. Provide all special accessories required to place each item of equipment in full 15 operation. These special accessory items include,but are not limited to: 16 a. Specified spare parts 17 b. Adequate oil and grease as required for the first lubrication of the equipment 18 c. Initial fill up of all chemical tanks and fuel tanks 19 d. Light bulbs 20 e. Fuses 21 f. Vault keys 22 g. Handwheels 23 h. Other expendable items as required for initial start-up and operation of all 24 equipment 25 D. Notice of Project Completion 26 1. Once the City Project Representative finds the Work subsequent to Final Inspection 27 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 28 E. Supporting Documentation 29 1. Coordinate with the City Project Representative to complete the following 30 additional forms: 31 a. Final Payment Request 32 b. Statement of Contract Time 33 c. Affidavit of Payment and Release of Liens 34 d. Consent of Surety to Final Payment 35 e. Pipe Report(if required) 36 f. Contractor's Evaluation of City 37 g. Performance Evaluation of Contractor 38 F. Letter of Final Acceptance 39 1. Upon review and acceptance of Notice of Project Completion and Supporting 40 Documentation, in accordance with General Conditions,City will issue Letter of 41 Final Acceptance and release the Final Payment Request for payment. 42 END OF SECTION 43 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 7823-1 OPERATION AND MAINTENANCE DATA Pagel of 4 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 ADMINISTRATIVE REQUIREMENTS 20 A. Schedule 21 1. Submit manuals in final form to the City within 30 calendar days of product 22 shipment to the project site. 23 1.4 SUBMITTALS 24 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 25 approved by the City prior to delivery. 26 1.5 INFORMATIONAL SUBMITTALS 27 A. Submittal Form 28 1. Prepare data in form of an instructional manual for use by City personnel. 29 2. Format 30 a. Size: 8 %2 inches x 11 inches 31 b. Paper 32 1) 40 pound minimum,white, for typed pages 33 2) Holes reinforced with plastic, cloth or metal 34 c. Text: Manufacturer's printed data,or neatly typewritten 35 d. Drawings 36 1) Provide reinforced punched binder tab,bind in with text 37 2) Reduce larger drawings and fold to size of text pages. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 7823-2 OPERATION AND MAINTENANCE DATA Paget of 1 e. Provide fly-leaf for each separate product, or each piece of operating 2 equipment. 3 1) Provide typed description of product, and major component parts of 4 equipment. 5 2) Provide indexed tabs. 6 f. Cover 7 1) Identify each volume with typed or printed title"OPERATING AND 8 MAINTENANCE INSTRUCTIONS". 9 2) List: 10 a) Title of Project 11 b) Identity of separate structure as applicable 12 c) Identity of general subject matter covered in the manual 13 3. Binders 14 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 15 b. When multiple binders are used, correlate the data into related consistent 16 groupings. 17 4. If available,provide an electronic form of the O&M Manual. 18 B. Manual Content 19 1. Neatly typewritten table of contents for each volume, arranged in systematic order 20 a. Contractor,name of responsible principal, address and telephone number 21 b. A list of each product required to be included, indexed to content of the volume 22 c. List,with each product: 23 1) The name, address and telephone number of the subcontractor or installer 24 2) A list of each product required to be included, indexed to content of the 25 volume 26 3) Identify area of responsibility of each 27 4) Local source of supply for parts and replacement 28 d. Identify each product by product name and other identifying symbols as set 29 forth in Contract Documents. 30 2. Product Data 31 a. Include only those sheets which are pertinent to the specific product. 32 b. Annotate each sheet to: 33 1) Clearly identify specific product or part installed 34 2) Clearly identify data applicable to installation 35 3) Delete references to inapplicable information 36 3. Drawings 37 a. Supplement product data with drawings as necessary to clearly illustrate: 38 1) Relations of component parts of equipment and systems 39 2) Control and flow diagrams 40 b. Coordinate drawings with information in Project Record Documents to assure 41 correct illustration of completed installation. 42 c. Do not use Project Record Drawings as maintenance drawings. 43 4. Written text, as required to supplement product data for the particular installation: 44 a. Organize in consistent format under separate headings for different procedures. 45 b. Provide logical sequence of instructions of each procedure. 46 5. Copy of each warranty, bond and service contract issued 47 a. Provide information sheet for City personnel giving: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of4 1 1) Proper procedures in event of failure 2 2) Instances which might affect validity of warranties or bonds 3 C. Manual for Materials and Finishes 4 1. Submit 5 copies of complete manual in final form. 5 2. Content, for architectural products, applied materials and finishes: 6 a. Manufacturer's data, giving full information on products 7 1) Catalog number, size, composition 8 2) Color and texture designations 9 3) Information required for reordering special manufactured products 10 b. Instructions for care and maintenance 11 1) Manufacturer's recommendation for types of cleaning agents and methods 12 2) Cautions against cleaning agents and methods which are detrimental to 13 product 14 3) Recommended schedule for cleaning and maintenance 15 3. Content, for moisture protection and weather exposure products: 16 a. Manufacturer's data, giving full information on products 17 1) Applicable standards 18 2) Chemical composition 19 3) Details of installation 20 b. Instructions for inspection, maintenance and repair 21 D. Manual for Equipment and Systems 22 1. Submit 5 copies of complete manual in final form. 23 2. Content, for each unit of equipment and system, as appropriate: 24 a. Description of unit and component parts 25 1) Function, normal operating characteristics and limiting conditions 26 2) Performance curves, engineering data and tests 27 3) Complete nomenclature and commercial number of replaceable parts 28 b. Operating procedures 29 1) Start-up,break-in,routine and normal operating instructions 30 2) Regulation, control, stopping, shut-down and emergency instructions 31 3) Summer and winter operating instructions 32 4) Special operating instructions 33 c. Maintenance procedures 34 1) Routine operations 35 2) Guide to "trouble shooting" 36 3) Disassembly, repair and reassembly 37 4) Alignment, adjusting and checking 38 d. Servicing and lubrication schedule 39 1) List of lubricants required 40 e. Manufacturer's printed operating and maintenance instructions 41 f. Description of sequence of operation by control manufacturer 42 1) Predicted life of parts subject to wear 43 2) Items recommended to be stocked as spare parts 44 g. As installed control diagrams by controls manufacturer 45 h. Each contractor's coordination drawings 46 1) As installed color coded piping diagrams 47 i. Charts of valve tag numbers, with location and function of each valve CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 017923-4 OPERATION AND MAINTENANCE DATA Page 4 of 4 1 j. List of original manufacturer's spare parts,manufacturer's current prices, and 2 recommended quantities to be maintained in storage 3 k. Other data as required under pertinent Sections of Specifications 4 3. Content, for each electric and electronic system, as appropriate: 5 a. Description of system and component parts 6 1) Function, normal operating characteristics, and limiting conditions 7 2) Performance curves,engineering data and tests 8 3) Complete nomenclature and commercial number of replaceable parts 9 b. Circuit directories of panelboards 10 1) Electrical service 11 2) Controls 12 3) Communications 13 c. As installed color coded wiring diagrams 14 d. Operating procedures 15 1) Routine and normal operating instructions 16 2) Sequences required 17 3) Special operating instructions 18 e. Maintenance procedures 19 1) Routine operations 20 2) Guide to "trouble shooting" 21 3) Disassembly,repair and reassembly 22 4) Adjustment and checking 23 f. Manufacturer's printed operating and maintenance instructions 24 g. List of original manufacturer's spare parts,manufacturer's current prices, and 25 recommended quantities to be maintained in storage 26 h. Other data as required under pertinent Sections of Specifications 27 4. Prepare and include additional data when the need for such data becomes apparent 28 during instruction of City's personnel. 29 1.6 QUALITY ASSURANCE 30 A. Provide operation and maintenance data by personnel with the following criteria: 31 1. Trained and experienced in maintenance and operation of described products 32 2. Skilled as technical writer to the extent required to communicate essential data 33 3. Skilled as draftsman competent to prepare required drawings 34 END OF SECTION 35 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 01 7839-1 PROJECT RECORD DOCUMENTS Pagel of 3 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 SUBMITTALS 19 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 20 City's Project Representative. 21 1.4 QUALITY ASSURANCE 22 A. Accuracy of Records 23 1. Thoroughly coordinate changes within the Record Documents,making adequate 24 and proper entries on each page of Specifications and each sheet of Drawings and 25 other Documents where such entry is required to show the change properly. 26 2. Accuracy of records shall be such that future search for items shown in the Contract 27 Documents may rely reasonably on information obtained from the approved Project 28 Record Documents. 29 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 30 information that the change has occurred 31 4. Provide factual information regarding all aspects of the Work,both concealed and 32 visible,to enable future modification of the Work to proceed without lengthy and 33 expensive site measurement, investigation and examination. 34 1.5 STORAGE AND HANDLING 35 A. Storage and Handling Requirements CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 3 1 1. Maintain the job set of Record Documents completely protected from deterioration 2 and from loss and damage until completion of the Work and transfer of all recorded 3 data to the final Project Record Documents. 4 2. In the event of loss of recorded data,use means necessary to again secure the data 5 to the City's approval. 6 a. In such case,provide replacements to the standards originally required by the 7 Contract Documents. 8 PART 2 - PRODUCTS 9 2.1 RECORD DOCUMENTS 10 A. Job set 11 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 12 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 13 B. Final Record Documents 14 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 15 the City 1 complete set of all Final Record Drawings in the Contract. 16 PART 3 - EXECUTION 17 3.1 MAINTENANCE DOCUMENTS 18 A. Maintenance of Job Set 19 1. Immediately upon receipt of the job set, identify each of the Documents with the 20 title, "RECORD DOCUMENTS -JOB SET". 21 2. Preservation 22 a. Considering the Contract completion time,the probable number of occasions 23 upon which the job set must be taken out for new entries and for examination, 24 and the conditions under which these activities will be performed, devise a 25 suitable method for protecting the job set. 26 b. Do not use the job set for any purpose except entry of new data and for review 27 by the City,until start of transfer of data to final Project Record Documents. 28 c. Maintain the job set at the site of work. 29 3. Coordination with Construction Survey 30 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 31 clearly mark any deviations from Contract Documents associated with 32 installation of the infrastructure. 33 4. Making entries on Drawings 34 a. Record any deviations from Contract Documents. 35 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 36 change by graphic line and note as required. 37 c. Date all entries. 38 d. Call attention to the entry by a "cloud"drawn around the area or areas affected. 39 e. In the event of overlapping changes,use different colors for the overlapping 40 changes. 41 5. Conversion of schematic layouts CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 3 1 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 2 ducts, and similar items, are shown schematically and are not intended to 3 portray precise physical layout. 4 1) Final physical arrangement is determined by the Contractor, subject to the 5 City's approval. 6 2) However, design of future modifications of the facility may require 7 accurate information as to the final physical layout of items which are 8 shown only schematically on the Drawings. 9 b. Show on the job set of Record Drawings, by dimension accurate to within 1 10 inch,the centerline of each run of items. 11 1) Final physical arrangement is determined by the Contractor, subject to the 12 City's approval. 13 2) Show,by symbol or note, the vertical location of the Item("under slab", "in 14 ceiling plenum", "exposed", and the like). 15 3) Make all identification sufficiently descriptive that it may be related 16 reliably to the Specifications. 17 c. The City may waive the requirements for conversion of schematic layouts 18 where, in the City's judgment, conversion serves no useful purpose. However, 19 do not rely upon waivers being issued except as specifically issued in writing 20 by the City. 21 B. Final Project Record Documents 22 1. Transfer of data to Drawings 23 a. Carefully transfer change data shown on the job set of Record Drawings to the 24 corresponding final documents, coordinating the changes as required 25 b. Clearly indicate at each affected detail and other Drawing a full description of 26 changes made during construction, and the actual location of items. 27 c. Call attention to each entry by drawing a "cloud" around the area or areas 28 affected. 29 d. Make changes neatly, consistently and with the proper media to assure 30 longevity and clear reproduction. 31 2. Transfer of data to other Documents 32 a. If the Documents, other than Drawings, have been kept clean during progress of 33 the Work, and if entries thereon have been orderly to the approval of the City, 34 the job set of those Documents, other than Drawings, will be accepted as final 35 Record Documents. 36 b. If any such Document is not so approved by the City, secure a new copy of that 37 Document from the City at the City's usual charge for reproduction and 38 handling, and carefully transfer the change data to the new copy to the approval 39 of the City. 40 END OF SECTION 41 42 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 Modified City of Fort Worth Specifications THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 3441 10-1 TRAFFIC SIGNALS Page 1 of 113 1 SECTION 34 4110 2 TRAFFIC SIGNALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. LED Traffic Signal Head Assemblies 7 2. LED Countdown Pedestrian Signal Head Assemblies 8 3. Pedestrian Push Button Assemblies 9 4. Accessible Pedestrian Signals (APS) 10 5. Radar Detection Equipment and Cable 11 6. Hybrid Vehicle Detection System and Cable 12 7. Vehicle Loop Detectors (Sawcut) 13 8. Emergency Vehicle Preemption Equipment and Cable 14 9. Battery Back-up(BBL) System for Signal Cabinets 15 10. Multi-conductor Cable 16 11. Power Lead-in Cable 17 12. Grounding Conductors 18 13. Ground Rod 19 14. Ground Boxes 20 15. Traffic Signal Structures 21 16. Foundations 22 17. Hardware Signal Pole Paint 23 18. Signal Controller 24 19. Controller Cabinet Assembly 25 20. Roadside Flashing Beacon Assembly 26 21. School Zone Flasher Assembly 27 22. Rectangular Rapid Flashing Beacon(RRFB)Assembly 28 23. Louvered Back Plates 29 24. Powder Coating Signal Structures 30 B. Deviations from this City of Fort Worth Standard Specification 31 1. None. 32 C. Related Specification Sections include,but are not necessarily limited to: 33 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the 34 Contract 35 2. Division 1 —General Requirements 36 3. Section 03 30 00—Cast-in-Place Concrete 37 4. Section 26 05 00—Common Work Results for Electrical CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-2 TRAFFIC SIGNALS Page 2 of 113 1 5. Section 26 05 33—Raceways and Boxes for Electrical Systems 2 6. Section 3123 16—Unclassified Excavation 3 7. Section 3124 00—Embankments 4 8. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 5 9. Section 33 05 30—Location of Existing Utilities 6 1.2 PRICE AND PAYMENT PROCEDURES 7 A. Measurement and Payment 8 1. LED Traffic Signal Head Assemblies 9 a. Measurement 10 1) Measurement for this Item shall be per each LED traffic signal head 11 assembly installed 12 b. Payment 13 1) The work performed and materials furnished in accordance to this Item 14 shall be paid for at the unit price bid per each"Signal Head Assmbly" 15 installed for: 16 a) Various numbers of sections 17 c. The price bid shall include: 18 1) Furnishing and installing LED Traffic Signal Head Assembly and 19 appurtenances including hinge pins, lens clips, locking devices, and gaskets 20 2) Housing and doors 21 3) Detachable visors 22 4) LED lamp unit 23 5) Louvers 24 6) Mounting hardware 25 7) Aluminum, vented one- or two-piece back plates and mounting hardware 26 8) Cable inside the pole will be paid for separately 27 2. LED Countdown Pedestrian Signal Head Assemblies 28 a. Measurement 29 1) Measurement for this Item shall be per each pedestrian signal section or 30 each pedestrian signal retrofit module installed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid per each"Ped Signal Section" or"Ped 34 Signal Retrofit Module" installed. 35 c. The price bid for"Ped Signal Section"shall include: 36 1) Furnishing, assembling, and installing the pedestrian signal sections 37 2) Housing units 38 3) LED countdown pedestrian units 39 4) Mounting attachments and completing wiring connections 40 5) Cable inside the pole will be paid for separately 41 d. The price bid for"Ped Signal Retrofit Module"shall include: 42 1) Furnishing, assembling, and installing the pedestrian signal sections 43 2) LED countdown pedestrian units 44 3) Mounting attachments and completing wiring connections 45 4) Disposal of incandescent unit 46 5) Cable inside the pole will be paid for separately CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-3 TRAFFIC SIGNALS Page 3 of 113 1 3. Pedestrian Push Button Assemblies 2 a. Measurement 3 1) Measurement for this Item shall be per each pedestrian push button 4 installed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 shall be paid for at the unit price bid per each"Ped Push Btn Assmbly" 8 installed for: 9 a) Various mounting methods 10 c. The price bid shall include: 11 1) Furnishing and installing Pedestrian Push Button Assemblies 12 2) Button housing 13 3) Button cap 14 4) LED indication 15 5) Push button signs 16 6) Switch 17 7) Built-in surge protection 18 8) Audible notification system 19 9) Mounting hardware 20 10) Cable inside the pole will be paid for separately 21 4. Accessible Pedestrian Signals (APS) 22 a. Measurement 23 1) Measurement for this Item shall be per each accessible pedestrian signal 24 station installed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each"Accessible Pedestrian 28 Signal"unit of the type specified. 29 c. The price bid shall include: 30 1) Furnishing, installing, and testing the Accessible Pedestrian Signal 31 pushbutton stations 32 2) Mounting hardware 33 3) Sign adapter 34 4) Pushbutton stations 35 5) Central control units 36 6) Vibrotactile arrow with high visual contrast 37 7) Wiring harness 38 8) Voice message setup 39 9) Configuration devices or software 40 10) RIO-3e(L/R) signs 41 11) The signal conductor cable from the signal cabinet to the pushbutton 42 station shall be paid for under"Multi-conductor Cable" 43 5. Radar Detection System and Cable 44 a. Furnish and Install Radar Detection System 45 1) Measurement 46 a) Measurement for this Item shall be per each intersection approach 47 furnished and installed. 48 2) Payment CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-4 TRAFFIC SIGNALS Page 4 of 113 1 a) The work performed and materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each"Furnish/Install 3 Radar Detection System"installed for: 4 (1) Various types 5 3) The price bid shall include: 6 a) Furnishing, assembling and installing Radar Detection Device 7 b) Contact closure input file cards 8 c) Relays 9 d) Detector back plates 10 e) Set-up and diagnostic software including programming and testing of 11 all detection zones per signal plans. 12 f) Circuits 13 g) Mounting hardware 14 h) Cable will be paid for separately 15 b. Install Radar Detection System 16 1) Measurement 17 a) Measurement for this Item shall be per each intersection approach 18 installed. 19 2) Payment 20 a) The work performed and materials furnished in accordance with this 21 Item shall be paid for at the unit price bid per each"Install Radar 22 Detection Device"for: 23 (1) Various types 24 3) The price bid shall include: 25 a) Scheduling pickup of material from the City 26 b) Pickup and transportation of material from the City to the jobsite 27 c) Taking precautions to ensure material is not damaged during 28 transportation 29 d) Installing Radar Presence Device 30 e) Installing detector back plates 31 f) Relays 32 g) Set-up and diagnostic software including programming and testing of 33 all detection zones per signal plans. 34 h) Circuits 35 i) Cable will be paid for separately 36 c. Furnish and Install Radar Detection Cable 37 1) Measurement 38 a) Measurement for this Item shall be per linear foot of radar detection 39 cable furnished and installed. 40 2) Payment 41 a) The work performed and materials furnished in accordance with this 42 Item shall be paid for at the unit price bid per linear foot 43 "Furnish/Install Radar Detection Cable"installed. 44 3) The price bid shall include: 45 a) Furnishing and installing radar detection cable 46 b) Making all connections to radar detection detectors and back panels 47 d. Install Radar Detection Cable 48 1) Measurement CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-5 TRAFFIC SIGNALS Page 5 of 113 1 a) Measurement for this Item shall be per linear foot of radar detection 2 cable installed 3 2) Payment 4 a) The work performed and materials furnished in accordance with this 5 Item shall be paid for at the unit price bid per linear foot"Install Radar 6 Detection Cable"installed. 7 3) The price bid shall include: 8 a) Scheduling pickup of material from the City 9 b) Pickup and transportation of material from the City to the jobsite 10 c) Taking precautions to ensure material is not damaged during 11 transportation 12 d) Installing radar cable 13 e) Making all connections to radar detectors and back panels 14 6. Hybrid Vehicle Detection System and Cable 15 a. Furnish and Install Hybrid Vehicle Detection System 16 1) Measurement 17 a) Measurement for this Item shall be per each intersection approach 18 furnished and installed. 19 2) Payment 20 a) The work performed and materials furnished in accordance with this 21 Item shall be paid for at the unit price bid per each"Furnish/Install 22 Hybrid Detection". 23 3) The price bid shall include: 24 a) Purchasing equipment and cable from City if called out in the 25 Drawings 26 b) Furnishing, installing and testing hybrid detection 27 c) Detector units 28 d) Mini-hub detector cards 29 e) Mounting hardware 30 f) Operational software 31 g) Communication interface panel 32 h) Field setup monitor 33 i) Setup of all detection zones per traffic signal plans. Setup must be 34 approved by City staff. 35 j) Cable will be paid for separately 36 b. Install Hybrid Vehicle Detection System 37 1) Measurement 38 a) Measurement for this Item shall be per each intersection approach 39 installed 40 2) Payment 41 a) The work performed and materials furnished in accordance with this 42 Item shall be paid for at the unit price bid per each"Install Hybrid 43 Vehicle Detection". 44 3) The price bid shall include: 45 a) Scheduling pickup of material from the City 46 b) Pickup and transportation of material from the City to the jobsite 47 c) Taking precautions to ensure material is not damaged during 48 transportation CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-6 TRAFFIC SIGNALS Page 6 of 113 1 d) Installing and testing all VIVDS components 2 e) Setup of all detection zones per traffic signal plans. Setup must be 3 approved by City staff. 4 c. Furnish and Install Hybrid Vehicle Detection Cable 5 1) Measurement 6 a) Measurement for this Item shall be per linear foot of hybrid detection 7 cable furnished and installed. 8 2) Payment 9 a) The work performed and materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per linear foot 11 "Furnish/Install Hybrid Detection Cable". 12 3) The price bid shall include: 13 a) Furnishing and installing hybrid detection cable 14 b) Making all connections to cameras and controller equipment 15 d. Install Hybrid Vehicle Detection Cable 16 1) Measurement 17 a) Measurement for this Item shall be per linear foot of hybrid detection 18 cable installed 19 2) Payment 20 a) The work performed and materials fumished in accordance with this 21 Item shall be paid for at the unit price bid per linear foot"Install 22 Hybrid Detection Cable"installed. 23 3) The price bid shall include: 24 a) Scheduling pickup of material from the City 25 b) Pickup and transportation of material from the City to the jobsite 26 c) Taking precautions to ensure material is not damaged during 27 transportation 28 d) Installing cable 29 e) Making all connections to cameras and controller equipment 30 f) Cable inside the pole will be paid for separately 31 7. Vehicle Loop Detectors (Sawcut) 32 a. Measurement 33 1) Measurement for this Item will be per linear foot of sawcut containing loop 34 wire. 35 b. Payment 36 1) The work performed and materials furnished in accordance to this Item and 37 measured as provided under"Measurement"shall be paid for at the unit 38 price bid per linear foot of"Loop Detector Cable Sawcut". 39 c. The price bid shall include: 40 1) Sawcutting pavement 41 2) Excavation 42 3) Disposal of excess material 43 4) Backfill 44 5) Pavement repair associated with sawcutting 45 6) Sawcut wire 46 7) Sealant 47 8) Sealant placement 48 9) Clean-up CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-7 TRAFFIC SIGNALS Page 7 of 113 1 10) Testing 2 11) Conduit and loop wire from the edge of pavement to the ground box used 3 for vehicle loop detectors 4 12) The following items will be paid for separately: 5 a) New ground boxes 6 b) New loop lead in cable 7 8. Emergency Vehicle Preemption Equipment and Cable 8 a. Furnish and Install Preemption Detector 9 1) Measurement 10 a) Measurement for this Item shall be per each Preemption Detector 11 furnished and installed. 12 2) Payment 13 a) The work performed and materials furnished in accordance with this 14 Item shall be paid for at the unit price bid per each"Fumish/Install 15 Preempt Detector" for: 16 (1) Various types 17 3) The price bid shall include: 18 a) Furnishing, installing and testing preemption detectors 19 b) Card rack 20 c) Phase selector 21 d) Mounting hardware 22 e) Cable inside the pole will be paid for separately 23 b. Install Preemption Detector 24 1) Measurement 25 a) Measurement for this Item shall be per each Preemption Detector 26 installed. 27 2) Payment 28 a) The work performed and materials furnished in accordance with this 29 Item shall be paid for at the unit price bid per each"Install Preempt 30 Detector" for: 31 (1) Various types 32 3) The price bid shall include: 33 a) Scheduling pickup of material from the City 34 b) Pickup and transportation of material from the City to the jobsite 35 c) Taking precautions to ensure material is not damaged during 36 transportation 37 d) Installing and testing preemption detector 38 c. Furnish and Install Preemption Cable 39 1) Measurement 40 a) Measurement for this Item shall be per linear foot of preemption cable 41 furnished and installed. 42 2) Payment 43 a) The work performed and materials furnished in accordance with this 44 Item shall be paid for at the unit price bid per linear foot 45 "Fumish/Install Preemption Cable" installed. 46 3) The price bid shall include: 47 a) Furnishing and installing preemption cable CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-8 TRAFFIC SIGNALS Page 8 of 113 1 b) Making all connections to preemption detectors,phase selectors, and 2 controller 3 d. Install Preemption Cable 4 1) Measurement 5 a) Measurement for this Item shall be per linear foot of preemption cable 6 installed 7 2) Payment 8 a) The work performed and materials famished in accordance with this 9 Item shall be paid for at the unit price bid per linear foot"Install 10 Preemption Cable" installed. 11 3) The price bid shall include: 12 a) Scheduling pickup of material from the City 13 b) Pickup and transportation of material from the City to the jobsite 14 c) Taking precautions to ensure material is not damaged during 15 transportation 16 d) Installing preemption cable 17 e) Making all connections to preemption detectors,phase selectors, and 18 controller 19 9. Battery Back-Up(BBU) System for Signal Cabinets 20 a. Furnish and Install BBU System for Signal Cabinet 21 1) Measurement 22 a) Measurement for this Item shall be per each BBU System component 23 furnished and installed 24 2) Payment 25 a) The work performed and materials furnished in accordance to this Item 26 shall be paid for at the unit price bid per each"Furnish/Install BBU 27 System"for: 28 (1) Various components 29 (2) Various types 30 3) The price bid shall include: 31 a) Furnishing, installing and testing the BBU system 32 b) Purchasing equipment from City if called out in the Drawings 33 c) Inverter/charger 34 d) Manual bypass switch 35 e) Integrated power transfer switch or automatic bypass switch 36 f) Batteries 37 g) Self-contained external mounted cabinet 38 h) Mounting hardware 39 i) Wiring, and all necessary hardware and software 40 b. Install BBU System for Signal Cabinet 41 1) Measurement 42 a) Measurement for this Item shall be per each BBU System installed 43 2) Payment 44 a) The work performed and materials furnished in accordance to this Item 45 shall be paid for at the unit price bid per each"Install BBU System" 46 for: 47 (1) Various types 48 3) The price bid shall include: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-9 TRAFFIC SIGNALS Page 9 of 113 1 a) Scheduling pickup of material from the City 2 b) Pickup and transportation of material from the City to the jobsite 3 c) Taking precautions to ensure material is not damaged during 4 transportation 5 d) Installing and testing the BBU system 6 e) Wiring, and all necessary hardware and software 7 10. Multi-conductor Cable 8 a. Measurement 9 1) Measurement for this Item shall be per linear foot. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement" shall be paid for at the 13 unit price bid per linear foot of"Multi-conductor Cable"installed for: 14 a) Various types 15 b) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Multi-conductor Cable 18 11. Power Lead-in Cable 19 a. Measurement 20 1) Measurement for this Item shall be per linear foot of power lead-in cable 21 installed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement" shall be paid for at the 25 unit price bid per linear foot of"Insulated Elec Condr"installed for: 26 a) Various types 27 b) Various sizes 28 c. The price bid shall include: 29 1) Furnishing and installing Power Lead-in Cable 30 12. Grounding Conductors 31 a. Measurement 32 1) Measurement for this Item shall be per linear foot. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement"shall be paid for at the 36 unit price bid per linear foot of"Bare Elec Condr" installed for: 37 a) Various types 38 b) Various sizes 39 c. The price bid shall include: 40 1) Furnishing and installing Grounding Conductors 41 13. Ground Rod 42 a. Measurement 43 1) This Item is considered subsidiary to the various Traffic Signal Structures 44 being installed. 45 b. Payment CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-10 TRAFFIC SIGNALS Page 10 of 113 1 1) The work performed and the materials furnished in accordance with this 2 Item are subsidiary to various Traffic Signal Structures being installed and 3 shall be subsidiary to the unit price bid per various Traffic Signal 4 Structures being installed, and no other compensation will be allowed. 5 14. Ground Boxes 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each"Ground Box"installed for: 11 2) Various sizes 12 3) Various types 13 c. The price bid shall include: 14 1) Furnishing and installing Ground Box 15 2) Excavation and backfill 16 3) Enclosures 17 4) Covers 18 5) Bolts 19 6) Gravel 20 7) Concrete apron when required 21 15. Traffic Signal Structures 22 a. Furnish and Install Pedestal and Push Button Pole Assembly 23 1) Measurement 24 a) Measurement for this Item shall be per each assembly furnished and 25 installed 26 2) Payment 27 a) The work performed and materials furnished in accordance to this Item 28 shall be paid for at the unit price bid per each"Furnish/Install Ped or 29 Push Button Pole Assmbly"furnished and installed for: 30 (1) Various types 31 (2) Various sizes 32 3) The price bid shall include: 33 a) Excavation and backfill 34 b) Furnishing and installing each Pedestal or Push Button Pole Assembly 35 c) Purchasing pedestal pole assemblies from City if called out in the 36 Drawings 37 d) Furnishing,placement and compaction of backfill 38 e) Anchor bolts 39 f) Clean-up 40 b. Install Pedestal or Push Button Pole Assembly 41 1) Measurement 42 a) Measurement for this Item shall be per each assembly installed. 43 2) Payment 44 a) The work performed and materials furnished in accordance to this Item 45 shall be paid for at the unit price bid per each"Install Ped or Push 46 Button Pole Assmbly"furnished and installed for: 47 (1) Various types 48 (2) Various sizes CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-11 TRAFFIC SIGNALS Page 11 of 113 1 3) The price bid shall include: 2 a) Scheduling pickup of material from the City 3 b) Pickup and transportation of material from the City to the jobsite 4 c) Taking precautions to ensure material is not damaged during 5 transportation 6 d) Excavation and backfill 7 e) Installing each Pedestal or Push Button Pole Assembly 8 f) Furnishing,placement and compaction of backfill 9 g) Clean-up 10 c. Furnish and Install Signal Poles 11 1) Measurement 12 a) Measurement for this Item shall be per each signal pole furnished and 13 installed. 14 2) Payment 15 a) The work performed and materials furnished in accordance to this Item 16 shall be paid for at the unit price bid per each"Furnish/Install Signal 17 Pole"installed for: 18 (1) Various types 19 3) The price bid shall include: 20 a) Excavation and backfill 21 b) Furnishing and installing each Signal Pole Assembly 22 c) Luminaire arm 23 d) LED fixture shall be paid for separately 24 e) Erecting assembly on concrete foundation 25 f) Furnishing and placing anchor bolts,nuts, washers,and templates 26 d. Install Signal Poles 27 1) Measurement 28 a) Measurement for this Item shall be per each signal pole installed. 29 2) Payment 30 a) The work performed and materials furnished in accordance to this Item 31 shall be paid for at the unit price bid per each"Install Signal Pole" 32 installed for: 33 (1) Various types 34 3) The price bid shall include: 35 a) Scheduling pickup of material from the City 36 b) Pickup and transportation of material from the City to the jobsite 37 c) Taking precautions to ensure material is not damaged during 38 transportation 39 d) Excavation and backfill 40 e) Installing each Signal Pole Assembly 41 f) Installing luminaire arm, fixture, and lamp if specified 42 g) Erecting assembly on concrete foundation 43 h) Installing anchor bolts, nuts, washers, and templates 44 e. Furnish and Install Mast Arm 45 1) Measurement 46 a) Measurement for this Item shall be per each Mast Arm furnished and 47 installed. 48 2) Payment CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-12 TRAFFIC SIGNALS Page 12 of 113 1 a) The work performed and materials furnished in accordance to this Item 2 shall be paid for at the unit price bid per each"Furnish/Install Mast 3 Arm"furnished and installed for: 4 (1) Various length intervals 5 (2) Various types 6 3) The price bid shall include: 7 a) Furnishing, assembling and installing Mast Arm 8 b) Mounting equipment 9 c) Luminaire arm, if specified 10 d) LED fixture shall be paid for separately 11 e) Vibration dampers 12 fl Clean-up 13 f. Install Mast Arm 14 1) Measurement 15 a) Measurement for this Item shall be per each Mast Arm installed. 16 2) Payment 17 a) The work performed and materials furnished in accordance to this Item 18 shall be paid for at the unit price bid per each"Install Mast Arm' 19 installed for: 20 (1) Various length intervals 21 (2) Various types 22 3) The price bid shall include: 23 a) Scheduling pickup of material from the City 24 b) Pickup and transportation of material from the City to the jobsite 25 c) Taking precautions to ensure material is not damaged during 26 transportation 27 d) Assembling and installing Standard Mast Arm 28 e) Installing luminaire arm, fixture, and lamp if specified 29 f) Mounting equipment 30 g) Vibration dampers 31 h) Clean-up 32 16. Foundations 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and materials furnished in accordance to this Item 37 shall be paid for at the unit price bid per each"Foundation"installed for: 38 a) Various types 39 c. The price bid shall include: 40 1) Coordination and notification 41 2) Exploratory excavation(as needed) 42 3) Excavation 43 4) Disposal of excess material 44 5) Hauling 45 6) Protection of the excavation 46 7) Forms 47 8) Reinforcing steel 48 9) Grounding rods CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-13 TRAFFIC SIGNALS Page 13 of 113 1 10) Concrete 2 11) Installing Foundation 3 12) Clean-up 4 13) Testing 5 17. Hardware Signal Pole Paint 6 a. Measurement 7 1) This Item is considered subsidiary to the various Traffic Signal Structures 8 being installed and painted. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item are subsidiary to various Traffic Signal Structures being installed and 12 painted and shall be subsidiary to the unit price bid per various Traffic 13 Signal Structures being installed and painted, and no other compensation 14 will be allowed. 15 18. Signal Controller 16 a. Furnish and Install Signal Controller 17 1) Measurement 18 a) Measurement for this Item shall be per each controller installed. 19 2) Payment 20 a) The work performed and materials furnished in accordance to this Item 21 shall be paid for at the unit price bid per each"Furnish/Install Signal 22 Controller" installed for: 23 (1) Various mounting methods 24 3) The price bid shall include: 25 a) Taking precautions to ensure material is not damaged during 26 transportation 27 b) Installing the controller in the cabinet 28 c) Wiring 29 d) Testing 30 e) Troubleshooting 31 b. Install Signal Controller 32 1) Measurement 33 a) Measurement for this Item shall be per each assembly installed. 34 2) Payment 35 a) The work performed and materials furnished in accordance to this Item 36 shall be paid for at the unit price bid per each"Controller&Cabinet" 37 installed for: 38 (1) Various mounting methods 39 3) The price bid shall include: 40 a) Scheduling pickup of material from the City 41 b) Pickup and transportation of material from the City to the jobsite 42 c) Taking precautions to ensure material is not damaged during 43 transportation 44 d) Installing the controller in the cabinet 45 e) Wiring 46 f) Testing 47 g) Troubleshooting CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-14 TRAFFIC SIGNALS Page 14 of 113 1 19. Controller Cabinet Assembly 2 a. Furnish and Install Controller Cabinet Assembly 3 1) Measurement 4 a) Measurement for this Item shall be per each assembly installed. 5 2) Payment 6 a) The work performed and materials furnished in accordance to this Item 7 shall be paid for at the unit price bid per each"Furnish/Install 8 Controller&Cabinet Assmbly"installed for: 9 (1) Various mounting methods 10 (2) Various types 11 3) The price bid shall include: 12 a) Taking precautions to ensure material is not damaged during 13 transportation 14 b) Installing the controller cabinet assembly on the foundation or support 15 c) Power supply 16 d) Conflict monitor 17 e) Load switches 18 f) Conduit within 6"of foundation 19 g) Grounding rod 20 h) Wiring 21 i) Cable within 6"of foundation 22 j) Terminating 23 k) Testing 24 1) Troubleshooting 25 b. Install Controller Cabinet Assembly 26 1) Measurement 27 a) Measurement for this Item shall be per each assembly installed. 28 2) Payment 29 a) The work performed and materials furnished in accordance to this Item 30 shall be paid for at the unit price bid per each"Controller& Cabinet" 31 installed for: 32 (1) Various mounting methods 33 3) The price bid shall include: 34 a) Scheduling pickup of material from the City 35 b) Pickup and transportation of material from the City to the jobsite 36 c) Taking precautions to ensure material is not damaged during 37 transportation 38 d) Installing the Controller and Cabinet Assembly on the foundation or 39 support 40 e) Conduit within 6"of foundation 41 f) Grounding rod 42 g) Wiring 43 h) Cable within 6"of foundation 44 i) Terminating 45 j) Testing 46 k) Troubleshooting 47 20. Roadside Flashing Beacon Assembly 48 a. Measurement CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-15 TRAFFIC SIGNALS Page 15 of 113 1 1) Measurement for this Item shall be per each assembly installed, relocated, 2 or removed. 3 b. Payment 4 1) The work performed and materials furnished in accordance to this Item 5 shall be paid for at the unit price bid per each assembly installed for: 6 a) Install Roadside Flashing Beacon Assembly 7 b) Relocate Roadside Flashing Beacon Assembly 8 c) Remove Roadside Flashing Beacon Assembly 9 d) Various applications including signal ahead, intersection ahead, stop 10 ahead, etc. 11 c. The price bid shall include: 12 1) Installation 13 a) Furnishing, fabricating, galvanizing, assembling, and erecting the 14 roadside flashing beacon assemblies. 15 b) Foundations 16 c) Anchor bolts, nuts,washers, and templates 17 d) Cabinet 18 e) Controller 19 f) Flasher and interface board 20 g) Sign 21 h) Beacon 22 i) Back plate, if required 23 j) Solar panel, if specified 24 k) Solar regulator/charger, if specified 25 1) Batteries, if specified 26 m) Equipment, materials, labor, tools, and incidentals. 27 n) Pedestal pole base 28 o) Pedestal pole 29 p) Pole reinforcing collar 30 2) Relocation 31 a) Removing the roadside flashing beacon assembly 32 b) Removing existing foundations 2' below grade 33 c) Installing new foundations 34 d) Furnishing, fabricating, and installing any new components as required 35 and replacing the assembly on its new foundations with all 36 manipulations and electrical work 37 e) Salvaging materials to be returned to the City 38 f) Disposal of unsalvageable material 39 g) Loading and hauling 40 h) Equipment, material, labor,tools, and incidentals 41 3) Removal 42 a) Removing the various roadside flashing beacon assemblies 43 components 44 b) Removing the foundations 2' below grade 45 c) Storing the components to be reused or salvaged 46 d) Disposal of unsalvageable material 47 e) Backfilling and surface placement 48 f) Loading and hauling CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-16 TRAFFIC SIGNALS Page 16 of 113 1 g) Equipment, materials,tools, labor,and incidentals 2 21. School Zone Flasher Assembly 3 a. Measurement 4 1) Measurement for this Item shall be per each School Zone Flasher assembly 5 furnished and installed. 6 b. Payment 7 1) The work performed and materials furnished in accordance to this Item 8 shall be paid for at the unit price bid per each"Furnish/Install School Zone 9 Flasher" furnished and installed. 10 c. The price bid shall include: 11 1) Excavation and backfill 12 2) Foundation 13 3) Pedestal pole 14 4) Pedestal base 15 5) Pole reinforcing collar 16 6) Mounting hardware 17 7) Sign(s) 18 8) Wiring 19 9) Cabinet 20 10) Time switch 21 11) Remote School Beacon Monitoring System(RSBMS) 22 12) 12"polycarbonate traffic signal head 23 13) Driver Feedback display, if specified 24 14) Solar array, if specified 25 15) Batteries, if specified 26 16) Flasher and interface circuit board 27 17) Photovoltaic controller 28 18) Power supply and timing 29 19) Programming 30 20) Training City staff 31 21) 5-years of hosting of the software and cellular service costs 32 22) Erecting assembly on concrete foundation 33 23) Furnishing and placing anchor bolts,nuts,washers,and templates 34 22. Rectangular Rapid Flashing Beacon(RRFB)Assembly 35 a. Measurement 36 1) Measurement for this Item shall be per each RRFB assembly furnished and 37 installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance to this Item 40 shall be paid for at the unit price bid per each"Furnish/Install RRFB" 41 installed for: 42 a) Various types 43 c. The price bid shall include: 44 1) Excavation and backfill 45 2) Foundation 46 3) Pole 47 4) LED flasher module 48 5) Mounting hardware CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-17 TRAFFIC SIGNALS Page 17 of 113 1 6) Sign(s) 2 7) Solar panel 3 8) Batteries 4 9) Wiring 5 10) Web-based monitoring 6 11) Detection system as specified in the plans 7 12) Wireless communication system 8 13) Erecting assembly on concrete foundation 9 14) Furnishing and placing anchor bolts, nuts,washers,and templates 10 23. Louvered Back Plates 11 a. Measurement 12 1) Measurement for this Item shall be considered subsidiary to the Signal 13 Head Assmbly pay items. 14 b. Payment 15 1) The work performed and materials furnished in accordance to this Item 16 shall be considered subsidiary to the Signal Head Assmbly pay items. 17 c. The price bid shall include: 18 1) Installing louvered back plate to signal heads 19 2) Mounting hardware(self-tapping screws) 20 3) Clean-up 21 24. Powder Coating Signal Structures 22 a. Measurement 23 1) Measurement for this Item shall be per each traffic signal structure powder 24 coated. 25 b. Payment 26 1) The work performed and materials furnished in accordance to this Item 27 shall be paid for at the unit price bid per each traffic signal structure 28 powder coated for: 29 a) Various length of traffic signal poles 30 b) Various length of pedestal and push button poles 31 c) Various length of traffic signal mast arms 32 c. The price bid shall include: 33 1) Mechanically etching surfaces by brush blasting 34 2) Coating material 35 3) Delivery to and from powder coating company 36 1.3 REFERENCES 37 A. Abbreviations and Acronyms 38 1. VIVDS: Video imaging vehicle detection system 39 2. BBU: Battery back-up system 40 3. LED: light emitting diode 41 4. APS: Accessible Pedestrian Signal 42 5. RRFB: Rectangular rapid flashing beacon 43 6. RSBMS:Remote School Beacon Monitoring Sysstem 44 B. Definitions 45 1. Battery Back-Up (BBU) System CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-18 TRAFFIC SIGNALS Page 18 of 113 1 a. Automatic Bypass Relay 2 1) A unit connected between the inverter/charger, and the load, which can 3 automatically switch power to the controller cabinet service panel from 4 inverter output power to utility line power, in the event of an inverter 5 failure. 6 b. Battery Back-Up System(BBU System) 7 1) The battery back-up system includes but is not limited to a manual bypass 8 switch,automatic bypass switch or power transfer switch, inverter/charger, 9 batteries,wiring, external cabinet and all necessary hardware for system 10 operation. 11 c. Battery Back-Up System Software(BBU System software) 12 1) All software associated with operation,programming and functional 13 requirements of the BBU system. 14 d. Battery Monitoring Device 15 1) The device which monitors battery temperatures and charge rate of the 16 batteries used in the BBU system. Shall be an ambient sensor internal to 17 the inverter/charger. 18 e. Batteries 19 1) Standard 12V batteries wired in series with a cumulative minimum rated 20 capacity of 210 amp-hours. 21 f. Boost 22 1) When enabled, the BBU inverter/charger shall automatically switch into 23 this mode to raise the utility line voltage when it drops below a preset limit. 24 The limit may be user defined or use manufacturer default settings 25 (typically 100V AC). 26 g. Buck 27 1) When enabled, the unit shall automatically switch into this mode to reduce 28 the utility line voltage when it rises above a preset limit. The limit may be 29 user defined or use manufacturer default settings (typically 135V AC). 30 h. External Cabinet 31 1) The structure which houses the complete system components for the BBU 32 System. 33 i. Inverter/Charger 34 1) The unit which converts the DC voltage input into 120 VAC output for the 35 traffic signal cabinet to operate. As a minimum the inverter/charger shall 36 be rated for 1400 VA, 1000 watts. 37 j. Inverter Line Voltage 38 1) The power supplied from the BBU system to the traffic signal cabinet from 39 the BBU System inverter. 40 k. Manual Bypass 41 1) Manual switch that allows user to bypass BBU power to service system 42 equipment. Manual bypass switch switches utility line power directly to 43 cabinet. 44 1. Signal Operation Mode 45 1) A signalized intersection generating a 70OW load when running in normal 46 operation. 47 in. Signal Flash Mode CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-19 TRAFFIC SIGNALS Page 19 of 113 1 1) A signalized intersection generating a 30OW load when running in the flash 2 mode of operation. 3 n. Utility Line Voltage 4 1) The 120V AC power supplied to the BBU system 5 2. Back Plate 6 a. A thin strip of material extending outward from all sides of a signal head. 7 C. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. American Standard Testing Materials (ASTM) 12 a. ASTM B85-57T—"Standard Specification for Aluminum-Alloy Die Castings" 13 b. ASTM B26-57T—"Standard Specification for Aluminum-Alloy Sand 14 Castings" 15 c. ASTM B-209-57T—"Standard Specification for Aluminum and Aluminum- 16 Alloy Sheet and Plate" 17 d. ASTM D-1535—"Standard Practice for Specifying Color by the Munsell 18 System" 19 e. ASTM B-033 —"Standard Specification for Tinned Soft or Annealed Copper 20 Wire for Electrical Purposes" 21 f. ASTM B-8—"Standard Specification for Concentric-Lay-Stranded Copper 22 Conductors,Hard, Medium-Hard, or Soft" 23 g. ASTM A3250-N—"High Strength Galvanized Steel Bolts" 24 h. ASTM A490-N—"High Strength Galvanized Steel Bolts" 25 i. ASTM A123 —"Standard Specification for Zinc(Hot-Dip Galvanized) 26 Coatings on Iron and Steel Products" 27 j. ASTM A153 —"Standard Specification for Zinc Coating(Hot-Dip) on Iron and 28 Steel Hardware" 29 3. Texas Manual on Uniform Control Devices (TMUTCD) 30 a. Part IV—Traffic Signals 31 4. Manual on Uniform Traffic Control Devices, 2009 Edition 32 a. Digits 33 5. Federal Aviation Administration(FAA) 34 a. FAA L-802-B 35 6. Institute of Transportation Engineers (ITE): 36 a. Vehicle Traffic Control Signal Head—Light Emitting Diode(LED) Circular 37 Signal Supplemental(VTCSH),adopted June 2005. 38 b. Vehicle Traffic Control Signal Head Part 3:Light Emitting Diode (LED) 39 Arrow Traffic Signal Modules. 40 c. Equipment and Materials Standards, Vehicle Traffic Control Signal Heads 41 (VTCSH) Part 2:LED Vehicle Signal Modules. 42 d. PTCSI LED Signal Modules Draft Version of February 2009 43 1) Luminous intensity,uniformity and viewing angles 44 2) Chromaticity 45 7. Underwriter's Laboratory Incorporate(UL) 46 a. Standard UL-651 —"Schedule 40 and 80 Rigid PVC Conduit and Fittings" CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-20 TRAFFIC SIGNALS Page 20 of 113 1 b. Standard UL-514B—"Conduit, Tubing, and Cable Fittings 2 8. American Standards Institute(ANSI)/Institute of Electrical and Electronics 3 Engineers (IEEE) 4 a. Section 6.1.2 ANSUIEEE C62.41.2—2002, 3KV,2 Q 5 b. Section 6.1.1 ANSI/IEEE C62.41.2—2002, 6KV, 305 6 c. Transient suppression 7 9. MIL-STD-883 8 a. Test Method 2007 9 b. Mechanical vibration 10 10. MIL-STD-81OF 11 a. Procedure 1,Rain&Blowing Rain 12 b. Moisture resistance 13 11. National Electrical Manufacturer's Association(NEMA) 14 a. Section 2.1.6 NEMA TS 2-2003 15 b. Section 2.1.8 NEMA TS 2-2003 16 c. Transient voltage protection 17 d. Controller compatibility 18 12. Federal Communications Commission(FCC) 19 a. Title 47 Sec 15 Sub.B 20 b. Electronic noise 21 13. International Municipal Signal Association(IMSA) 22 a. IMSA 5-1 23 b. IMSA 7-1 24 c. IMSA 20-1 25 14. National Fire Protection Association(NFPA)/National Electric Code(NEC) 26 a. NFPA 70 27 b. Wiring 28 15. International Electrotechnical Commission(IEC) 29 a. Section 8.2 IEC 1000-4-5 30 b. Section 8.0 IEC 1000-4-12 31 c. Transient suppression 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Coordination 34 1. City must approve any deviation from Specification ten(10)working days prior to 35 installation. 36 B. Preinstallation Field Inspection Meetings 37 1. 48 hours'Notice of Intention to establish final location of any foundations,bases, 38 conduit, and detectors. 39 2. 48 hours' notice to Texas8l 1, City of Fort Worth Water and Sewer(817-871- 40 8275), and City of Fort Worth Traffic Signals/Street Lights/Storm Drains (817- 41 392-8100). 42 C. Scheduling 43 1. 48 hours advanced approval for existing traffic signal turn off of flash operation. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-21 TRAFFIC SIGNALS Page 21 of 113 1 2. 48 hours advanced notice of placing traffic signal into operation. 2 3. 3 Working Days' notice for City provided equipment pick-up. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product Data Sheets are required for: 9 1. Traffic signal housing, louvered back plates, visors, louvers, LED lamps, and 10 mounting hardware 11 2. Pedestrian signal housing, LED lamps, and mounting hardware 12 3. Pedestrian push button assemblies 13 4. Accessible Pedestrian Signals 14 5. Conduit 15 6. Battery back-up systems 16 7. Multi-conductor cable 17 8. Power lead-in cable 18 9. Ground boxes 19 10. Grounding conductor 20 11. Grounding rod 21 12. Concrete(Refer to Section 03 30 00) 22 13. Vibration dampers 23 14. Standard and Decorative Traffic Signal Structures 24 15. Roadside Flashing Beacon Assembly 25 16. School Zone Flasher Assembly 26 17. Rectangular Rapid Flashing Beacon Assembly 27 18. Miscellaneous items supplied 28 1.7 DELIVERY, STORAGE, AND HANDLING 29 A. Storage and Handling Requirements 30 1. Parts shall be properly protected so that no damage or deterioration occurs during a 31 prolonged delay from the time of shipment until installation. 32 2. Exposed anchor bolts shall be protected until pole shaft is installed. 33 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust 34 and corrosion. 35 4. Prevent plastic and similar brittle items from being exposed to direct sunlight and 36 extremes in temperature. 37 5. The Contractor shall secure and maintain a location to store the material in 38 accordance with Section 01 50 00. 39 B. Delivery and Acceptance CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-22 TRAFFIC SIGNALS Page 22 of 113 1 1. Inspect all City furnished materials prior to taking possession. Any damages after 2 taking possession shall be the responsibility of the Contractor. 3 2. Arrange pick up all City furnished materials and deliver them to the Site. 4 1.8 WARRANTY 5 A. Manufacturer Warranty 6 1. Manufacturer's warranty shall be in accordance with Division 1. 7 2. A 2 year warranty shall be required on all equipment furnished by the Contractor. 8 3. A 3 year warranty shall be required on all rectangular rapid flashing beacon 9 assemblies. 10 4. A 5 year unconditional warranty shall be required on all batteries for the battery back- 11 up systems furnished by the Contractor. 12 5. A 5 year warranty shall be required on all APS units. 13 6. School zone flasher 14 a. Each school zone flasher cabinet assembly shall be warranted to be free from 15 defects in material and workmanship for a period of five years from date of 16 shipment from the factory. 17 b. The 501100 Ah battery shall be low self-discharging, leak proof, gelled 18 electrolyte and maintenance free intended for photo voltaic service. The 19 battery shall carry a prorated warranty for a minimum of two years by the 20 battery manufacturer. 21 c. The regulator shall have a warranty of five(5)years from the date of purchase. 22 d. Each time switch shall be warranted to be free from defects in material and 23 workmanship for a period of five(5)years from the date of shipment from the 24 factory. 25 B. Extended Correction Period 26 1. Contractor responsible for correcting any substandard workmanship and/or 27 materials for 24 months from the date the signal is accepted by the City. 28 PART 2 - PRODUCTS 29 2.1 PRODUCTS TO BE FURNISHED FROM THE CITY 30 A. Refer to Drawings and Contract Documents to determine if any Items are to be 31 purchased from the City and installed by the Contractor. 32 B. Items that the City may furnish include: 33 1. Signal controller 34 2. Controller cabinet assembly 35 3. Traffic signal poles 36 4. Traffic signal mast arms 37 5. Detection equipment 38 6. Preemption equipment 39 7. Signs 40 8. Communications equipment CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-23 TRAFFIC SIGNALS Page 23 of 113 1 2.2 ASSEMBLIES,EQUIPMENT,PRODUCT TYPES,AND MATERIALS 2 A. Manufacturers 3 1. The manufacturer must comply with this Specification and related Sections. 4 2. Any equipment,product type, or material that is not listed in this Specification or 5 in TxDOT's Material Producer List is considered a substitution and shall be 6 submitted in accordance with Section 01 25 00 and not installed until approved. 7 a. htU2://www.txdot.gov/inside-txdot/division/construction/producer-list.htmi 8 3. If more than 1 unit of a given bid item is required, then the Contractor shall ensure 9 that all units are the product of 1 manufacturer, unless otherwise directed by the 10 Traffic Management Manager or designee. No mix or matching will be allowed. 11 B. Description 12 1. Regulatory Requirements 13 a. Traffic signal shall meet or exceed standards set forth by the Texas Manual on 14 Uniform Traffic Control Devices (TMUTCD),National Electric Code(NEC), 15 Institute of Transportation Engineers (ITE), American Society for Testing and 16 Materials (ASTM),American Standards Institute(ANSI), and National 17 Electrical Manufacturer's Association (NEMA). 18 2. It is the Contractor's responsibility to furnish all materials necessary to complete 19 each traffic signal installation,whether the item is specifically mentioned or not. 20 All unspecified materials (i.e., electrical tape, bolts, and nuts, etc.) shall meet the 21 requirements of the National Electrical Code. 22 3. All materials supplied by the Contractor shall be of new,un-depreciated stock. 23 C. Traffic Signal Materials 24 1. LED Traffic Signal Head Assemblies 25 a. Vehicle Signal Housings 26 1) The product bid shall be manufactured by one of the following 27 manufacturers: 28 a) Econolite 29 b) McCain 30 c) Other prior approved equivalent 31 2) The housing and doors of the signal head shall be made of die cast 32 aluminum alloy in accordance with ASTM Specification 1385-57T. 33 3) Sandcast aluminum alloy shall be used for other parts of the signal head if 34 in accordance with ASTM Specification 1326-57T. 35 4) The visors shall be fabricated from aluminum sheet conforming to the 36 ASTM Specification B-209-57T. 37 5) All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. 38 shall be made of a non-corrosive material. 39 6) The housing of the signal heads shall be constructed of interchangeable 40 sections. 41 7) All exterior mating surfaces shall be flat to assure waterproof and dust- 42 proof assembly of sections. 43 8) The top and bottom of the sections will have an opening approximately 2 44 inches in diameter to permit the entrance of 1 '/z inch pipe nipples. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised March 16,2017 3441 10-24 TRAFFIC SIGNALS Page 24 of 113 1 9) Each section shall have serrated openings or equivalent, for providing a 2 positive and locked positioning of signal sections when used with serrated 3 mast arm or span wire mounting brackets. 4 10) The door and lens housing shall be equipped with a watertight and dust- 5 tight molded neoprene gasket. 6 a) The door of each signal section shall be attached to the housing in a 7 watertight and dust-proof manner. 8 b) Non-corrosive hinge pins and 2 wing screws will be furnished on each 9 door for opening and closing without the use of special tools. 10 (1) These hinges and screws shall be of such design as to allow even 11 gasket pressure. 12 11) Each signal head section shall be furnished with a detachable tunnel type 13 visor unless otherwise specified 14 12)Visors shall be a minimum of 10 inches in length(depth)for 12 inch 15 signals. 16 a) Visors shall be attached to the door assemblies in a manner that 17 facilitates field removal and installation. 18 b) Visors shall be fabricated from aluminum and shall not form a 19 complete circle and shall have the bottom open, unless louvers are 20 required. 21 13) Traffic signal housing shall be furnished with LED inserts that comply 22 with this Specification and shall be in the standard red, amber and green 23 configuration as specified by the most current version of the TMUTCD. 24 14) A screw down type terminal block shall be provided with each signal head 25 for facilitating field wiring. 26 15) The pigtail leads from the lamp receptacles shall be connected to a 27 common terminal block within the head assembly. 28 16) Each terminal block will be at least a 6 position, 12 terminal strip securely 29 fastened at both ends to the signal housing. 30 17) The housing and outside surface of the visors shall be traffic yellow(RAL 31 1023) in color. 32 a) The inside surface of visors shall be a"Dull"or"Flat-black"color. 33 b) The outside surface shall have a minimum of 2 coats of baked chrome 34 yellow enamel(TT-C-595E1310), Munsell notation O.YP 47/15/3,per 35 FAA Specification L-802-B and ASTM D 1535. 36 b. LED traffic signal lamp unit 37 1) The product bid shall be manufactured by one of the following 38 manufacturers: 39 a) GE Lighting Solutions 40 b) Duralight 41 c) Other prior approved equivalent 42 2) The equipment shall conform to the applicable requirements of: the 43 Underwriter's Laboratory Incorporate(UL),the American Society for 44 Testing and Materials (ASTM),the American Standards Institute(ANSI), 45 the National Electrical Manufacturer's Association(NEMA), and other 46 applicable standards and specifications. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-25 TRAFFIC SIGNALS Page 25 of 113 1 3) The LED traffic signal lamp unit shall comply at a minimum with the 2 Institute of Transportation Engineers(ITE)specification for Vehicle Traffic 3 Control Signal Head—Light Emitting Diode (LED) Circular Signal 4 Supplement(VTCSH);adopted June 2005, for circular indications and 5 Vehicle Traffic Control Signal Head Part 3:Light Emitting Diode (LED) 6 Arrow Trak Signal Modules for arrow indications. 7 4) The LED shall have an"incandescent"look,using the minimum number of 8 LED's that comply with the ITE specification. 9 5) If proper orientation of the LED unit is required for optimum performance, 10 a clear, durable and unmistakable marking shall be provided on each lens 11 as to its proper orientation(top or bottom). 12 6) The manufacturer's name, serial number and other necessary identification 13 shall be permanently marked on the backside of the LED traffic signal 14 lamp unit. A label shall be placed on the unit certifying compliance to ITE 15 standards. 16 7) Documentation Requirements 17 a) Each LED traffic signal lamp unit shall be provided with the following 18 documentation: 19 (1) Complete and accurate installation wiring guide 20 (2) Contact name, address, and telephone number for the 21 representative, manufacturer, or distributor for warranty repair. 22 (3) A copy of a test report certified by an independent laboratory that 23 the LED traffic signal lamp model submitted meets all the 24 requirements of these Specifications in accordance with ITE 25 VTSCH Part 2. 26 (4) Schematic diagram for each unit, along with any necessary 27 installation instructions 28 (5) For each unit submitted,the manufacturer name, brand and model 29 number of LEDs used shall be provided, along with the LED 30 manufacturer's recommended drive current and degradation 31 curves. 32 (6) Warranty information from manufacturer 33 (7) Quality assurance testing documentation 34 c. Signal head louvers 35 1) Louvers shall be provided for those signal sections indicated in the 36 Drawings. 37 2) All louvers shall be of such design as to provide visibility of the lens for 38 the intended lane of traffic as indicated by the Drawings and block 39 visibility to all other lanes. 40 d. Mounting hardware 41 1) Mast Arm Mount Signal Bracket, 1-Way Cable Mount 42 a) The product bid shall be the mast arm mount signal bracket, 1-way 43 cable mount, for 3 to 5 section head with 84 inches cable and 74 inches 44 long gusseted tube manufactured by Pelco,part no. AB-0125, or 45 approved equivalent. 46 2) Mast Arm Mount Signal Bracket, 1-Way Cable Mount, Clamp Assembly CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-26 TRAFFIC SIGNALS Page 26 of 113 1 a) The product bid shall be the mast arm clamp assembly with 84 inches 2 cable manufactured by Pelco,part no. AB-3009, or approved 3 equivalent. 4 3) Mast Arm Mount Signal Bracket, 2-Way Cable Mount 5 a) The product bid shall be the mast arm mount signal bracket, cluster 6 cable mount, for 5 section signal head with 84 inches cable 7 manufactured by Pelco,part no. AB-0138, or approved equivalent. 8 General Specifications are below. 9 4) General Specifications 10 a) Bracket shall be completely adjustable such that it is capable of 11 rotational adjustment about the bracket axis,vertical adjustment, 12 rotational adjustment about the mast arm and rotational adjustment 13 right& left from the vertical plane. 14 b) Bracket shall be provided with aircraft type stranded cable for 15 fastening the bracket to the supporting arm or structure. 16 c) Bracket shall be easily adjustable to fit all sizes of round, octagonal, 17 elliptical or other shaped structure without special tools or equipment. 18 d) Bracket shall attach to the signal in a clamping manner holding the 19 signal both top and bottom in order to assure maximum rigidity. 20 (1) For the 1-way cable mount, a standard bracket shall accommodate 21 all major signal manufacturers' signals from a 3 section 1-way 12 22 inches signal through a 5 section 1-way 12 inches signal and any 23 combination thereof including 3M and ICC configurations. 24 (2) For the 2-way cable mount, a standard bracket shall accommodate 25 all major signal manufacturers' signals for a 3 section 2-way 12 26 inches signal and any combination thereof including 3M and ICC 27 configurations. 28 e) Upper and Lower Arms 29 (1) Shall be cast from 319 aluminum or equivalent 30 (2) The lower bracket arm shall be internally threaded to 31 accommodate the threaded vertical support tube. 32 (3) The lower arm shall be furnished with ABS plastic covers, which 33 will slide and snap into position without the use of fasteners or 34 tools. 35 (4) All upper and lower arms shall have 72 tooth serrations cast into 36 the arm to assure a positive lock with signal housing and shall be 37 secured about their rotational axis with setscrews. 38 (5) Both upper and lower arms shall have a tri-bolt arrangement for 39 attachment to the signal housing. 40 (6) Opening in the lower arms shall accommodate a minimum of 3, 12 41 conductor 14 gauge cables. 42 f) Vertical Support Tube 43 (1) Shall be a double gusseted tube extruded from 6063-T6 aluminum 44 alloy or equivalent and have a cross section. 45 (2) Each tube shall be complete with a vinyl closure strip and be 46 threaded on 1 end to accommodate the lower arm assembly. 47 g) Mast Arm Clamp Assembly CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-27 TRAFFIC SIGNALS Page 27 of 113 1 (1) Both male and female halves shall be cast from 713 aluminum 2 alloy or equivalent. 3 (2) The male clamp half shall be secured within the female half, 4 utilizing a spring steel retainer ring. 5 (3) Such assembly shall provide an unobstructed center of 2 3/8 inches 6 minimum diameter, allowing for 360 degree rotation of the clamp 7 assembly. 8 (4) There shall be no internal cross bracing assembly obstructing the 9 center opening. 10 h) Aircraft Type Stranded Cable 11 (1) Shall be fabricated in 1 piece with a minimum diameter of 3/16 12 inches either galvanized or stainless steel 13 (2) The cable shall be complete with 7/16 inch stainless steel clamp 14 screw permanently attached to each end. Each clamp screw shall 15 be fitted with a stainless steel hex nut, SAE flat washer and an 16 aluminum-bearing washer. 17 (3) The clamp screw shall be flattened on 2 opposite sides for wrench 18 accommodation. The stranded cable shall be of sufficient length to 19 fasten the clamp assembly to a minimum pole diameter of 8.6 20 inches. 21 i) Each bracket shall be complete with all necessary bolts,washers, 22 gaskets, etc. to allow assembly of the signal to the bracket and the 23 bracket to the mast arm. 24 j) All aluminum parts shall have an Alodine(or equivalent) finish. All 25 steel parts shall have a traffic yellow(RAL 1023) zinc di-chromate 26 finish. 27 2. LED Countdown Pedestrian Signal Head Assemblies 28 a. General 29 1) Furnish a single, self-contained module, not requiring on-site assembly for 30 retrofit into existing traffic signal housings as defined in TxDOT DMS- 31 11130, Pedestrian Signal Heads. Ensure that installation does not require 32 special tools. 33 2) Provide LED's rated for 100,000 hours of continuous operation over a 34 temperature range of-40°C to+74°C. 35 3) Ensure modules are rated for a minimum life of 60 months. 36 4) Ensure modules meet all parameters of this specification throughout this 37 60-month period. 38 5) Use LEDs manufactured using aluminum-indium-gallium-phosphide 39 (AIInGaP)technology or other LEDs with lower susceptibility to 40 temperature degradation than aluminum-gallium-arsenic(A1GaAs) 41 technology. A1GaAs LEDs are not allowed aluminum. 42 b. Housing 43 1) The product bid shall be manufactured by one of the following 44 manufacturers: 45 a) McCain Traffic Supply 46 b) Other prior approved equivalent 47 2) Housings will not be provided for retrofit modules. 48 3) Housing units shall be new and unweathered. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-28 TRAFFIC SIGNALS Page 28 of 113 1 4) Housing shall be in accordance with TxDOT DMS-11130. 2 5) The housing shall be fitted with an LED module that has an incandescent 3 look. 4 6) The housing shall be a 1-piece corrosion resistant aluminum alloy die- 5 casting with integrally cast top,bottom and sides that are weather proof 6 and dust-tight. 7 7) The housing shall be right and left drilled for clamshell attachment and 8 shall have top and bottom ports that are opened and capped and will 9 accommodate standard 1 '/z inches pipe. 10 8) The approximate size of housing(including body, door, and ears) shall be 11 16.0 inches H x 18.75 inches W x 8 inches D. 12 9) The door frame shall be a 1-piece corrosion resistant aluminum die-casting. 13 10) The housing shall be traffic yellow(RAL 1023). 14 11) The housing shall have a standard 3-position terminal block,pre-wired to 15 receptacles to permit easy field installation of a power supply. 16 12) All necessary hardware shall be provided with housing. Rivets shall be 17 aluminum and bolts, lock washers, screws,eyebolt assembly and pins shall 18 be stainless steel. 19 c. Mounting hardware 20 1) Mounting hardware shall be the clamshell mount type#4805 manufactured 21 by McCain, or approved equivalent. 22 2) Mounting hardware shall be a 2-piece, cast aluminum alloy assembly. 23 3) The 2 separate castings shall be joined in the final assembly by the use of 24 stainless steel spring pins. 25 4) The pole half of the assembly shall be designed to adapt to a wide range of 26 pole configurations(4 inch minimum diameter). 27 5) Unit construction shall allow band-it type mounting. 28 6) Band-it type mounting shall be permitted by 2 recessed slots near the top 29 and bottom of the pole half of the assembly. 30 7) The pedestrian assembly shall be capable of being mounted on the pole by 31 lining up the mounting pins of the pole half with the mounting ears of the 32 pedestrian assembly and lowering it into position. 33 8) 3 sets of screw terminal pairs shall be located on a terminal block in the 34 upper third of the head half of the clamshell assembly. 35 9) A closed cell neoprene sponge gasket shall be provided on the mating 36 surfaces of the 2 halves of the assembly to compete the rain-tight 37 construction. 38 d. Module 39 1) Modules shall comply with TxDOT DMS-11130. 40 2) Ensure retrofit modules are capable of replacing the optical unit. 41 3) The module lens may be a replaceable part without the need to replace the 42 complete module. 43 4) Ensure the walking person and hand icons(16 in. x 18 in. size only)are 44 full(not outlines). 45 5) Ensure the countdown digits are made up of two rows of LEDs. 46 6) Ensure each digit is a minimum of 7 in. in height. 47 7) For each nominal message bearing surface(module) size,use the 48 corresponding H(height)and W(width): CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-29 TRAFFIC SIGNALS Page 29 of 113 1 2 3 4 Bearing Module Icon Icon Countdown Countdown Surface Size Height Width Height Width H (16 x 18 Min 7 in. 7 in. Min 9 in. 6.5 in. in. 5 6 8) Ensure the units do not have any attachments or options that will allow the 7 mode to be changed from counting the clearance cycle,to the full 8 walk/don't walk cycle. 9 9) Provide modules that are single, self-contained devices, not requiring on- 10 site assembly for installation into existing traffic signal housing. 11 10) Ensure the power supply is designed to fit and mount inside the pedestrian 12 signal module. 13 11) Ensure the assembly and manufacturing process for the module is designed 14 to assure all internal LED and electronic components are adequately 15 supported to withstand mechanical shock and vibration from high winds 16 and other sources. 17 e. Environmental Requirements 18 1) Ensure the module is rated for use in the ambient operating temperature 19 range, measured at the exposed rear of the module, of—40°C to+74°C(- 20 40°F to+165°F). 21 2) Ensure the pedestrian module is designed to meet NEMA 250 Hose down 22 Test. 23 3) The test is to be conducted on a stand-alone unit.No protective housing 24 will be used. 25 4) Ensure the module lens is UV stabilized. 26 5) Ensure that the LED optical unit is dust-and moisture-proof to protect all 27 internal LED and electrical components. 28 6) Provide housing for each LED optical unit that is a sealed watertight 29 enclosure that prevents dirt contamination and allows for safe handling in 30 all weather conditions. 31 7) Perform moisture-resistance testing on LED signal sections in accordance 32 with the requirements in the latest NEMA Standard 250 for Type 4 33 enclosures. 34 8) Evidence of internal moisture after testing will be cause for rejection. 35 £ Signal Lens 36 1) Ensure the lens of the LED pedestrian and countdown signal modules are 37 polycarbonate UV stabilized and a minimum of 1/4 in,thick. 38 2) Ensure the exterior of the lens of the LED pedestrian and countdown signal 39 module are smooth and frosted to prevent sun phantom. 40 g. Module Identification 41 1) Each module must be permanently identified on the backside with the 42 manufacturer's name, model numbers,manufactured date(minimum week 43 and year), and serial number. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-30 TRAFFIC SIGNALS Page 30 of 113 1 2) Ensure the following operating characteristics are identified: nominal 2 voltage,power consumption,wattage and Volt-Ampere. 3 h. Photometric Requirements 4 1) Luminance,Uniformity&Distribution 5 a) Ensure that for a minimum period of 60 months, the maintained 6 minimum luminance values for the modules under normal operating 7 conditions are not less than 2200 cd/m2 for the Walking Person icon 8 and 1400 cd/m2 for the Hand icon when measured perpendicular to the 9 surface of the module at nine(nine)separate points on the icon. 10 b) These values may decrease up to 50%of these table values beyond 15° 11 from the perpendicular in either to the left or right on a horizontal 12 plane. 13 c) Ensure that the luminance of the module does not exceed three times 14 the maintained minimum luminance of the modules. 15 d) Ensure that the uniformity of the walking person and hand icons' 16 illumination meet a ratio of not more than 1 to 5 between the minimum 17 and maximum luminance measurements(in Cd/m2). 18 2) Chromaticity 19 a) The standard colors for the LED Pedestrian Signal Module must be 20 White for the walking person and Portland Orange for the hand icon 21 and countdown digits on a black opaque background. 22 b) Furnish an optical unit that remains in accordance with the 23 chromaticity(color)requirements in the latest Equipment and Material 24 Standards of the Institute of Transportation Engineers,Chapter 3: 25 "Pedestrian Traffic Control Signal Heads," for a minimum of 60 26 months over an operating temperature range of—40°F to 165°F. 27 i. Electrical 28 1) General 29 a) Furnish modules that are operationally compatible with traffic signal 30 controllers, cabinets and accessories manufactured to City 31 specifications. 32 b) Ensure that all wiring and terminal blocks meet the requirements of 33 Section 13.02 of the VTCSH Standard. 34 c) Three secured, color coded, 914 mm(36 in) long 600 V, 16 AWG 35 minimum,jacketed wires, conforming to the National Electrical Code, 36 rated for service at+105°C,are to be provided for electrical 37 connection. 38 d) Furnish LED signal modules that are designed so that there is no 39 noticeable light output when connected to rated voltage through an 40 impedance of 15 Kohm(either resistive or capacitive). 41 e) Furnish signal modules that are designed so that,under normal 42 operation, an AC voltage of no greater than 10 volts RMS shall be 43 developed across the unit when it is connected in series with any value 44 of impedance greater than 15 Kohms and for any applied AC voltage 45 between 95 and 135 volts RMS that is connected across this series 46 combination. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-31 TRAFFIC SIGNALS Page 31 of 113 1 f) In addition, the signal module must be designed so that the voltage 2 across the module will reduce in value to less than 10 volts RMS 3 within 100 msec when the module is switched off by any solid state 4 switch or switch pack having an impedance of 15 Kohms or greater. 5 g) Incorporate a regulated power supply engineered to electrically protect 6 the LEDs and maintain safe and reliable operation in each LED optical 7 unit. 8 h) Use a power supply that provides capacitor-filtered direct current(DC) 9 regulated current to the LEDs per the LED manufacturer specification. 10 Designs that operate at currents greater than the LED manufacturer's 11 recommended drive current will not be allowed. 12 i) Design the power supply so that the failure of an individual component 13 or any combination of components cannot cause the signal to be 14 illuminated after alternating current (AC)power is removed. Provide a 15 signal module that is equipped such that each indication(i.e. walk 16 symbol, hand, and countdown display)is provided with a separate 17 power supply. 18 2) Voltage Range 19 a) Ensure the LED modules operate from a 60 f 3 Hertz AC line power 20 over a voltage range from 80 to 135 VAC RMS. 21 b) The current draw must be sufficient to ensure compatibility and proper 22 triggering and operation of load current switches and conflict monitors. 23 c) Nominal operating voltage for all measurements must be 120± 3 Volts 24 rms. 25 d) Fluctuations in line voltage over the range of 80Vac to 135Vac must 26 not affect luminous intensity by more than t 10%. 27 e) Ensure the LED circuitry prevents flickering at less than 100 Hz over 28 the voltage range stated above. 29 f) Provide modules that are designed and constructed so that the failure of 30 a single LED will not result in the loss of additional LEDs. 31 g) There should be no illumination of the module when the applied 32 voltage is less than 35 VAC RMS. 33 h) To test for this condition the each icon must first be fully illuminated at 34 the nominal operating voltage. 35 i) The applied voltage must then be reduced to the point where there is no 36 illumination. 37 j) This point must be greater than 35 VAC RMS. 38 k) Turn-On and Turn-Off Time 39 (1) Ensure each icon of the module reaches 90% of their full 40 illumination(turn-on)within 75 msec of the application of the 41 nominal operating voltage. 42 (2) The modules must not be illuminated(turn-off) after 75 msec of 43 the removal of the nominal operating voltage. 44 1) For abnormal conditions when nominal voltage is applied to the unit 45 across the two-phase wires(rather than being applied to the phase wire 46 and the neutral wire) the pedestrian signal unit must default to the hand 47 symbol. 48 m) Transient Voltage Protection CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised March 16,2017 3441 10-32 TRAFFIC SIGNALS Page 32 of 113 1 (1) Ensure the module's on-board circuitry includes voltage surge 2 protection to withstand high-repetition noise transients and low- 3 repetition high-energy transients as stated in Section 2.1.6,NEMA 4 Standard TS-2, 2003,or the latest version. 5 n) Electronic Noise 6 (1) The modules and associated on-board circuitry must meet Federal 7 Communications Commission(FCC) Title 47, Sub Part B, Section 8 15 regulations concerning the emission of electronic noise. 9 o) Power Factor(PF)and AC Harmonics 10 (1) Ensure the modules provide a power factor of 0.90 or greater when 11 operated at nominal operating voltage, and 25°C (77°F). 12 (2) Total harmonic distortion induced into an AC power line by the 13 module, operated at nominal operating voltage, at 25°C(77°F) 14 shall not exceed 20%. 15 3) Module Functions 16 a) Cycle 17 (1) The module must operate in one mode: Clearance Cycle 18 Countdown Mode Only. 19 (2) The display of the number of remaining seconds must begin only 20 at the beginning of the pedestrian change interval. 21 (3) After the countdown displays zero, the display must remain dark 22 until the beginning of the next countdown. 23 (4) Module will not have user accessible switches or controls for 24 modification of cycle. 25 (5) Ensure the countdown pedestrian signal displays the number of 26 seconds remaining until the termination of the pedestrian change 27 interval. 28 (6) Countdown displays must not be used during the walk interval nor 29 during the yellow change interval of a concurrent vehicular phase. 30 b) Learning Cycle 31 (1) Ensure that at power on, the module enters a single automatic 32 learning cycle. 33 (2) During the automatic learning cycle, the countdown display 34 remains dark, 35 c) Cycle Modification 36 (1) The unit re-programs itself if it detects any increase or decrease of 37 Pedestrian Timing. 38 (2) The counting unit will go blank once a change is detected and then 39 take one complete pedestrian cycle(with no counter during this 40 cycle)to adjust its buffer timer. 41 d) Recycling 42 (1) Ensure the module allows for consecutive cycles without 43 displaying the steady Hand icon("Don't Walk') or the countdown 44 display. 45 e) Preemption 46 (1) Provide modules that recognize preemption events and temporarily 47 modify the crossing cycle accordingly. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-33 TRAFFIC SIGNALS Page 33 of 113 1 (2) If the controller preempts during the walking man, the countdown 2 will follow the controller's directions and will adjust from walking 3 man to flashing hand. 4 (3) It will start to count down during the flashing hand. If the 5 pedestrian change interval is interrupted or shortened as a part of a 6 transition into a preemption sequence,the countdown pedestrian 7 signal display should be discontinued and go dark immediately 8 upon activation of the preemption transition. 9 (4) The next cycle, following the preemption event, must use the 10 correct, initially programmed values. 11 f) "Don't Walk" Steady 12 (1) If the controller output displays Don't Walk steady condition and 13 the unit has not arrived to zero or if both the hand and man are 14 dark for some reason, the unit suspends any timing and the digits 15 will go dark. 16 (2) A steady UPRAISED HAND(symbolizing DONT WALK) signal 17 indication must be displayed during the yellow change interval and 18 any red clearance interval(prior to a conflicting green being 19 displayed). 20 g) Power Failures 21 (1) The module must maintain a consistent countdown during short 22 power failures(less than 1 second). 23 (2) A longer failure or an absence of signal greater than one(1) second 24 must turn off countdown display and trigger a restart system 25 remembering the last sequence, as it is done for the 170/2070 26 traffic controller. 27 3. Pedestrian Push Button Assemblies 28 a. The product bid shall be the Bulldogrm pushbutton BDLM2-Y with Bulldog 29 Pole Mount BDPM-X manufactured by Polara, or approved equivalent, and 30 shall meet the following specifications: 31 1) Button must be highly vandal resistant and pressure activated with 32 essentially no moving parts. 33 2) Button must be able to withstand an impact from a baseball bat or hammer. 34 3) Button housing must be cast aluminum powder coated traffic yellow(RAL 35 1023). 36 4) Button cap must be made of 316 stainless steel. 37 5) Switch must be solid state electronic Piezo switch rated for 100 million 38 cycles with no moving plunger or moving electrical contacts. 39 6) Button must have LED to give indication of button being pushed. 40 7) Button must give a 2 toned beep indication of button being pushed(1 tone 41 for push, 1 tone for release). 42 8) Button must have built in surge protection. 43 9) Button must be able to hold the call for a minimum of 5 seconds. 44 10) Button must operate immediately after being completely immersed in 45 water for 5 minutes. 46 11) Button must not be able to allow ice to form such that it would impede 47 function of button or button cap. 48 12) All switch electronics must be sealed within the cast aluminum housing. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-34 TRAFFIC SIGNALS Page 34 of 113 1 13) Button must have raised ridges to protect the button from side impacts. 2 14) The button shall come complete with an aluminum round housing to be 3 mounted to the signal pole. The housing shall be cast aluminum powder 4 coated traffic yellow(RAL 1023). 5 15) R10-3e push button signs 6 16) All necessary pole mounting hardware shall be supplied. 7 4. Accessible Pedestrian Signals(APS) 8 a. The product bid shall be either Navigator APSTM by Polara, Pelco IntelliCross, 9 or approved equivalent, and shall meet the following specifications: 10 1) Housing requirements 11 a) Provide a 2-piece cast aluminum housing unit consisting of a base 12 housing and a removable cover. 13 b) Shall be vandal proof and be powder coated to provide a high contrast 14 to the support structure for the visually impaired. 15 c) Made of corrosion-resistant material. The bolts used for mounting the 16 APS housing to the support structure shall be stainless steel. 17 d) Shall come as a two part swivel and lock system with APS button 18 station and mounting plate. The mounting plate must have two 19 elongated holes for mounting to the standard of minimum 0.300"x 20 0.5". One mounting hole shall be in a vertical orientation and the 21 second mounting hole shall be in a horizontal orientation to allow for 22 drill alignment errors. 23 e) For ease of mounting a push button height indicator will be located on 24 .the mounting plate to assure consistent and uniform installation. 25 f) The swivel and lock system shall provide a minimum of plus and 26 minus 15 degrees of rotation. A single security screw shall be used to 27 secure the APS assembly to the mounting plate for quick assembly and 28 disassembly. 29 g) The mounting plate shall provide for banding the APS assembly to a 30 pole with two 5/8"type steel bands. 31 h) The mounting plate shall provide a bend/radius for wiring exiting from 32 the pole and create a natural drip loop of the wires before entering the 33 APS assembly. 34 i) Be attached to the pole with two '/4-20 screws suitable for use in tapped 35 holes. The mounting plate hole arrangement shall ensure that the clear 36 space between any two mounting holes required in the post must be at 37 least twice the diameter of the larger hole. 38 j) The size and design of the APS button shall be to allow two APS 39 button assemblies to be mounted adjacent on a four inch diameter pole 40 without need for an additional adaptor or spacer. 41 k) Access to wiring and programming ports is provided via a separate 42 compartment distinct from the main housing. 43 2) Ensure the internal components provide a pushbutton with all the electrical 44 and mechanical parts required for operation. 45 3) Supply housing or an adapter(saddle)that conforms to the pole shape, 46 fitting flush to ensure a rigid installation. 47 4) Supply adapters of the same material and construction as the housing. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-35 TRAFFIC SIGNALS Page 35 of 113 1 5) Close unused openings with a weather-tight closure painted to match the 2 housing. 3 6) Provide a minimum 0.5 inch hole with an insulating bushing through the 4 back of the housing. 5 7) Ensure the manufacturers name or trademark is located on the housing. 6 8) The APS pushbutton shall be a solid state switch rated for at least 1 million 7 operations. 8 9) Ensure APS complies with US Access Board's "Draft Guidelines for 9 Accessible Public Rights of Way"(PROWAG) Section R306. 10 10) Ensure that the APS complies with and provides operation consistent with 11 requirements of Sections 4E.09 through 4E.13 of the 2009 Edition of the 12 Federal Highway Administration publication Manual on Uniform Traffic 13 Control Devices. 14 11) Supply an APS (pushbutton station)that includes a pedestrian sign, a 15 pushbutton,vibrotactile arrow and an audible speaker contained in one unit 16 and with the following features: 17 a) Vibrating tactile arrow with high visual contrast. 18 b) Vibrotactile arrow shall be rotatable without disassembly of the APS 19 enclosure. The arrow shall be adjustable by 4-degree increments. 20 c) Tactile arrows 21 (1) Raised a minimum of 0.031 inches(0.8mm) from the pedestrian 22 detector surface 23 (2) Between 1.378 inches (35mm) and 1.772 inches(45mm) in length 24 (3) A stroke width between 10 and 15 percent of the length of the 25 arrow 26 (4) An open arrowhead at 45 degrees to the shaft and not exceeding 33 27 percent of the length of the shaft 28 (5) Be easily removable and rotatable without APS button station 29 disassembly 30 (6) Arrow affixed to the pedestrian detector face secured with security 31 type screws 32 (7) Where required a double arrow shall be provided on the pedestrian 33 detector 34 (8) Tactile arrows shall be located on the pedestrian detector, have 35 high visual contrast(dark on light), and shall be aligned parallel to 36 the direction of travel on the associated crosswalk 37 d) Pushbutton locator tone with a duration of 0.15 seconds or less, 38 repeating at 1-second intervals. 39 e) The pushbutton locator tones must deactivate when the traffic control 40 signal is operating in a flashing mode. 41 f) The locator tones must be intensity responsive to ambient sound and be 42 audible(a maximum of 5 dBA louder than ambient sound)up to 6 to 12 43 feet from the pushbutton or to the building line whichever is less. 44 g) Speech walk message for the WALKING PERSON(symbolizing 45 WALK) indication. 46 h) Speech pushbutton information message. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-36 TRAFFIC SIGNALS Page 36 of 113 1 i) Unless plans require otherwise,provide each pushbutton station with a 2 9"X 15"sign. Use sheet aluminum with minimum thickness of 0.080 3 in. for information signs for push buttons. 4 j) Pedestrian detector shall: 5 (1) Be a minimum of 2-inches(50mm)in diameter, 6 (2) Raised above the surrounding surface for ease of operation, 7 (3) The mechanism should not require more than 5 pounds(22.2 N)of 8 force to activate, 9 (4) Provide mounting for the directional tactile arrow, and 10 (5) Provide a slot for changing the direction of the arrow through 11 button rotation with a blade type screwdriver. 12 k) Audible tone walk indications 13 (1) Consisting of ticks repeating at 8 to 10 times per second at multiple 14 frequencies with a dominant component at 880 Hz f 20%. 15 (2) It must provide an audible walk indication during the walk interval 16 only. 17 (3) The audible walk indication must be from the beginning of the 18 associated pedestrian walk phase and must have the same duration 19 as the pedestrian walk signal except it must be possible to limit the 20 accessible walk indication to the first 7 seconds of the walk 21 interval when the pedestrian signal rests in walk. 22 (4) When the accessible walk indication is limited during rest in walk 23 a button press during the walk interval must recall the walk 24 interval provided the crossing time remaining is greater than the 25 pedestrian change interval. 26 12) Operational Features of system 27 a) Sound verification 28 (1) A sound verification feature shall be employed in the APS button 29 to prevent incorrect or erroneous sound direction indications from 30 reaching pedestrians. 31 (2) The sound verification system shall provide independent 32 monitoring of the sounds and pedestrian signals and independent 33 control over the release of the sound to the pedestrian. 34 (3) The APS button internal program shall compare the digital sound 35 to be played directly with pedestrian signals monitored by the push 36 button station. 37 (4) This shall be accomplished by a separate microcontroller chip 38 located directly in each button station. 39 b) Distributed Intelligence 40 (1) The APS button stations shall operate independently and not 41 require a central control point for normal button operation. 42 (2) Button to button communication shall use existing field wiring. 43 (3) The APS button stations shall not use wireless(over air) 44 communications for any communication requirement between 45 buttons. 46 (4) If the APS features fail in one pushbutton station the button will 47 still operate as a button and the other station will operate as 48 normal. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-37 TRAFFIC SIGNALS Page 37 of 113 1 c) Sounds 2 (1) The APS button station shall be capable of emitting sound cues 3 and voice messages during the Walk,Pedestrian Clearance, Don't 4 Walk, Short and Long button presses, and on demand Train, 5 Emergency or Alerts requests. 6 (2) The APS button shall provide a playlist for combing up to four 7 sound cues or messages. The APS button shall provide a minimum 8 of eight walk sounds, four button press sounds, two pedestrian 9 clearance sounds, and one don't walk sound. 10 d) Crossing sounds concurrent or alternating 11 (1) When buttons are used at each end of a crosswalk, the audible 12 "Walk"and/or"Flash Don't Walk"(Pedestrian Clearance) 13 messages shall be agency configurable to emit tones that are 14 concurrent or alternating(when one is emitting a tone the other is 15 silent), for the full duration of the associated signal. 16 (2) The concurrent/alternating mode shall be available on both the 17 button and overhead beacon speakers and separately settable to 18 commence with the Walk signal, Pedestrian Clearance signal or 19 both. The concurrent or alternating sounds shall be adjustable on- 20 site with the programming device. 21 e) Audible beaconing sound during Walk 22 (1) The button shall provide several optional sounds for beaconing 23 including custom sounds/messages. This sound shall be 24 configurable to play through a push button speaker and/or optional 25 overhead speaker. 26 (2) The button shall provide smart detection logic to provide a way- 27 finding sound"on-demand". This includes a short button press to 28 only activate the button Walk sound/message and a long button 29 press to play the walk and/or pedestrian clear sound/message 30 through the button AND overhead beacon speaker. 31 f) Ambient noise compensation 32 (1) A microphone shall be integrated at the button station to 33 automatically adjust the volume levels to compensate for the 34 ambient noise. Ambient noise shall be sampled prior to each sound 35 play. 36 g) Sound playback and sound pressure level settings 37 (1) Configuration for each sound shall be independently settable as 38 follows: 39 (a) Minimum sound level settable from 50dB to 110dB in 1dB 40 increments 41 (b) Maximum sound level settable from 5OdB to 11OdB in 1 d 42 increments 43 (c) Gain(above ambient) level settable from OdB to 20dB in ldB 44 increments 45 (d) Period(repetition rate) settable from 0.1 sec to 999sec in 0.1 sec 46 increments 47 (e) Playback speaker settable as; Button, Overhead(Beacon) or 48 both CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-38 TRAFFIC SIGNALS Page 38 of 113 1 (f) Duration of sound settable from Osec to 999sec in lsec 2 increments with default=0 for maximum duration 3 (2) All sound level adjustments shall be presented in decibels(dB)and 4 settable in increments of ldB. Separate sound level settings, as 5 above, shall be provided for short and long button press. 6 h) Rest in walk application 7 (1) Fixed walk sound time—no re-service until next walk signal 8 (a) During the Walk signal, if the Walk sound has completed due 9 to a fixed Duration setting, if no Pedestrian Clearance sound is 10 programmed the Don't Walk sound shall play by default. 11 (b) An APS button activation shall not replay the Walk sound after 12 the duration has passed while the Walk signal is still active. 13 (c) The APS button shall remember the activation call and at the 14 beginning of the Pedestrian Clearance the APS button shall 15 cause a contact closure to the traffic controller pedestrian input 16 and subsequently play the walk sound at the beginning of the 17 next Walk signal. 18 (2) Fixed walk sound time—re-service on demand 19 (a) If a Pedestrian Clearance sound is programmed in the APS 20 Button, the Walk sound shall be re- serviceable within the 21 Walk Signal when activated. 22 (b) The Pedestrian Clearance sound is to ensure that there is a 23 continuity of sound for pedestrian wayfinding in the crossing 24 should the Walk sound play and be terminated abruptly from a 25 signal change. 26 i) Adjustable long button press timing 27 (1) Configurable timing shall be available for the button to define how 28 long the button must be pressed to request a"Walk" 29 sound/message,played in accordance with the"long push setting" 30 for the sound message. 31 (2) This indication is defined as a"long button press". An 32 acknowledgement tone shall be emitted when a"long button press" 33 has been detected which is different from the short button press. 34 The acknowledgement tone shall be customizable and contain at 35 least five default choices. 36 j) Sound without button press 37 (1) Configuration shall be available on the button station to allow the 38 Walk sound and vibration to be activated at every Walk and 39 Pedestrian clearance signal without push button press requirement. 40 k) Signal malfunction monitoring 41 (1) The APS button station shall directly monitor the status of the 42 pedestrian signal and provide signal malfunction detection should 43 both walk and don't walk signals either be steady OFF, ON. 44 (2) In the case of a detected malfunction, the sound and vibration 45 functions shall be disabled until the conflict is removed for more 46 than approximately 1 second and the APS is in the Don't Walk 47 interval. 48 13) Special Features(Communications Interface Unit(CUI)) CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-39 TRAFFIC SIGNALS Page 39 of 113 1 a) Fault indication output to traffic controller 2 (1) The CIU shall monitor the health of each APS button and can be 3 programmed to provide a fault output to the traffic signal 4 controller. 5 (2) In the event of failure of an APS button or the CIU a contact 6 closure shall provide fault indication to the traffic signal controller. 7 b) Evening sound control 8 (1) The CIU shall support an"Evening Maximum" sound control 9 hardware input which can be connected to a traffic controller time 10 of day control output. 11 (2) The Evening Maximum input,when active(must be settable as 12 voltage `present' or `absent'), shall cause selected APS buttons to 13 use the Evening Maximum sound level setting for all sounds. This 14 control shall be independent for each sound on each button to 15 achieve optimal intersection sound levels. 16 (3) The APS button shall support a timeout for this input to guard 17 against a stuck condition should the CIU fail. 18 c) Sound inhibit control 19 (1) The CIU shall support an APS button"Inhibit" control hardware 20 input which can be connected to a traffic controller time of day 21 control output. 22 (2) The Inhibit input, when active(must be settable as voltage 23 `present' or `absent'), shall cause the APS buttons to Inhibit Sound 24 for all button speakers. 25 (3) The APS button shall support a timeout for this input to guard 26 against a stuck condition should the CIU fail. 27 d) Special event sounds 28 (1) The CIU shall support a"Special Event" sound control hardware 29 input which can be connected to a traffic controller or external 30 device event or time of day control output. 31 (2) The Special Event input, when active(must be settable as voltage 32 `present' or `absent'), shall cause selected APS buttons to use play 33 a Special Event sound playlist for that input. 34 (3) The CIU shall support configuration of up to 11 Special event type 35 inputs including at a minimum; 1-Train, 5-Emergency vehicle and 36 5-Alert messages. 37 e) Pre-timed intersection APS operation 38 (1) When APS buttons are installed at pre-timed(non-pedestrian 39 actuated) intersections they shall provide the same level of APS 40 service as if they were installed at a pedestrian actuated 41 intersection. An actuation at one APS button shall be transmitted to 42 the associated APS button on the same signal phase for proper 43 APS Button beaconing as may be required to assist pedestrians in 44 the crossing area. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-40 TRAFFIC SIGNALS Page 40 of 113 1 (2) The CIU shall provide a minimum of four pedestrian request 2 outputs that can be connected to the traffic signal controller 3 pedestrian inputs. The CfU pedestrian request outputs shall be 4 configurable to mirror APS button actuations to a minimum of four 5 phases. 6 (3) The CIU pedestrian request outputs shall provide a solid-state pull 7 down to a TSC pedestrian input. 8 14) Product operating conditions 9 a) The APS button system shall be powered and operate from the existing 10 nominal 120 Vac pedestrian Don't Walk and Walk signals only. I I b) The APS button shall allow direct connection to the traffic signal 12 pedestrian isolator inputs. The APS system shall operating in 13 temperatures from-37°C to+74°C(-35°F to+165°F). 14 15) Materials and fabrication 15 a) Audible Signals shall be supplied with all mounting hardware for pole 16 and signal head mounting. 17 b) The button station shall be die cast aluminum and shall be 18 weatherproof and vandal proof. The approximate dimensions are 19 336.55 x 127 x 88.9 mm or 13.25"x 5"x 3.5"(L x W x H). 20 c) The button station shall be designed to adapt to mounting on a support 21 structure without compromising the mechanical stability and the 22 environmental protection. 23 d) The Tactile Arrow shall be integrated into the button station housing. 24 e) Security screws shall be incorporated in key areas to discourage 25 tampering or unauthorized access. 26 f) Existing signage shall be used or sign and mounting bracket supplied 27 as follows. 5x7-3/4 sign with integrated sign holder 28 g) 9x12 sign with sign adapter 9x15 sign with sign adapter 29 16) Coating 30 a) The button station body shall be powder coated customers requested 31 color. 32 b) The button plunger shall be powder coated silver. 33 c) The Tactile arrow shall be E-coated black with clear top coat. 34 17) Programming requirements 35 a) The APS System shall allow pre-configuration or onsite configuration 36 of the APS attributes.The APS button can be ordered with a built in 37 configuration to the MUTCD 2009 standards for pedestrian poles that 38 are 10 feet or more apart and allow setup through a simple button press 39 method without need of a programming device. 40 b) Programming device and/or software application shall be available for 41 configuration of all components of the APS system. The programming 42 device shall be compatible with Microsoft Windows 8.1, 7,Vista,XP. 43 c) The programmer shall allow wired and wireless programming of the 44 APS button and system components. It shall be possible to program 45 one or more APS buttons from any APS button at the intersection. 46 d) It shall be possible to program all push buttons from the CIU at the 47 traffic signal controller. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECCIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-41 TRAFFIC SIGNALS Page 41 of 113 1 e) Wireless programming shall allow remote programming of the APS 2 button system within 150 feet(50m)of the traffic cabinet. 3 f) The programming device shall allow programming of APS button 4 under wired and wireless conditions for; configuration, custom sounds, 5 firmware, HW profiles and CIU programming. 6 g) The programming device shall allow storage of an unlimited number of 7 custom templates and intersection profiles (within the storage 8 capability of the PC). 9 h) IP based connection to the APS Button system for remote 10 programming and management shall be available. 11 18) Automatic volume adjustment in response to ambient traffic sound level 12 provided up to a maximum volume of 100 dBA. 13 19) Tone or voice volume measured at 3 ft. from the pushbutton station shall 14 be 2 dB minimum and 5 dB maximum above ambient noise level and shall 15 be responsive to ambient noise level changes. 16 20) The pushbutton must be Americans with Disabilities Act compliant and 17 activate both the walk interval and accessible pedestrian signal. 18 21) Actuation indicator-tone and pedestrian acknowledge light. The light shall 19 remain on until the next walk cycle has started. 20 22) Extended button press which can be used to request a louder WALK signal 21 and locator tone for subsequent clearance interval. 22 23) Internal speaker 23 a) Weather-resistant speaker protected by a vandal resistant screen. 24 b) Nominal 15w speaker that shall provide audible feedback in the form 25 of various signaling sounds 26 c) The button housing shall provide speaker ports to direct the sound in 27 front and behind the button station in line with the button sign face. 28 d) The APS button shall provide for the installation of speaker baffles to 29 block sound from the front or back as may be required for special 30 applications. 31 24) Pedestrian Button Feedback 32 a) Have a functional pushbutton that activates the pedestrian walk signal 33 whenever actuated, even if the audible speech walk message, the 34 pushbutton information message, the pushbutton locator tone, and the 35 vibrating surface features are disabled. 36 b) Have a pushbutton that when actuated activates the pedestrian walk 37 signal's timing during an APS attribute failure. 38 25) Power Interface Module(PIM) 39 a) A PIM shall be used to provide a low power interface to the APS 40 button station(nominal 12-15 VDC). 41 b) The PIM shall be installed in the Pedestrian Signal head or in an 42 electrical box as required. The PIM shall be UL approved and bear 43 necessary markings. 44 c) The PIM shall meet NEMA TS2-2003 (or latest release) 45 Environmental and Electrical requirements. 46 26) Overhead Beaconing Capability CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-42 TRAFFIC SIGNALS Page 42 of 113 1 a) The APS button station shall have the option of driving an external 2 overhead(pedestrian signal or pole mounted) speaker with independent 3 audio amplifier and audio controls. 4 b) This may be used where: 5 (1) Crosswalks are longer than 70 feet(22m),unless they are divided 6 by a median that has another accessible pedestrian signal with a 7 locator tone; 8 (2) Crosswalks that are skewed; 9 (3) Intersections with irregular geometry, such as more than four legs; 10 (4) Crosswalks where audible beaconing is requested by an individual 11 with visual disabilities; or 12 (5) Other locations where a study indicates audible beaconing would 13 be beneficial. 14 c) The overhead beaconing is used to assist pedestrians with orientation 15 in the crossing area. Overhead beacons have been shown to improve 16 directional information and safety for visually impaired and sighted 17 pedestrians. NCHRP Document 117A: Accessible Pedestrian Signals: 18 A Guide to Best Practices. 19 27) Capable of operating at, as a minimum,up to 1000 ft(AWG#12)cable run 20 from signal cabinet. 21 28) Pushbutton station and Central control unit shall be rated for the following 22 temperature range: 23 a) Pushbutton station: -30°F to+155°F. 24 b) Central Control Unit: -30°F to+165°F 25 29) APS units shall be operationally compatible with TS 1,TS2, 170 and 2070 26 controllers and cabinet assemblies, currently used by the City and any other 27 Texas government entities. 28 30) Unless specified otherwise in the plans, supply a central control unit(CCU) 29 for the pushbutton stations that resides in the Traffic Signal Controller 30 Cabinet. 31 a) Provide a CCU capable of controlling up to 4 pedestrian phases and 12 32 Pushbutton stations. 33 b) Ensure that all inputs and outputs on the CCU have Transient Voltage 34 Protection. 35 31) If plans specify that the APS will require no additional space or wiring in 36 the cabinet,provide one control unit per push button station capable of 37 mounting in the pedestrian signal housing. 38 32) If a special device or software is required to configure the APS operation, 39 provide a minimum of one device or copy of software per signal cabinet 40 along with any required connectors,unless required otherwise by the plans. 41 33) Provide any wiring harnesses, connectors, interface cables, terminal blocks, 42 etc. required for connecting the pushbutton station or CCU to the traffic 43 signal controller assembly and making the Pushbutton stations operational. 44 5. Radar Detection Equipment and Cable 45 a. Radar presence detection 46 1) The product bid shall be the SmartSensor MatrixTM by Wavetronix,or 47 approved equivalent, and shall meet the following specifications. 48 2) General CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No.101042 Revised March 16,2017 3441 10-43 TRAFFIC SIGNALS Page 43 of 113 1 a) Sensor Outputs 2 (1) Radar detector shall transmit real-time presence data from up to 10 3 lanes, depending on mounting location and lane widths. 4 (2) The radar detector shall support a minimum of eight detection 5 zones. 6 (3) The radar detector shall support a minimum of eight detector 7 channel outputs and have user-selectable channel assignments. 8 (4) The radar detector shall use 'OR' or `AND' logic gates to map a 9 single zone to multiple channel outputs, and shall have channel 10 output extend and delay functionality. 11 (5) The radar detector algorithms shall mitigate detections from 12 wrong-way or cross traffic. 13 (6) The radar detector system shall have fail-safe mode capabilities for 14 contact closure outputs if communication is lost. Contact closure 15 will occur on all programmed detector channels associated with the 16 interface module when the failsafe is triggered and will remain in 17 this state until communication is re-established between the 18 interface module and the radar vehicle sensor. 19 b) Detectable Area 20 (1) The radar detector shall be able to detect and report presence in 21 lanes with boundaries as close as 6 feet from the base of the pole 22 on which the detector is mounted. The detector shall be able to 23 detect and report presence in lanes located within the 140 feet arc 24 from the base of the pole on which the RPD is mounted. 25 (2) The detector shall be able to detect and report presence for vehicles 26 within a 90 degree field of view. 27 (3) The detector shall be able to detect and report presence in up to 10 28 lanes. 29 (4) The detector shall be able to detect and report presence in curved 30 lanes and areas with islands and medians. 31 c) System Hardware 32 (1) Preassembled back plate 33 (a) Each detector shall have a traffic cabinet preassembled back 34 plate with the following: 35 • AC/DC power conversion 36 • Surge protection (Lightning and surge protection will be 37 provided for power connections and communications 38 links to the radar RVDS meeting or exceeding EN 39 61000-4-5 class specifications.) 40 • Terminal blocks for cable landing 41 • Communication connection points 42 (b) The preassembled back plate for the detector shall be a cabinet 43 side mount or rack mount. 44 (2) Contact Closure Input File Cards 45 (a) The detector shall use contact closure input file cards with 2 or 46 4 channel capabilities. 47 (b) The contact closure input file cards for the detector shall be 48 compatible with industry standard detector racks. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-44 TRAFFIC SIGNALS Page 44 of 113 1 (3) Radar design 2 (a) Frequency Stability 3 • The circuitry shall be void of any manual tuning 4 elements that could lead to human error and degraded 5 performance over time. 6 • All transmit modulated signals shall be generated by 7 means of digital circuitry, such as a direct digital 8 synthesizer, that is referenced to a frequency source that 9 is at least 50 parts per million(ppm) stable over the 10 specified temperature range, and ages less than 6 ppm 11 per year. 12 • Any upconversion of a digitally generated modulated 13 signal shall preserve the phase stability and frequency 14 stability inherent in the digitally generated signal. 15 • The detector shall not rely on temperature compensation 16 circuitry to maintain transmit frequency stability. 17 • The bandwidth of the transmit signal of the detector 18 shall not vary by more than 1%under all specified 19 operating conditions and over the expected life of the 20 detector. 21 (b) Antenna Design 22 • The detector antennas shall be designed on printed 23 circuit boards. 24 • The vertical beam width of the detector at the 6dB points 25 of the two-way pattern shall be 65 degrees or greater. 26 • The antennas shall cover a 90 degree horizontal field of 27 view. 28 • The sidelobes in the RPD two-way antenna pattern shall 29 be-40dB or less. 30 (c) The detector shall transmit a signal with a bandwidth of at least 31 245 MHz,which provides for a resolution of 2 feet. 32 (d) The detector shall provide at least 8 RF channels so that 33 multiple units can be mounted in the same vicinity without 34 causing interference between them. 35 (e) The detector shall have a self-test that is used to verify correct 36 hardware functionality. 37 (f) The detector shall have a diagnostics mode to verify correct 38 system functionality. 39 (4) Physical Properties 40 (a) The detector shall not exceed 4.2 pounds in weight. 41 (b) The detector shall not exceed 13.2 in. by 10.6 in. by 3.3 in. 42 (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. 43 (c) All external parts of the detector shall be ultraviolet-resistant, 44 corrosion-resistant,and protected from fungus growth and 45 moisture deterioration. 46 (d) Enclosure 47 • The detector shall be enclosed in a Lexan,Makrolon, or 48 other approved polycarbonate material. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-45 TRAFFIC SIGNALS Page 45 of 113 1 • The enclosure shall be classified"fl"outdoor 2 weatherability in accordance with UL 746C. 3 • The detector shall be classified as watertight according 4 to the NEMA 250 Standard. 5 • The detector enclosure shall conform to test criteria set 6 forth in the NEMA 250 standard for type 4X enclosures. 7 • Test results shall be provided for each of the following 8 type 4X criteria: External Icing(NEMA 250 clause 5.6), 9 Hose-down(NEMA 250 clause 5.7),4X Corrosion 10 Protection(NEMA 250 clause 5.10),Gasket(NEMA 11 250 clause 5.14). 12 • The detector shall be able to withstand a drop of up to 5 13 feet without compromising its functional and structural 14 integrity. 15 • The detector enclosure shall include a connector that 16 meets the MIL-C-26482 specification. 17 • The MIL-C-26482 connector shall provide contacts for 18 all data and power connections. 19 (e) Power 20 • The detector shall consume less than 10 W. 21 • The detector shall operate with a DC input between 9 22 VDC and 28 VDC. 23 (f) Communications Ports 24 • The detector shall have two communication ports,and 25 both ports shall communicate independently and 26 simultaneously. 27 • The detector shall support the upload of new firmware 28 into the detector's non-volatile memory over either 29 communication port. 30 • The detector shall support the user configuration of the 31 following: Response delay and Push port. 32 • The communication ports shall support at least a 9600 33 bps baud rate. 34 b. Radar advanced detection 35 1) The product bid shall be the SmartSensor AdvanceTM by Wavetronix, or 36 approved equivalent, and shall meet the following specifications. 37 2) General 38 a) All materials furnished, assembled, fabricated, or installed under this 39 Item will be new, corrosion resistant, and in strict accordance with the 40 details shown on the plans and in this Special Specification. 41 b) The detector will be non-intrusive, easy to install,remotely accessible, 42 and provide multiple connectivity options for easy integration into 43 legacy systems. 44 (1) The detector will have a method for automatically calibrating the 45 detection device; this method will be executed in the detector's 46 internal processor. This auto-calibration method will automatically 47 determine detection thresholds. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-46 TRAFFIC SIGNALS Page 46 of 113 1 c) Sensor Performance 2 (1) The detector will accurately and continuously detect Estimated 3 Time of Arrival(ETA), speed, and range data for vehicles, or 4 clusters of vehicles simultaneously moving within 100 feet to 500 5 feet from the sensor in the selected direction of travel. 6 (2) The detector will be mounted in a forward-fire position, looking 7 into either approaching or departing traffic for the selected 8 direction of travel. 9 (3) The detector will filter the ETA data, speed data, and range data 10 based upon minimum and maximum constraints to produce alerts, 11 customizable for safe and efficient dilemma zone protection, 12 congestion management, and other operational goals. 13 (4) The detector will maintain accurate performance in all weather 14 conditions, including rain, freezing rain, snow,wind, dust, fog, and 15 changes in temperatures and light. 16 (5) The device will not rely on temperature compensation circuitry and 17 will be capable of continuous operation over and ambient 18 temperature range from-40° C to 75° C,and a relative humidity 19 range from five percent to 95 percent(non-condensing). 20 (6) Detector operation will continue in rain or snow up to 10 cm per 21 hour, and the device will not experience degraded performance 22 when encased in 1/2 inch of ice. 23 (7) Speed data will be accurate for individual vehicle measurement 24 when there are no adjacent vehicles traveling in the same direction. 25 (a) Eighty-five percent of all measurements will be within 5 mph 26 of truth when vehicles are not changing speed. 27 (b) Speed accuracy will be verified with radar gun, by video speed 28 trap using the frame rate as a time reference, or equivalent 29 method. 30 (8) Range data will be accurate for individual vehicle measurement 31 when there are no adjacent vehicles traveling in the same direction. 32 (a) Eighty-five percent of all measurements will be within ten feet 33 of the distributed length of the vehicle when vehicles are not 34 changing speed. Range accuracy will be verified with: LIDAR 35 gun, by video using visual markers as a distance reference and 36 frame rate as a time reference,or equivalent method. 37 (9) ETA data will be accurate for individual vehicle measurements 38 when there are no adjacent vehicles traveling in the same direction. 39 (a) ETA is the estimated time of arrival as calculated by dividing 40 the vehicles range from the stop bar by the speed of the 41 vehicle. 42 (b) ETA is calculated for purposes of safely and efficiently 43 protecting vehicles within the decision dilemma zone,which is 44 nominally defined to exist for motorists with an ETA between 45 2.5 and 5.5 seconds from the stop bar who are driving faster 46 than 35 mph when the light turns yellow. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-47 TRAFFIC SIGNALS Page 47 of 113 1 (c) Eighty-five percent of all measurements will be within one 2 second of truth for all vehicles not changing speed within the 3 decision dilemma zone. 4 (d) ETA accuracy will be verified with: LIDAR gun, or by video 5 using visual markers as a distance reference and frame rate as a 6 time reference. 7 d) Lightning surge protection that meets or exceeds the EN 61000-4-5 8 Class 4 specifications will be installed no farther than 40 feet along the 9 detector cable from the detector unit. To ensure the continued 10 operation of the detector in the presence of electrical surges, all 1 I connections to the detector will be protected, including power, RS-232, 12 RS-485 communication lines and ground. 13 e) Communication 14 (1) The detector will provide two or more communication ports that 15 can be accessed simultaneously using any detector-supported 16 protocol. 17 (2) This will enable multiple operators to collect data from the detector 18 at the same time without interrupting or interfering with each 19 other. 20 (3) The detector will provide RS-232 and RS-485 serial 21 communication ports; each communication port will support all of 22 the following baud rates: 9600, 19200, 38400, 57600 and 115200. 23 (4) The RS-232 port will be full-duplex and will support true 24 RTS/CTS hardware handshaking for interfacing to various 25 communication devices. 26 f) Power 27 (1) The detector will consume less than 10 watts with a DC input 28 between 12 VDC and 28 VDC. 29 (2) The equipment will be designed such that the failures of the 30 equipment will not cause the failure of any other unit of 31 equipment. 32 (3) Automatic recovery from power failure will be within 15 seconds 33 after resumption of power. 34 g) Windows® and PocketPC® -based Software 35 (1) The detector will also include graphical user interface software that 36 displays all configured zones and provides visual representation of 37 all detected vehicle clusters. The detected range, speed, arrival 38 time, and identification number will be viewable on the visual 39 representation of all detected vehicle clusters. The graphical 40 interface will operate on Windows 98, Windows 2000, Windows 41 NT 4.0, Windows XP Pro and Windows PocketPCs equivalent to 42 the Dell Axim X50v. The software will automatically select the 43 correct baud rate. 44 (2) The graphical user interface will also display all configured alerts 45 and provide visual representation of their actuation. The operator 46 will have the ability to configure alerts using minimum and 47 maximum constraints on the detected ETA, speed, and range of 48 vehicles. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-48 TRAFFIC SIGNALS Page 48 of 113 1 (3) The operator will have the ability to save the configuration 2 information to a file, or reload the detector configuration from a 3 file,using the graphical user interface software. Using the 4 installation software, the operator will be able to easily change the 5 baud rate on the sensor by selecting baud rates from a drop-down 6 list, as well as add response delays for the communication ports. 7 Additionally, the operator will have the ability to switch between 8 data pushing and data polling, and change the detector's settings 9 for Flow Control from none to RTS/CTS and vice versa. 10 (4) The operator will be able to upload new firmware into the 11 detector's non-volatile memory over any supported communication 12 channel. 13 h) RF Design 14 (1) All microwave circuitry within the detector will be designed 15 utilizing active control that dynamically adjusts to compensate for 16 temperature and age variations in component performance. This 17 eliminates most opportunities for human error or age degradation 18 in circuits that contribute to product performance. The circuitry 19 will be void of any manual tuning elements that could lead to 20 human error and degraded performance over time. 21 (2) All transmit modulated signals will be generated by means of 22 digital circuitry, such as a direct digital synthesizer, that is 23 referenced to a frequency source that is at least 50 ppm stable over 24 the specified temperature range, and ages less than six ppm per 25 year. Any up-conversion of a digitally generated modulated signal 26 will preserve the phase stability and frequency stability inherent in 27 the digitally generated signal. These specifications ensure that 28 during operation the detector strictly conforms to FCC 29 requirements and that the radar signal quality is maintained for 30 precise algorithmic quality. 31 (3) The detector antennae will be designed on printed circuit boards, 32 eliminating the need for RF connectors and cabling that result in 33 decreased reliability. Printed circuit antennae are less prone to 34 physical damage due to their extremely low mass. 35 (4) The antennae parameters will meet the following criterion to 36 ensure quality performance: 37 (a) 3 dB Elevation Beam Width:> 65 degrees 38 (b) 3 dB Azimuth Beam Width:< 15 degrees 39 (c) Side Lobes: <-20 dB 40 i) Enclosure 41 (1) The detector will be enclosed in a Lexan polycarbonate,ultraviolet 42 resistant material and will be classified as watertight according to 43 the NEMA 250 Standard. The enclosure will be classified"fl" 44 outdoor weatherability in accordance with UL 746C. 45 (2) The detector will be able to withstand a drop of up to 5 feet 46 without compromising its functional and structural integrity. 47 j) Input file cards CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-49 TRAFFIC SIGNALS Page 49 of 113 1 (1) The detector manufacturer will provide an optional input file card 2 compatible with 170, 2070,NEMA TS 1 and NEMA TS2 input file 3 racks. The input file card will translate per vehicle data packets or 4 actuation packets from the detector into corresponding contact 5 closure outputs. Operators will be able to assign any contact 6 closure output channel to any configured alert. These settings will 7 be saved in non-volatile memory on the input file card for 8 complete recovery in case of power failure. 9 (2) The input file card will support Dual Loop (Speed Trap) 10 emulation, as well as the following modes of operation: 11 (a) Actuation(true presence filtered by conditional alert 12 constraints output in real time with 2.5 ms resolution) 13 (b) Pulse(a single 125 ms output pulse for each vehicle) 14 (c) Presence(an output pulse corresponding to the duration of 15 each vehicle cluster in the detection zone with a resolution of 16 2.5 ms) 17 (d) Single Loop Speed(duration of the pulse corresponds directly 18 to the speed of the vehicle, speed(mph)= 13.64/duration in 19 seconds) 20 (3) The input file card will receive data packets over an RS-485 bus at 21 any of the following baud rates: 9600, 19200, 38400, 57600 and 22 115200. Also,the input file card will auto-baud and auto-detect a 23 detector over wired and wireless communication channels that 24 have a maximum latency of 500 ms. 25 (4) The input file card will comply with the NEMA TS2-1998 Traffic 26 Controller Assemblies with NTCIP Requirements, Section 2.8 27 specification. Documentation and results of the NEMA TS2-1998 28 test will be provided. 29 (5) The input file card will also provide failsafe operation, so that in 30 the event of failure of communication from the sensor,a constant 31 call will be placed on all contact closure channels. 32 (6) The input file card will comply with the EN 61000-4-5 Class 4 33 lightning surge protection test specification. Documentation and 34 results of the EN 61000-4-5 Class 4 test will be provided. 35 k) FCC 36 (1) Each detector will be Federal Communications Commission(FCC) 37 certified under CFR 47,Part 15, section 15.245 as a field 38 disturbance sensor, or section 15.249 as an intentional radiator. 39 This certification will be displayed on an external label on each 40 device according to the rules set out by the FCC. 41 (2) The detector will transmit in the 10.50— 10.55 GHz or 24.00— 42 24.25 GHZ frequency band and will meet the power transmission 43 requirements specified under sections 15.245 and 15.249 of CFR 44 47. 45 (3) The manufacturer will provide documentation proving compliance 46 to all FCC specifications. 47 c. Radar Detection Cable CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-50 TRAFFIC SIGNALS Page 50 of 113 1 1) The cable end connector shall meet the MIL-C-26482 specification and 2 shall be designed to interface with the appropriate MIL-C-26482 3 connector. 4 2) The connector back shell shall be an environmentally sealed shell that 5 offers excellent immersion capability. 6 3) All conductors that interface with the connector shall be encased in a single 7 jacket, and the outer diameter(O.D.) of this jacket shall be within the back 8 shell's cable O.D.range to ensure proper sealing. 9 4) The back shell shall have a strain relief with enough strength to support the 10 cable slack under extreme weather conditions. 11 5) The cable shall conform to the following specifications: 12 6) The RS-485 conductors shall be a twisted pair. 13 7) The RS-485 conductors shall have nominal capacitance conductor to 14 conductor of less than 71pF/Ft at 1 KHz. 15 8) The RS-485 conductors shall have nominal conductor DC resistance of less 16 than 16.5 ohms/(304.8 m)at 68°F (20°C). 17 9) The power conductors shall be one twisted pair with nominal conductor 18 DC resistance of less than 11.5 ohms/(304.8 m) at 68°F (20°C). 19 10) Each wire bundle or the entire cable shall be shielded with an 20 aluminum/mylar shield with a drain wire. 21 11) The wire shall be a single continuous home-run cable with no splices 22 allowed and terminated only in the junction box provided by the 23 manufacturer and in the traffic signal cabinet at the other end. 24 12) The cable O.D. shall not exceed 0.4 inches. 25 13) The cable length shall not exceed 2000 feet for the operational baud rate of 26 RS-485 communications(9.6 Kbps). 27 14) If 12 VDC is being supplied for the detector then the cable length shall not 28 exceed 90 feet. 29 15) If 24 VDC is being supplied for the detector then the cable length shall not 30 exceed 500 feet. 31 16) Both communication and power conductors can be bundled together in the 32 same cable as long as the above-mentioned conditions are met. 33 6. Hybrid Vehicle Detection System and Cable 34 a. The product bid shall be the Iteris Vantage Vector HybridTM system, or 35 approved equivalent, and shall meet the following specifications. 36 b. The multi-sensor system shall utilize two different sensors of different 37 technologies,video imaging and radar,to detect and track licensed and 38 unlicensed vehicles at distances up to 600 feet. 39 c. The sensor system shall fuse vehicle information from the two sensors to 40 provide highly accurate and precise detection for special or advanced 41 applications. 42 d. The multi-sensor system shall use a primary detector rack mounted processor 43 to interface with the traffic control cabinet. The module shall process 44 information from both video imaging and radar sensors simultaneously in real- 45 time. 46 e. System configurations CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-51 TRAFFIC SIGNALS Page 51 of 113 1 1) The multi-sensor detection system(MSDS) shall consist of up to two video 2 cameras and radar units, detection processors (DP)capable of processing 3 from one to two intersection approaches, output extension modules, surge 4 suppressors, a setup tool and a pointing device. 5 2) Available system configurations 6 a) The MSDS will be deployed at locations where site conditions and 7 roadway geometry vary. The MSDS system may also be deployed at 8 locations where existing cabinets or equipment exist. Existing site 9 configurations will dictate the availability of cabinet space and MSDS 10 usage. 1 I b) The proposed MSDS shall be available in various configurations to 12 allow maximum deployment flexibility. Each configuration shall have 13 an identical user interface for system setup and configuration. The 14 communications protocol to each configuration shall be identical and 15 shall be hardware platform independent. The proposed MSDS shall 16 have multiple configurations available for deployment as described in 17 Table 1. 18 19 20 21 22 Table 1. MSDS Confi uration No. of Multi- No. Video Mounting Power Supply Description Sensor Outputs Configuration Requirements Inputs Rack Mount 12 or 24 VDC Single-Channel 1 1 (Type 170 or power From Rack Mounted NEMA TS-1, Rack TS-2 Racks Rack Mount 12 or 24 VDC Dual-Channel 2 1 (Type 170 or power From Rack Mounted NEMA TS-1, Rack TS-2 Racks) 23 24 f. System software 25 1) The system shall include software that detects vehicles in multiple lanes. 26 Video imaging detection zones shall be defined using only an on-board 27 video menu and a pointing device to place the zones on a video image. Up 28 to 24 video detection zones per camera view shall be available. Two 29 additional trigger zones for the radar sensor shall be available and be 30 configurable by using the same system setup menu on the DP. A separate 31 computer shall not be required to program the detection zones. A portable 32 setup tool shall be available for sensor alignment and adjustment of 33 camera's field of view and focus. 34 g. Materials 35 1) Multi-Sensor Detection System Hardware 36 a) The MSDS hardware shall consist of the following four elements: CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-52 TRAFFIC SIGNALS Page 52 of 113 1 (1) Video imaging camera sensor 2 (2) Radar sensor 3 (3) Sensor data combiner 4 (4) Detection processor 5 b) The MSDS shall be made in the U.S.A. in compliance with FTA"Buy 6 America"regulations. 7 2) Video Imaging Camera Sensor 8 a) To accommodate deployment flexibility, the MSDS camera sensor 9 shall be compatible will all DP platforms identified in Table 1. The 10 MSDS camera sensor shall be supplied by the MSDS manufacturer. 11 b) The advanced camera enclosure shall utilize Indium Tin Oxide(ITO) 12 technology for the heating element of the front glass. The transparent 13 coating shall not impact the visual acuity and shall be optically clear. 14 c) Cable terminations at the data combiner for video and power shall not 15 require crimping or special tools. 16 d) The camera sensor shall allow the user to set the focus and field of 17 view via Wi-Fi connectivity. 18 e) The camera shall produce a useable video image of the bodies of 19 vehicles under all roadway lighting conditions,regardless of time of 20 day. The minimum range of scene luminance over which the camera 21 shall produce a useable video image shall be the minimum range from 22 nighttime to daytime,but not less than the range 1.0 lux to 10,000 lux. 23 f) The camera electronics shall include automatic gain control(AGC)to 24 produce a satisfactory image at night. 25 g) The imager luminance signal to noise ratio(S/1) shall be more than 50 26 dB with the automatic gain control(AGC)disabled. 27 h) The imager shall employ three dimensional dynamic noise reduction 28 (3D-DNR) to remove unwanted image noise. 29 i) The camera imager shall employ wide dynamic range(WDR) 30 technology to compensate for wide dynamic outdoor lighting 31 conditions. The dynamic range shall be greater than 100 dB. 32 j) The camera shall be digital signal processor(DSP)based and shall use 33 a CCD sensing element and shall output color video with resolution of 34 not less than 550 TV lines. 35 k) The camera sensor shall include an electronic shutter control based 36 upon average scene luminance and shall be equipped with an auto-iris 37 lens that operates in tandem with the electronic shutter. The electronic 38 shutter shall operate between the ranges of 1/1 to 1/10,006th second. 39 1) The camera sensor shall utilize automatic white balance. 40 m) The camera sensor shall include a variable focal length lens with 41 variable focus that can be adjusted,without opening up the camera 42 housing, to suit the site geometry by means of a portable interface 43 device designed for that purpose and manufactured by the detection 44 system supplier. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-53 TRAFFIC SIGNALS Page 53 of 113 1 n) The horizontal field of view shall be adjustable from 4.6 to 53.6 2 degrees. This camera configuration may be used for the majority of 3 detection approaches in order to minimize the setup time and spares 4 required by the user. The lens shall be a 12x zoom lens with a focal 5 length of 3.7mm to 44.Omm. 6 o) The lens shall also have an auto-focus feature with a manual override 7 to facilitate ease of setup. 8 p) The camera shall incorporate the use of preset positioning that store 9 zoom and focus positioning information. The camera shall have the 10 capability to recall the previously stored preset upon application of 11 power. 12 q) The camera shall be housed in a weather-tight sealed enclosure 13 conforming to IP-67 specifications. The housing shall allow the camera 14 to be rotated to allow proper alignment between the camera and the 15 traveled road surface. 16 r) The camera enclosure shall be equipped with a sunshield. The 17 sunshield shall include a provision for water diversion to prevent water 18 from flowing in the camera's field of view. 19 s) The camera enclosure shall be design so that the pan, tilt and rotation 20 of the camera assembly can be accomplished independently without 21 affecting the other settings. 22 t) The camera enclosure shall include a proportionally controlled Indium 23 Tin Oxide heater design that maximizes heat transfer to the lens. The 24 output power of the heater shall vary with temperature, to assure 25 proper operation of the lens functions at low temperatures and prevent 26 moisture condensation on the optical faceplate of the enclosure. 27 u) The glass face on the front of the enclosure shall have an anti-reflective 28 coating to minimize light and image reflections. 29 v) When mounted outdoors in the enclosure,the camera shall operate in a 30 temperature range from-34 °C to+74 °C and a humidity range from 31 0%RH to 100%RH. Measurement of satisfactory video shall be 32 based upon DP system operation. 33 w) The camera sensor shall acquire its power from the sensor data 34 combiner. 35 x) Recommended camera placement height shall be 18-33 feet(or 6-10 36 meters) above the roadway, and over the traveled way on which 37 vehicles are to be detected. For optimum detection the camera should 38 be centered above the traveled roadway. The camera shall view 39 approaching vehicles at a distance not to exceed 350 feet for reliable 40 detection(height to distance ratio of 10:100). Camera placement and 41 field of view(FOV) shall be unobstructed and as noted in the 42 installation documentation provided by the supplier. 43 y) The video signal shall be fully isolated from the camera enclosure and 44 power cabling 45 z) A weather-proof protective cover shall be provided to protect all 46 terminations at the camera. 47 3) Radar Sensor CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-54 TRAFFIC SIGNALS Page 54 of 113 1 a) The radar sensor shall operate in the 24 GHz frequency band and shall 2 operate on 1 of 7 available enumerated channels that is user selectable. 3 b) The radar detection range shall be 600 feet minimum,+/- 5%. 4 c) The radar sensor shall be able to track up to 20 independent objects 5 simultaneously. 6 d) Object speed detection shall be within a range of 0 to 150 miles per 7 hour+/- 1.0 miles per hour. 8 e) The radar sensor shall be able to detect vehicles in 1 to 4 traffic lanes. 9 f) The radar sensor shall be housed in a weather-tight sealed enclosure 10 conforming to IP-67 specifications. The housing shall allow the radar 11 to be adjusted to allow proper alignment between the sensor and the 12 traveled road surface. 13 g) When mounted outdoors in the enclosure,the radar shall operate in a 14 temperature range from-34°C to+74 °C and a humidity range from 15 0%RH to 100%RH. 16 h) The radar sensor shall communicate with the sensor data combiner. 17 i) The radar sensor shall acquire its power from the sensor data combiner. 18 4) Multi-Sensor Assembly 19 a) Both camera and radar sensors shall be housed in an overall, single 20 enclosure assembly. 21 b) The overall size of the multi-sensor enclosure shall not exceed 14 22 inches x 15 inches x 17 inches. 23 c) The overall weight of the multi-sensor unit shall not exceed 11 pounds. 24 d) The effective projected area(EPA) shall not exceed 2.0 square feet. 25 e) The maximum power consumption for the multi-sensor assembly shall 26 be less than 10 watts typical, 20 watts peak. 27 5) Sensor Data Combiner 28 a) A sensor data combiner that combines sensor information from both 29 video and radar sensors shall be employed. 30 b) The sensor data combiner shall supply primary power to each sensor 31 unit. 32 c) The sensor data combiner shall facilitate digital communications 33 between the sensor data combiner and each of the sensor units. 34 d) The sensor data combiner shall get its primary power from an AC 35 power source using industry standard 3-conductor cabling. 36 e) The sensor data combiner shall communicate with the detection 37 processor using a single coax cable. Both video imaging and radar 38 data shall use the single coax cable. 39 f) The sensor data combiner shall also employ industry standard Wi-Fi 40 connectivity for remote sensor system setup using a mobile 41 programming device such as a netbook or tablet computer. Video 42 camera and radar sensor shall be able to be configured independently. 43 g) The sensor data signal shall be fully isolated from the mechanical 44 enclosure and power cabling 45 h) Cable terminations at the sensor data combiner shall not require 46 crimping tools. 47 i) The sensor data combiner shall be housed in a weather-tight sealed 48 enclosure conforming to IP-67 specifications. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-55 TRAFFIC SIGNALS Page 55 of 113 1 6) Detector Processor(DP) 2 a) Each sensor input shall accept RS 170(NTSC)or CCIR(PAL)signals 3 from an external video source. The interface connector shall be BNC 4 type and shall be located on the front of the processing unit. The 5 sensor input shall have the capability to be terminated into 75-ohms or 6 high impedance(Hi-Z)using dip switches or software control from the 7 user menu. The sensor input shall also facilitate the data from the 8 radar sensor. 9 b) A LED indicator shall be provided to indicate the presence of the 10 sensor signal. The LED shall illuminate upon valid sensor 11 synchronization and turn off when the presence of a valid sensor signal 12 is removed. 13 c) One video output shall be provided. The video output shall be RS 170 14 or CCIR compliant and shall pass through the input video signal. 15 d) For multi-channel video input configurations, a momentary push- 16 button shall be provided on the front panel to cycle through each input 17 video channel. In the absence of a valid sensor signal,the channel 18 shall be skipped and the next valid sensor signal shall be switched. 19 The real time video output shall have the capability to show text and 20 graphical overlays to aid in system setup. The overlays shall display 21 real-time actuation of detection zones upon vehicle detection or 22 presence. Overlays shall be able to be turned off by the user. Control 23 of the overlays and sensor switching shall also be provided through the 24 serial communications port. The video output interface connector shall 25 be positive locking BNC type. Friction type(e.g. RCA type) 26 connectors shall not be allowed. 27 e) A serial communications port shall be provided on the front panel. The 28 serial port shall compliant with EIA232 electrical interfaces and shall 29 use a DB9 type connector mounted on the front panel of the DP. The 30 serial communications interface shall allow the user to remotely 31 configure the system and/or to extract calculated vehicle/roadway 32 information. The interface protocol shall be documented or interface 33 software shall be provided. The interface protocol shall support multi- 34 drop or point-to-multipoint communications. Each MSDS shall have 35 the capability to be addressable. The DP shall support data rates of 36 1200 bps to 230,400 bps, inclusive. 37 f) Open collector(contact closure) outputs shall be provided. Four(4) 38 open collector outputs shall be provided for the single or dual channel 39 rack-mount configuration. Additionally, the DP shall allow the use of 40 extension modules to provide up to 24 open collector contact closures 41 per camera input. Each open collector output shall be capable of 42 sinking 30 mA at 24 VDC. Open collector outputs will be used for 43 vehicle detection indicators as well as discrete outputs for alarm 44 conditions. The DP outputs shall be compatible with industry standard 45 detector racks assignments. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-56 TRAFFIC SIGNALS Page 56 of 113 1 g) Logic inputs such as delay/extend or delay inhibit shall be supported 2 through the appropriate detector rack connector pin or front panel 3 connector in the case of the UO module. For DPs and extension 4 modules,4 inputs shall be supported via detector rack interface. The 5 I/O module shall accommodate eight(8)inputs through a 15-pin"D" 6 connector. 7 h) Detection status LEDs shall be provided on the front panel. The LEDs 8 shall illuminate when a contact closure output occurs. Rack-mounted 9 detection processors shall have a minimum of four(4)LEDs. Rack- 10 mounted extension modules shall have two(2), four(4)or eight(8) 11 LEDs (depending upon extension module type)to indicate detection. 12 i) The front panel of the DP shall have detector test switches to allow the 13 user to manually place calls on each DP output channel. The test 14 switch shall be able to place either a constant call or a momentary call 15 depending on the position of the switch. 16 j) A USB mouse port shall be provided on the front panel of the rack 17 mount detection processing unit. The mouse port shall not require 18 special mouse software drivers. The mouse port shall be used as part 19 of system setup and configuration. A mouse shall be provided with 20 each detection processor. 21 k) Extension modules shall be connected to the DP by an 8-wire twisted- 22 pair cable with modular RJ45 connectors. DP and EM communications 23 shall be accommodated by methods using differential signals to reject 24 electrically coupled noise. 25 1) Extension modules (EM)shall be available to eliminate the need of 26 rewiring the detector rack,by enabling the user to plug an extension 27 module into the appropriate slot in the detector rack to provide 28 additional open collector outputs. The extension module shall be 29 available in both 2 and 4 channel configurations. EM configurations 30 shall be programmable from the DP. A separate I/O module with 32 31 outputs through a 37-pin"D"connector on the front panel and 8 inputs 32 through a 15-pin"D"connector using an external wire harness for 33 expanded flexibility shall also be available. 34 m) The DP and EM shall be specifically designed to mount in a standard 35 detector rack,using the edge connector to obtain power,provide 36 contact closure outputs and accept logic inputs (e.g. delay/extend). No 37 adapters shall be required to mount the DP or EM in a standard 38 detector rack. Detector rack rewiring shall not be required. 39 n) The DP shall utilize non-volatile memory technology to store on-board 40 firmware and operational data. 41 o) The DP shall enable the loading of modified or enhanced software 42 through the EIA232 or USB port(using a USB thumb drive)and 43 without modifying the DP hardware. 44 p) The DP and EM shall be powered by 12 or 24 volts DC. DP and EM 45 modules shall automatically compensate for either 12 or 24 VDC 46 operation. DP power consumption shall not exceed 7.5 watts. The EM 47 power consumption shall not exceed 3 watts. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-57 TRAFFIC SIGNALS Page 57 of 113 1 q) The DP shall operate satisfactorily in a temperature range from-34 °C 2 to+74 °C and a humidity range from 0%RH to 95%RH,non- 3 condensing as set forth in NEMA specifications. 4 r) An Edco CX-06M video surge suppresser shall be provided for each 5 sensor input. The surge suppresser shall be appropriately grounded to 6 the cabinet ground rod using 14 AWG minimum. 7 7) System Software 8 a) Detection zones shall be programmed via an on board menu displayed 9 on a video monitor and a pointing device connected to the DP. The 10 menu shall facilitate placement of detection zones and setting of zone 11 parameters or to view system parameters. A separate computer shall 12 not be required for programming detection zones or to view system 13 operation. 14 b) The DP shall store up to three different detection zone patterns in non- 15 volatile memory. The DP can switch to any one of the three different 16 detection patterns within 1 second of user request via menu selection 17 with the pointing device. Each configuration shall be uniquely labeled 18 and able to be edited by the user for identification. The currently 19 active configuration indicator shall be displayed on the monitor. 20 c) The DP shall detect vehicles in real time as they travel across each 21 detection zone. 22 d) The DP shall accept new detection patterns from an external computer 23 through the EIA232 port when the external computer uses the correct 24 communications protocol for downloading detection patterns. A 25 WindOWSTM-based software designed for local or remote connection 26 and providing video capture,real-time detection indication and 27 detection zone modification capability shall be provided with the 28 system 29 e) The DP system shall have the capability to automatically switch to any 30 one of the stored configurations based on the time of day which shall 31 be programmable by the user. 32 f) The DP shall send its detection patterns to an external computer 33 through the EIA232 port when requested when the external computer 34 uses the appropriate communications protocol for uploading detection 35 patterns. 36 g) The DP shall default to a safe condition, such as a constant call on each 37 active detection channel, in the event of unacceptable interference or 38 loss of the sensor signal. 39 h) The system shall be capable of automatically detecting a low-visibility 40 condition such as fog and respond by placing all effected detection 41 zones in a constant call mode. A user-selected alarm output shall be 42 active during the low-visibility condition that can be used to modify 43 the controller operation if connected to the appropriate controller input 44 modifier(s). The system shall automatically revert to normal detection 45 mode when the low-visibility condition no longer exists. 46 i) Up to 24 detection zones per camera input shall be supported and each 47 detection zone can be sized to suit the site and the desired vehicle 48 detection region. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-58 TRAFFIC SIGNALS Page 58 of 113 1 j) The DP shall support 2 independent trigger points for radar outputs for 2 dilemma zone applications. 3 k) The DP shall provide up to 24 open collector output channels per 4 sensor input using one or more extension modules. 5 1) A single detection zone shall be able to replace multiple inductive 6 loops and the detection zones shall be OR'ed as the default or may be 7 AND'ed together to indicate vehicle presence on a single approach of 8 traffic movement. 9 m) Placement of detection zones shall be done by using only a pointing 10 device, and a graphical interface built into the DP and displayed on a 11 video monitor,to draw the detection zones on the video image from 12 each video camera. No separate computer shall be required to program 13 the detection zones. 14 n) When a vehicle is detected within a detection zone, a visual indication 15 of the detection shall activate on the video overlay display to confirm 16 the detection of the vehicle for the zone. 17 o) Detection shall be at least 98%accurate in good weather conditions, 18 with slight degradation possible under adverse weather conditions (e.g. 19 rain, snow, or fog)which reduce visibility. 20 p) Detection accuracy is dependent upon site geometry, camera 21 placement, camera quality and detection zone location, and these 22 accuracy levels do not include allowances for occlusion or poor video 23 due to camera location or quality. 24 q) The DP shall provide dynamic zone reconfiguration(DZR). DZR 25 enables normal operation of existing detection zones when one zone is 26 being added or modified during the setup process. The new zone 27 configuration shall not go into effect until the configuration is saved by 28 the operator. 29 r) Detection zone setup shall not require site specific information such as 30 latitude and longitude to be entered into the system. 31 s) The DP shall process the video input from each camera at 30 frames 32 per second. Multiple camera processors shall process all video inputs 33 simultaneously. 34 t) The DP shall output a constant call during the background learning 35 period of no more than 3 minutes. 36 u) Detection zone outputs shall be configurable to allow the selection of 37 presence,pulse, extend, and delay outputs. Timing parameters of 38 pulse, extend, and delay outputs shall be user definable between 0.1 to 39 25.0 seconds. 40 v) Up to six video detection zones per sensor input shall have the 41 capability to count the number of vehicles detected. The count value 42 shall be internally stored for later retrieval through the EIA232 port. 43 The zone shall also have the capability to calculate and store average 44 speed and lane occupancy at bin intervals of 10 seconds, 20 seconds, 1 45 minute, 5 minutes, 15 minutes, 30 minutes and 60 minutes. One radar 46 sensor zone shall also count vehicles, calculate, and store the average 47 speed and lane occupancy across the approach. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-59 TRAFFIC SIGNALS Page 59 of 113 1 w) In addition to the count type zone, the DP shall be able to calculate 2 and/or acquire average speed and lane occupancy using both video and 3 radar sensors. These values shall be stored in non-volatile memory for 4 later retrieval. 5 x) The DP shall have an"advance"zone type where detection outputs to 6 the traffic controller is compensated for angular occlusion and 7 distance. 8 y) The DP shall employ color overlays on the video output. 9 z) The DP shall have the ability to show phase status(green, yellow, or 10 red) for up to 8 phases. These indications shall also be color coded. 11 aa) The user shall have the ability to enable or disable the display of the 12 phase information on the video output. 13 bb) The DP shall have the capability to change the characteristics of a 14 detection zone based on external inputs such as signal phase. Each 15 detection zone shall be able to switch from one zone type(i.e. 16 presence, extension,pulse, etc.)to another zone type based on the 17 signal state. For example, a zone may be a"count"zone when the 18 phase is green but change to a"presence"zone type when the phase is 19 not green. 20 cc) Another application would be zone type of"extension"when the signal 21 phase is green and then"delay"when red. 22 dd) For alpha numeric user inputs, the DP shall utilize a virtual keyboard 23 on the video overlay system to ease user input. The virtual keyboard 24 shall use the standard QWERTY keyboard layout. 25 ee) The DP shall aid the user in drawing additional detection zones by 26 automatically drawing and placing zones at appropriate locations with 27 only a single click of the mouse. The additional zone shall utilize 28 geometric extrapolation of the parent zone when creating the child 29 zone. The process shall also automatically accommodate lane marking 30 angles and zone overlaps. 31 ff) When the user wishes to modify the location of a zone, the DP shall 32 allow the user move a single zone, multiple zones or all zones 33 simultaneously. 34 gg) When the user wishes to modify the geometric shape of the zone, the 35 DP shall allow the user to change the shape by moving the zone corner 36 or zone sides. 37 hh) On screen zone identifiers shall be modifiable by the user. The user 38 shall be allowed to select channel output assignments, zone type, input 39 status, zone labels or zone numbers to be the identifier. 40 ii) For multiple camera input DI's, the user shall have the ability to enable 41 automatic video output switching. The dwell time for each sensor 42 input shall be user programmable. 43 J) For radar sensor zones, the output can be triggered by presence of a 44 vehicle only or by presence of a vehicle above a user-defined speed 45 threshold. 46 7. Vehicle Detector Loops (Sawcut) 47 a. Detector Loop Wire CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-60 TRAFFIC SIGNALS Page 60 of 113 1 1) Use stranded copper No. 14 AWG XHHW cross-linked-thermosetting- 2 polyethylene insulated conductor rated for 600 volts CA for vehicle 3 detector loop wire. 4 b. Detector Lead-In Cable 5 1) Loop detector lead-in cable shall be a single 4 conductor No. 18 AWG, 6 shielded cable. 7 2) 1 cable shall service each loop where practical. 8 c. Sealant 9 1) Use sealant for the vehicle detector loops in accordance with TxDOT 10 DMS-6340,"Vehicle Loop Wire Sealant." 11 8. Emergency Vehicle Preemption Equipment and Cable 12 a. The product bid shall be the OpticomTM system by Global Traffic 13 Technologies, or approved equal, and shall meet the following specifications. 14 b. Provide new, corrosion resistant materials. 15 c. Emergency Preemption Phase Selector 16 1) Shall be a plug-in two channel, dual priority, encoded signal device. 17 2) Shall have the capability to be installed directly into the input file of Type 18 170 traffic controllers equipped with priority phase selection software. 19 3) Shall recognize and discriminate among three distinct emitter frequency 20 rates via Emergency Preemption Detectors: Command Priority,Advantage 21 Priority and probe vehicles. 22 4) When Emergency Preemption Detector signals are recognized as a valid 23 call, the Emergency Preemption Phase Selector shall cause the signal 24 controller to advance to and/or hold the desired traffic signal display. This 25 is accomplished by utilizing Emergency Preemption Phase Selector 26 circuitry in conjunction with normal internal controller functions. 27 5) The Emergency Preemption Phase Selector shall be capable of assigning 28 priority traffic movement to one of two channels on a first come, first serve 29 basis. Each channel shall be connected to select a particular traffic 30 movement from those normally available within the controller. 31 6) Once a call is recognized, "commit to green" circuitry in the Emergency 32 Preemption Phase Selector shall function so that the desired green 33 indication will be obtained even if optical communication is lost. After 34 serving a priority traffic demand,the Emergency Preemption Phase 35 Selector shall release the controller to follow normal sequence operation. 36 7) The phase selector shall not change the timing of the following intervals 37 for any normal controller phase:minimum green,walk, pedestrian 38 clearance, yellow change, or red clearance. 39 8) Emergency Preemption Phase Selector shall also have the following 40 features: two auxiliary detectors per channel, compatible with encoded 41 signal and non-encoded emitters, computer-based interface(RS232 42 communications front port, and rear backplane,customizable ID code 43 validation), crystal controlled circuitry, optically isolated outputs, front 44 panel switches and diagnostic indicators for testing, and multi-function test 45 switch. 46 9) Phase selector shall be powered from AC mains and shall provide 24-volt 47 DC output for its associated detectors. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-61 TRAFFIC SIGNALS Page 61 of 113 1 10) Emergency Preemption Phase Selector shall utilize solid state and relay 2 circuitry to interface between the Emergency Preemption Detector and the 3 traffic signal controller. 4 11) Emergency Preemption Phase Selector shall supply power to and receive 5 electrical signals from the Emergency Preemption Detector. 6 12) Emergency Preemption Phase Selector shall be tested to NEMA electrical 7 test specifications. 8 13) Emergency Preemption Phase Selector shall operate at a voltage range of 9 89 to 135 VAC +10%and 6OHz+ 3Hz. 10 14) Provide equipment that is not affected by the transient voltages, surges and 11 sags normally experienced on commercial power lines. It is the 12 Contractor's responsibility to check the local power service to determine if 13 any special design is needed for the equipment. Any extra cost, if required, 14 is subsidiary to this Item. 15 15) Install appropriate surge protectors in the cabinet for the Emergency 16 Preemption Phase Selector and Emergency Preemption Detector. 17 16) Provide equipment that meets the requirements of Sec. 2.1.6, "Transients, 18 Power Service" of the NEMA Standard TS2-1992, and/or the latest 19 revision. 20 17) Provide all wiring to the requirements of the NEC. Cut all wires to proper 21 length. Provide cable slacks to facilitate removal and replacement of 22 assemblies, panels, and modules. Do not double back any wires to take up 23 slack. Neatly lace wires into cable with nylon lacing or plastic straps. 24 Secure cables with clamps. 25 18) Provide diodes or other protective devices across the coils of all DC relays, 26 solenoids, and holding coils for transient suppression. 27 19) Furnish equipment with readily accessible, manually re-settable or 28 replaceable circuit protection devices (such as circuit breakers or fuses) for 29 equipment and power source protection. 30 20) Design the equipment such that the failures of the equipment shall not 31 cause the failure of any other unit of equipment. 32 21) Equipment furnished shall be modular in design to allow major portions to 33 be readily replaced in the field. 34 22) Emergency Preemption Phase Selector shall have mechanically key 35 modules of unlike functions to prevent insertion into the wrong socket or 36 connector. 37 23) Clearly identify all modules and assemblies with name, model number, 38 serial number, and any other pertinent information required to facilitate 39 equipment maintenance. 40 24) A card rack shall be supplied with every Emergency Preemption Phase 41 Selector. 42 a) Shall be a metallic enclosure with a dedicated card slot for one phase 43 selector with either two or four channel units. 44 b) The front panel of the card rack shall include a terminal strip for 45 connecting the detectors, as well as a 9-pin circular connector and 46 harness to connect the phase selector's inputs and outputs. 47 c) The card rack shall be subsidiary to the Emergency Preemption Phase 48 Selector. CITY OF FORT WORTH 2017-20I9 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-62 TRAFFIC SIGNALS Page 62 of 113 1 d. Emergency Preemption Detector 2 1) Furnish Emergency Preemption Detector that shall seamlessly operate with 3 the vehicle emitters used in the project area. 4 2) Detector shall transform the optical energy detected from an approaching, 5 vehicle mounted emitter to an electrical signal. The electrical signal shall 6 be transmitted along an Emergency Preemption Detector Cable to the 7 Emergency Preemption Phase Selector for processing. 8 3) Detectors shall permit a direct,unobstructed line-of-sight to vehicle 9 approaches. 10 4) Detector shall have a cone of detection of not more than 13 degrees. The 11 Emergency Preemption Detector and/or Emergency Preemption Phase 12 Selector shall not sense a pre-emption signal from an emitter outside this 13 cone. 14 5) Detector shall have solid state circuitry and advanced electrical transient 15 immunity. 16 6) Detectors shall have a range of 200 feet and is adjustable up to 2,500 feet. 17 7) Detector shall operate at an electrical voltage of 24 to 28 VDC, 50 MA 18 minimum. 19 8) Detectors shall operate at a temperature range of-30 degrees F to 165 20 degrees F. 21 9) Detector shall include mounting hardware, as specified, for mast arm 22 mounting, span wire mounting,pole-side mounting, mounting on top of a 23 signal head, or mounting on top of a pipe or pedestal. 24 10) Detector shall have an adjustable turret configuration to accommodate 25 skewed approaches. 26 11) Detector housing shall be of light weight, durable,high-impact 27 polycarbonate material having stainless steel and brass fittings. 28 12) Detector shall operate at a humidity of 5%to 95%relative. 29 e. Emergency Preemption Detector Cable 30 1) Shall be Model 138 OpticomTM cable, or approved equivalent, and shall be 31 compatible with all other equipment used in this specification. 32 2) Cable shall be individually tinned copper strand three-conductor cable with 33 yellow, orange, and blue conductor wires. It shall also have a bare shield 34 drain wire. 35 3) Cable shall be AWG#20 (7x28),stranded with conductor insulation of 600 36 volt, 75°C (167°F). 37 4) Cable shall have a DC resistance not to exceed 11.0 ohms per 1000 ft. 38 5) The capacitance from one conductor to other 2 conductors and shield shall 39 not exceed 48 pf./ft. 40 6) Cable jacket shall be rated for 600 volts, 80 degrees C (176 degrees F), and 41 minimum average wall thickness of 0.045 in. 42 7) Finished O.D. of 0.3 in. maximum. 43 9. Battery back-up (BBU)System for Signal Cabinets 44 a. The product bid shall be the Alpha FXM 2000 model, or approved equivalent, 45 and shall meet the following specifications. 46 b. Functionality 47 1) Standby Mode 48 a) The BBU shall be provided with a standby mode. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-63 TRAFFIC SIGNALS Page 63 of 113 1 b) The utility AC power shall be passed directly to the output. 2 c) The system will transfer to Backup mode at user defined, low and high 3 cutoff voltage level transfer points that are adjustable between 90 and 4 135 VAC. 5 d) The BBU shall automatically apply a 5VAC difference for the return 6 transfer points. 7 e) When the BBU is in Standby mode(Buck/Boost Disabled), the BBU 8 shall bypass the utility line power whenever the utility line voltage is 9 outside the transfer set points (f2 VAC). 10 2) Low Restore 11 a) In cases of low or absent utility line voltage, when the utility line 12 voltage has been restored at or above 5 VAC f2 VAC of the low 13 transfer set point for more than 20 seconds, the BBU shall transfer 14 from Backup Mode to Utility Line Mode. 15 3) High Restore 16 a) In cases of high utility line voltage, when the utility line voltage has 17 been restored at or above 5 VAC f2 VAC of the high transfer set point 18 for more than 20 seconds, the BBU shall transfer from Backup Mode 19 to Utility Line Mode. 20 4) Buck/Boost Line—Interactive Mode 21 a) The BBU shall include Buck/Boost Functionality. 22 b) The Buck/Boost mode shall have a minimum range of 90-150 VAC. 23 c) There shall not be any user definable transfer set points for the buck 24 boost mode. 25 d) Whenever Buck/Boost mode is selected, the output of the system shall 26 be regulated between 100-130VAC. 27 e) When the output of the system can no longer be maintained with this 28 range, the BBU shall transfer to Backup Mode. 29 5) Line Qualify Time 30 a) The BBU shall have a user definable line qualify time. 31 b) The user shall be able to select a minimum of three(3)possible 32 settings. 33 c) The minimum setting shall be 3, 20, and 30 seconds. 34 d) The default line qualify time shall be 30 seconds. 35 6) Battery Charger 36 a) The BBU shall have an integral charger. 37 b) The charger shall be a 3-step charger using bulk, absorption and float 38 charging techniques, appropriate for the battery type. 39 c) The integral 3-Step Charger shall use temperature compensation. 40 d) The charging system shall compensate over a range of 2.5-4.OmV/°C 41 per cell. 42 e) A temperature probe which plugs into the front panel of the BBU shall 43 be used to monitor the internal temperature of the batteries. 44 f) The Temperature sensor shall be of sufficient length to properly reach 45 the center battery and yet not too long to cause an inaccurate reading. 46 g) The batteries shall not be recharged whenever the battery temperature 47 exceeds 50°C. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-64 TRAFFIC SIGNALS Page 64 of 113 1 h) The recharge time for the batteries from"protective low-cutoff'to 80 2 percent or more of full charge capacity shall not exceed 12 hours. 3 c. Operation 4 1) The BBU system shall provide the following operational modes when 5 operating on battery power: full operation of all traffic signal devices, flash 6 operation, and combination of full and flash operation. 7 2) The BBU shall provide a minimum of 2.0 hours of full time operation and 8 3.0 of flash operation for a traffic signal utilizing LED only vehicle and 9 pedestrian indications. 10 3) The BBU shall be compatible with all City cabinet and controller types; 11 and all cabinet components for full time operation. 12 4) The BBU shall provide a minimum of 150OW/1800VA@25°C active 13 output capacity with 85 percent minimum inverter efficiency. 14 5) When operating in backup mode, the BBU output shall be 15 120VACf5VAC,pure sine wave output, <3%THD, 60Hz t 0.05 Hz. 16 6) The BBU DC system voltage shall be 48VDC. 17 7) The maximum transfer time allowed, from disruption of normal utility line 18 voltage to stabilized inverter line voltage from batteries, shall be 40 19 milliseconds (ms). The same maximum allowable time shall also apply 20 when switching from the inverter line voltage to utility-line voltage. 21 Transfers to and from battery operation shall not interfere with the 22 operation of the other equipment in the intersection. 23 8) The BBU and all components shall operate without performance 24 degradation over a temperature range of-37°C to+74°C. Additionally, all 25 components and parts used shall, at the minimum, be rated for this 26 temperature range. 27 9) In the event the AC service feeding the BBU is severed, or there is a utility 28 blackout,the AV voltage measured at the AC inputs to the BBU(line to 29 neutral)shall be less than 1 VAC. 30 10) The BBU shall have lightning surge protection compliant with IEEE/ANSI 31 C.62.41 and must be able to withstand 2000 volt surges applied 50 times 32 across line and neutral. These surges shall not cause the BBU to transfer to 33 Backup mode. 34 11) The AC input and output shall be panel mounted plug/receptacles that 35 allow no possibility of accidental exposure to dangerous voltages. The AC 36 Input shall be a male receptacle and the AC Output shall be a female 37 receptacle. The receptacles shall utilize some form of locking mechanism 38 or hold down clamps that prevent accidental disconnects. 39 12) The DC connection shall be a recessed one or two pieces Anderson Style 40 receptacle. 41 13) The Power Transfer relay control and the battery temperature sense inputs 42 shall be heavy duty panel-mounted style connectors. 43 14) All connections shall provide mechanically and electrically secure 44 connections without the use of a screwdriver. The only exception is the 45 Relay Terminal Block. 46 15) The BBU must be able to shut down in order to protect against internal 47 damage in the event of an overload at the output. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-65 TRAFFIC SIGNALS Page 65 of 113 1 16) The BBU shall provide a time-of-day schedule. The time-of-day schedule 2 shall allow the user to schedule operational modes. 3 17) The BBU shall automatically change operational modes based on the time- 4 of-day schedule. 5 18) The BBU shall not switch from Flash Operation to Full Operation mode 6 when the remaining battery capacity is S40 percent. 7 19) The BBU shall prevent a malfunction feedback to the cabinet or from 8 feeding back to the utility service. In the event of BBU failure 9 (inverter/charger or battery) or complete battery discharge, the power 10 transfer relay shall revert to Normally Closed(de-energized)state where 11 utility line power is connected to the cabinet. 12 20) The BBU shall initiate an automatic shutdown when battery output reaches 13 42DVC. 14 21) The BBU shall be equipped with an integral system to prevent the battery 15 from destructive discharge or overcharge. 16 d. Power Transfer Switch 17 1) Rating 18 a) The BBU shall include a Power Transfer Switch rated at 120VAC/50 19 amps minimum. 20 2) Manual Bypass Switch 21 a) The Power Transfer Switch shall include a manual bypass switch. 22 Placing the manual bypass switch in`Bypass"mode shall cut AC 23 power to the Inverter/charger and route it directly to the traffic signal 24 cabinet. 25 b) In this condition,power to the inverter is disconnected, and battery 26 power from the inverter is disconnected. 27 c) The inverter can then be powered off without affecting normal 28 intersection operation. 29 d) With the inverter turned off, the batteries can be safely disconnected 30 from the inverter. 31 3) Indicator light 32 a) The Power Transfer Switch shall include a bypass indicator light that 33 automatically illuminates when the Manual bypass switch is in Bypass 34 position. 35 4) Status Relay 36 a) The Power Transfer Switch shall include a bypass status relay with 37 normally open, dry contacts that automatically close when the Manual 38 bypass switch is in Bypass position. 39 5) Power Transfer Relay 40 a) The Power Transfer Switch shall include a 50 Amp power transfer 41 relay controlled by the inverter to cause the Power Transfer Switch to 42 switch between AC power from the utility and battery power from the 43 inverter. 44 6) Integrated Switch 45 a) The manual bypass switch and the power transfer relay shall be 46 integrated together within the Power Transfer Switch allowing the 47 manual bypass switch to be rated at 15 Amp and to be integrated with 48 the bypass indicator light and bypass status relay. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-66 TRAFFIC SIGNALS Page 66 of 113 1 7) Terminal Blocks 2 a) The Power Transfer Switch shall have terminal blocks capable of 3 accepting#6 AWG wiring with#6 AWG internal to the Power 4 Transfer Switch as required for 50 Amp operation. 5 e. Displays, Controls, Diagnostics and Maintenance 6 1) The BBS inverter/charger unit shall include a backlit LCD display for 7 viewing all status and configuration information. The screen shall be 8 easily viewable in both bright sunlight and in darkness. 9 2) Screen size 10 a) The screen shall be large enough to display the following information: 11 (1) Operating mode(standby,buck/boost) 12 (2) Utility input voltage 13 (3) BBU output voltage 14 (4) Charger status 15 (5) Percent battery charge 16 (6) BBU status(standby,backup,buck,boost) 17 (7) Any alarms and faults 18 3) The BBU inverter/charger unit shall include a keypad for configuring 19 system parameters and navigating system information. 20 4) Communications 21 a) The BBU shall be equipped with an industry standard RS-232 serial 22 connection for user configuration and management. 23 b) The serial port shall be an EIA-232 (DB9-Female)connector. 24 c) The BBU shall have an Ethernet communication interface for user 25 configuration and management. The Ethernet Port shall be an RJ-45, 26 EIA 568B Pin Out Connector. 27 d) The BBU shall be include remote monitoring&alarms transmission 28 capabilities through the Ethernet RJ45 IP Addressable Port,using 29 SNMP protocol. Other means of communication will be considered. 30 e) All BBU configuration and System menus shall be accessible and 31 programmable from the RS-232 and Ethernet Port. 32 f) The BBU shall support TCP and UDP over IP protocol 33 communications. 34 g) The BBU shall support FTP,Telnet, and HTTP. 35 h) The BBU shall be SNMP compliant. 36 5) Web-based interface 37 a) The BBU shall be provided with a web-based-interface for user 38 configuration and management through a web browser. 39 b) The BBU shall allow the user to do the following through the web 40 browser: 41 (1) View logs 42 (2) Change modes of operation 43 (3) Configure email alarms 44 (4) Adjust line qualify time 45 (5) Program relay contacts 46 (6) Configure network parameters 47 6) Status LEDs CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-67 TRAFFIC SIGNALS Page 67 of 113 1 a) The BBU shall have discrete status LED indications on the front of the 2 inverter/charger. 3 (1) Green output LED 4 (a) This LED will be ON any time that the output of the BBU is 5 modified, either by backup Mode or by Buck//Boost Modes. 6 (2) Red fault LED 7 (a) This LED will be ON any time that there are any faults in the 8 system. 9 (3) Yellow Alarm LED 10 (a) The LED will be ON any time that there are any alarms in the 11 system. 12 (4) Event log 13 (a) The BBU shall maintain an event log containing a minimum of 14 200 of the most recent events recorded by the BBU. At a 15 minimum, the event log shall record the following: date/time 16 stamp, current operating mode, what the event was. 17 (b) The Event log shall be viewable through the LCD display, 18 EIA-232 port, and the Ethernet Interfaces. 19 (5) Counters 20 (a) The BBU shall keep track of the following: the number of 21 times that the unit was in backup, buck, and boost modes. 22 £ Programmable Relay Contacts 23 1) The BBU shall provide the user six (6)programmable dry relay contacts. 24 As a minimum, the programmable options shall be On Battery, Low 25 Battery, Timer, Alarm, Fault, and Off. 26 2) Relay Contact Terminals 27 a) The relay contacts shall be made available on the front panel of the 28 BBS via an 18-position, screw hold-down,printed circuit board 29 mounted terminal block. 30 3) Contacts 31 a) Each relay shall have their own common and their own set of normally 32 open(NO) and normally closed(NC) terminals. The terminals for 33 each relay shall be oriented as NO-C-NC on the terminal block. 34 4) Labeling 35 a) The contacts on the terminal block shall be labeled 1-18, left to right. 36 Additionally, each set of contact shall be labeled with the NO-C-NC 37 designation, as well as C1...C6 from left to right. All additional 38 contacts on the terminal block shall be labeled as"spare". 39 5) Rating 40 a) The relay contacts shall be rated at a minimum of 1 amp @125 VAC. 41 6) Display 42 a) When a relay is energized, it shall be displayed on the LCD screen. 43 7) On Battery Relay Contact 44 a) The dry relay contacts that are configured for"on battery"shall only 45 energize when the Inverter is operating in Backup Mode. 46 8) Time Relay Contacts 47 a) The BBU shall include a timer that will energize the"timer" 48 configured dry relay contact after the user configured time has elapsed. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-68 TRAFFIC SIGNALS Page 68 of 113 1 b) The timer is started when the BBU enters Backup Mode. 2 c) The user can configure the timer from 0—480 minutes in 15 minute 3 increments. 4 9) Low Battery Relay Contact 5 a) The BBU shall have an adjustable low battery relay setting. 6 b) This setting shall be adjustable so that the user can set the point at 7 which the low battery relay contact is energized. 8 g. Batteries 9 1) Provide batteries from the same manufacturer/vendor of the BBU system. 10 2) Individual batteries shall be 12V. 11 3) Batteries shall be comprised of extreme temperature, float cycle, GEL 12 VRLA(Valve Regulated Lead Acid). 13 4) Battery amp-hour rating shall be 105 amp-hour maximum. 14 5) Batteries shall be easily replaced and commercially available off the shelf. 15 6) Battery string 16 a) Batteries used for the BBU shall consist of a 4 battery string with a 17 cumulative minimum rated capacity of 210 amp-hours 18 7) Batteries shall be sized and rated to operate a 70OW load for 4 hours 19 (normal operation)followed by a 30OW load for 2 hours (flash operation) 20 for a total of 6 hours. 21 8) Operating temperature 22 a) The battery system shall consist of one or more strings of extreme 23 temperature; float cycle GEL VRLA(Valve Regulated Lead Acid) 24 batteries. 25 b) Batteries shall be certified to operate at extreme temperatures from— 26 40°C to+74°C 27 9) Construction 28 a) Battery construction shall include heavy-duty, inter-cell connections 29 for low-impedance between cells, and heavy-duty plates to withstand 30 shock and vibration. 31 10) Top cover 32 a) The top cover shall use tongue and groove construction and shall be 33 epoxied or heat-sealed to the battery case for maximum strength and 34 durability. 35 11) Ability to function 36 a) The battery shall function if laid on its side without leakage of 37 chemicals and be so designed. 38 b) An integral lifting handle should be provided on the batteries for ease 39 of removal/installation. 40 12) Interconnect wiring 41 a) All batteries shall be provided with the appropriate interconnect wiring 42 and corrosion-resistant mounting trays and/or brackets appropriate for 43 the cabinet into which they will be installed. 44 h. System Housing 45 1) EIA Standard 46 a) The internal cabinet shall come with installed EIA rails. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-69 TRAFFIC SIGNALS Page 69 of 113 1 b) All references made to EIA rail or EIA 19"rack shall conform to 2 Electronic Industrial Standards EIA-310-B, Racks,Panels, and 3 associated equipment with 10-32"Universal Spacing"threaded holes. 4 c) The BBU shall be installed in an external cabinet adjacent to or 5 connected to the Traffic Controller cabinet 6 2) Inverter/Charger Mounting 7 a) The Inverter/Charger Unit shall be shelf or rack mounted on a standard 8 EIA19"rack. 9 3) Power Transfer Switch Mounting 10 a) The Power Transfer switch shall be mounted on EIA Rail. 11 4) Interconnect wiring 12 a) All interconnect wiring shall be provided and shall be UL Style 1015 13 CSA TEW. 14 5) BBU replacement 15 a) The BBU equipment and batteries shall be easily replaced and shall not 16 require and special tools for installation. 17 6) The BBU inverter and batteries shall be hot swappable. There shall be no 18 disruption to the Traffic Signal when removing the inverter or batteries for 19 maintenance. 20 7) All inverter and battery connections shall be of the quick disconnect type 21 for ease of maintenance. 22 8) All necessary installation hardware(bolts, fasteners, washers, shelf angles, 23 racks, etc.) shall be included. 24 9) Cabinet shall have a cabinet white LED light that is wired to turn on when 25 the cabinet door is open. 26 10) The external cabinet shall be capable of housing batteries, inverter/charger 27 unit, power transfer switch, control panels, wiring, wiring harnesses, and 28 all other ancillary equipment. 29 11) Cabinet Types 30 a) TYPE 1: Pole mounted external cabinet(for 336 type cabinet 31 locations) 32 b) TYPE 2: Side mounted external cabinet- Side mounted(attached to 33 the side of the model 332, 336, 3501, 3521, or 357i Cabinets) 34 c) TYPE 3: Base mounted external cabinet-Freestanding(for all type 35 cabinet locations). The base mounted external cabinet shall have a 36 minimum 8"riser for easy cable entrance. 37 12) All external cabinets shall be NEMA 3R rated. 38 13) The external cabinet shall be ventilated through the use of louvered vents, 39 filter,and one thermostatically controlled fan. 40 a) The External fan cabinet shall be AC or DC operated from the same 41 line output of the Power Transfer Switch that supplies power to the 42 traffic controller cabinet. 43 b) A 2-postion terminal block shall be provided on the fan panel 44 14) The external cabinet shall come provided with all bolts washers,nuts, 45 cabinet-cabinet coupler fitting, shelves, wiring, and all other hardware 46 necessary for mounting and connecting the external cabinet. 47 i. Documentation CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-70 TRAFFIC SIGNALS Page 70 of 113 1 1) Cabinet wiring diagrams and equipment manuals must be provided for 2 each cabinet. 3 2) Detailed directions/instructions for installation,programming and 4 maintenance for each BBU unit must be included. 5 10. Multi-conductor cable 6 a. All cable shall be multi-conductor capable of operating at 600 volts maximum, 7 and suitable for use at conductor temperatures not exceeding 75 degrees C(167 8 degrees F). 9 b. Multi-conductor cable shall be either stranded IMSA 20-1,414 AWG,stranded 10 copper wire. 11 c. The copper wire(before insulating) shall meet the requirements of the latest 12 American Society for Testing and Materials(ASTM)standards for uncoated wire. 13 d. Ensure fillers are non-metallic,moisture resistant,non-wicking material. 14 e. Supply cables that clearly show the name of the manufacturer and the IMSA 15 specification number applied at approximate 2 foot intervals to the outer surface 16 of the jacket by indent printing. 17 11.Power lead-in cable 18 a. Power lead-in cable shall be stranded RHW copper wire and suitable for A/C 19 electric service. 20 b. The cable shall be capable of operating at 600 volts maximum and suitable for use 21 at conductor temperatures not exceeding 167 degrees Fahrenheit(75 degrees 22 Celsius). 23 c. Material and construction shall be in accordance with the applicable requirements 24 of IMSA and NEC standards. 25 d. Conductors shall be stranded,anneal coated copper. 26 e. Copper wire before insulating or stranding,shall meet the requirements of the 27 latest edition of ASTM B-033 (for coated wire). 28 f. Stranding shall be class B,in accordance with the latest edition of ASTM B-8. 29 g. Insulation shall be THHN and comply with Federal Specification A-A-59544 and 30 all applicable ASTM standards. 31 12. Grounding conductor 32 a. The grounding conductor shall be a 48 AWG solid copper wire. 33 b. The conductor shall be bonded to all ground rods. 34 13. Ground rod 35 a. Ground rod electrodes shall be copper-bonded steel being at least 5/8 inch in 36 diameter. 37 b. All ground rods shall be a minimum of 8 feet. 38 c. All ground rods shall be a minimum of 6 feet in ground. 39 14. Ground Boxes 40 a. All boxes shall meet all test requirements of the latest SCTE 77"Specification 41 of Underground Enclosure Integrity"for Tier 22 applications. 42 b. Bottom edge of box or extension shall be footed with a minimum 1 t/4"flange. 43 c. Cover lift eye shall be molded with cover. 44 d. Cover lettering shall be 1"incised letters reading"Danger High Voltage Traffic 45 Signal." 46 e. Cover shall include the City of Fort Worth logo in upper left-hand corner. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-71 TRAFFIC SIGNALS Page 71 of 113 1 f. Cover must be secured with"Penta Head", stainless steel, self-cleaning bolts 2 and nuts. 3 g. Provide security bolts if indicated in the Drawings. 4 h. The top surface of the ground box cover shall have a minimum co-efficient of 5 friction of 0.5. 6 i. Boxes shall be stackable for extra height. 7 j. Boxes shall be manufactured from Reinforced Polymer Concrete(RPM) 8 composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. 9 Side walls may be reinforced polymer. 10 k. The size and dimensions of the required ground boxes shall be shown in 11 standard detail 34 41 10—D601. 12 15. Traffic Signal Structures 13 a. Design 14 1) Structures shall be designed in accordance with 1994 AASHTO "Standard 15 Specifications for Structural Supports for Highway Signs, Luminaires, and 16 Traffic Signals" for 80 MPH wind zone. 17 2) Refer to the City's Standard or Decorative Traffic Signal standard detail 18 sheets for additional details. 19 b. Markings 20 1) All pole shafts and mast arms for this project shall be marked with the 21 identification numbers from the drawings to facilitate assembly of these 22 items in the field. 23 2) For Projects with multiple intersections, the pole shafts and mast arms shall 24 be identified by intersection. 25 c. Vibration dampers 26 1) Steel mast arms ranging above 28 feet in length shall be provided with 27 aluminum vibration dampers. 28 d. Structure Finish 29 1) Standard 30 a) The traffic signal poles and mast arms shall be galvanized in 31 accordance to ASTM A123. Each component must be completely 32 coated in a single dip. No double dipping will be allowed. All 33 miscellaneous hardware shall be galvanized per ASTM Al 53. 34 2) Decorative 35 a) As shown in the plans. 36 e. High strength galvanized steel bolts 37 1) The allowable working stresses for A325 bolts shall be given in the 38 AASHTO Streetscape Structure Specifications for Structural Joints using 39 ASTM A3250-N or A490-N bolts. 40 f. Powder Coating 41 1) After galvanizing, the steel and aluminum products shall be blasted to an 42 SSPC-SP7 commercial blast. 43 2) All galvanized parts shall be pre-baked to ensure all gasses are released 44 from the coating surface prior to powder coating. 45 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 46 mils (D.F.T.)and baked in accordance with powder manufacturer's 47 recommendations. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-72 TRAFFIC SIGNALS Page 72 of 113 1 4) Top coating is electrostatically applied and oven baked at 400 degrees 2 Fahrenheit and cured for a minimum of 10 minutes. 3 5) Top coat color shall be black(RAL 9017)unless otherwise selected by the 4 City. 5 g. Terminal block 6 1) Terminal shall be Pelco 12-Circuit terminal block assembly, or approved 7 equal. Rated at 85 AMP 600V 8 h. Mast arm pole shaft 9 1) Each traffic signal mast arm pole shall be fabricated from a 1 piece high 10 strength steel sheet, and shall have no more than 2 longitudinal full length 11 high frequency resistance welded joints and no horizontal welded joints 12 except at the base of the pole. 13 2) Welds shall have a smooth and consistent external surface appearance. 14 3) All welds shall be performed by an American certified structural steel 15 welder. 16 4) Traffic signal poles shall have a uniform taper. 17 5) Poles shall have a minimum of 50,000 PSI yield strength. 18 6) Cold working the steel to attain the 50,000 PSI required yield strength is 19 not acceptable. 20 7) The certifications from the vendor on the steel must indicate a minimum of 21 50,000 PSI yield strength after fabrication. 22 i. Mast arm 23 1) Each traffic signal mast arm shall be constructed from a 1 piece high 24 strength, steel sheet with guaranteed minimum yield strength of 50,000 25 PSI. 26 2) Arms over 40 feet may be 2 piece but shall arrive at the Site and City yard 27 as welded 1 piece. 28 3) The certifications from the vendor on the steel must indicate a minimum of 29 50,000 PSI yield strength after fabrication. 30 4) Cold working the steel to attain the 50,000 PSI required yield strength is 31 not acceptable. 32 5) Mast arms shall have no more than 2 longitudinal full length high 33 frequency resistance welded joints. 34 6) Welds shall have a smooth and consistent external surface appearance. 35 7) All mast arms shall have a uniform taper. 36 j. Luminaire Arm 37 1) Luminaire arms shall be fabricated in accordance with the Drawings. 38 k. Pedestal Structures 39 1) Pedestal structures for mounting pedestrian signals or median-mount traffic 40 signals shall be furnished with a transformer base,pole cap,and all 41 necessary hardware for proper installation. 42 2) Height of pole shall be set in the Drawings, but shall not exceed 15 feet. 43 1. All other hardware necessary for complete installation of traffic signal 44 structures, i.e., simplex plates,pole caps, transformer bases, anchor bolts, etc. 45 shall be hot dipped galvanized and conform to the design, dimension, and 46 strength requirements of said items as indicated on the Drawings. 47 in. All hardware shall be packed on a per pole basis. 48 16. Foundations CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-73 TRAFFIC SIGNALS Page 73 of 113 1 a. All foundations shall be built in accordance with Section 03 30 00 and the 2 requirements stated in the Drawings. 3 17. Hardware Signal Pole Paint 4 a. Primer coating shall be Kwal Paint#5810 G-Prime Premium Acrylic Universal 5 Primer or approved equivalent. This is a 100 percent acrylic primer for all 6 types of surfaces, including galvanized finishes. 7 b. Finish coating 8 1) The flat finish coat shall be Kwal paint#6300 Accupro 100 percent Acrylic 9 Exterior Flat Finish or approved equivalent. This is a 100 percent acrylic 10 finish that is durable and chalk resistant. 11 2) The semi-gloss finish coat shall be Kwal paint#3910 Accupro 100 percent 12 Acrylic Exterior Semi-Gloss Finish or approved equivalent. This is a 100 13 percent acrylic finish that is durable and chalk resistant. 14 c. Finish coat colors that are permissible within the City include: 15 1) Black: RAL#9017 16 2) Pure aluminum 17 3) Arch brown: RAL#8019 18 18. Signal Controller 19 a. The traffic signal controller shall be Intelight ATC controller or approved 20 equivalent, and shall meet the specifications as shown in Specification 21 Attachment"B". 22 b. Traffic signal controller shall be capable of running latest version of Intelight's 23 Maxtime controller software and shall meet the following specifications as 24 shown in Specification Attachment"C". 25 19. Controller Cabinet Assembly 26 a. The traffic signal controller cabinet shall be McCain ATC type cabinet, or 27 approved equivalent, and shall meet the specifications as shown in 28 Specification Attachment"A". 29 20. Roadside Flashing Beacon Assembly 30 a. Provide flasher control assembly in accordance with TxDOT DMS 11160, 31 "Flasher Control Assembly." 32 b. Provide pedestal pole bases in accordance with TxDOT DMS-11140, "Pedestal 33 Pole Base." 34 c. When shown on Drawings,provide solar powered flasher controller assemblies 35 in accordance with TxDOT DMS 11150, "Solar Power Flasher Controller 36 Assembly." 37 21.School Zone Flasher Assembly 38 a. Reverse flashing beacons shall be installed on the back side of traffic signal 39 mast arms at signalized intersections within the school zone. 40 b. Cabinet 41 1) The cabinet shall have a hinged panel for mounting the time switch, the 42 flasher and interface board, and the solar regulator. This hinged panel shall 43 be in front of the battery compartment. The cabinet shall be designed to 44 mount a time switch with dimensions of 10 3/8"h x 4 7/8"w x 4"d with the 45 CPC connector. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised March 16,2017 3441 10-74 TRAFFIC SIGNALS Page 74 of 113 1 2) The cabinet shall be fabricated of.125 inch sheet aluminum. The cabinet 2 shall be weatherproof using a neoprene gasket and shall be supplied with a 3 standard#2 Corbin lock and key. The cabinet shall be of sufficient size to 4 house one(1) 100-amp hour battery. The outside dimensions of the 5 cabinet shall be a minimum of 17"h x 18.5"w x 14.75"d. The outside of 6 the cabinet shall be the natural aluminum finish. 7 3) The cabinet shall have a rain flap designed to cover the top of the cabinet 8 door. The rain flap shall extend the width of the cabinet and shall be 1.75" 9 deep. The rain flap shall have a slight down angle and extend past the door 10 of the cabinet when the door is closed to allow rain water to drip past the 11 opening of the cabinet door. 12 4) In order to allow battery gasses to escape, the cabinet shall be equipped 13 with vents on the left and right side of the cabinet. The vents shall be 14 covered on the inside of the cabinet with a screen to prevent insects and 15 other debris from entering the cabinet. The battery compartment shall have 16 1/2"foam on bottom, sides and back to properly insulate the battery. The 17 battery compartment shall be of sufficient size to house one(1) 100-amp 18 hour(Group 31)battery. 19 5) The flasher cabinet shall be supplied with appropriate hardware for 20 mounting to a 4 1/2"o. d.pedestal pole using Pelco SE-1100. 21 c. Flasher and Interface Circuit Board 22 1) The flasher cabinet assembly shall include a flasher and interface board. A 23 two(2)circuit 12VDC flasher shall be integral to the flasher and interface 24 board. The flasher shall be of all solid state construction and shall be rated 25 at a minimum of 6.0 Amps per circuit. The flasher shall utilize zero- 26 voltage turn-on and turn-off of current thus eliminating electromagnetic 27 interference. 28 2) The flasher and interface board shall have two terminal blocks for 29 connecting the wiring of the cabinet. Barrier type terminal blocks shall be 30 used to terminate all wires. The terminal blocks shall terminate the 31 following functions: 32 1. Solar Panel+ 1. Time switch relay common 33 2. Solar Panel - 2. Time Switch relay normally open 34 3. Battery+ 3. DC+power to time switch 35 4. Battery- 4. DC—to time switch 36 5. Confirmation light+ 37 6. Confirmation light- 38 7. Load-1 from the flasher 39 8. Load-2 from the flasher 40 9. DC common from flasher 41 10. DC common from flasher 42 3) The above functions shall be clearly silk screened on the circuit board 43 adjacent to the appropriate terminal. 44 4) The flasher and interface board shall be pre-wired for connection to a solar 45 regulator. The wires connecting the flasher and interface board to the solar 46 regulator shall be a minimum of 16AWG and shall be permanently 47 soldered to the flasher and interface board. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-75 TRAFFIC SIGNALS Page 75 of 113 1 5) The flasher and interface board shall be pre-wired with a 16-position, CPC 2 type, quick disconnect connector to accommodate a time switch. The time 3 switch connector shall be wired as follows: 4 Pin 4: Relay common 5 Pin 10: Relay normally open 6 Pin 13: DC common 7 Pin 15: DC + 8 6) The flasher and interface board shall include 3 separate fuses to protect the 9 solar array,the battery and the load. The fuses shall be easily replaceable 10 from the front of the board with the use of a standard fuse removal tool. 11 7) It shall be possible to configure the flasher and interface board to operate 12 as a 24 hour flasher with the use of standard tools. 13 8) The flasher cabinet shall be supplied with appropriate hardware for 14 mounting to a 4 1/2" o. d.pedestal pole using Pelco SE-1100. 15 d. Battery 16 1) Group 31 17 a) Each battery shall be Valve-Regulated, Gelled-Electrolyte, with a 18 nominal voltage of 12 volts and rated at 108Ah(100 hour test method). 19 Each battery shall conform to the following: 20 (1) Operating temperature range: -76°F (-60°C) to 140°F (60°C) 21 (2) Resistance: 4.0 Milliohms full charge 22 (3) Plate Alloy: Lead Calcium 23 (4) Vents: Pressure relief self-sealing(2PS1 operation)vents 24 permanently attached 25 (5) Case: Polypropylene 26 (6) Terminals: Forged with opening for t/4"bolt 27 (7) Maximum size: L-13.0"x W-7"x H-9.75" 28 (8) Weight: 69.5 lbs. 29 (9) Non-Spillable: ICAO, IATA& DOT standards 30 (10) Group Size Rating: Group 31 31 (11) Cycle Life vs. DOD: 5000 or greater @+25°C(77°F)BCI 2- 32 Hour Capacity 33 2) Group 22 34 a) Each battery shall be Valve-Regulated, Gelled-Electrolyte, with a 35 nominal voltage of 12 volts and rated at 58.2Ah(100 hour test 36 method). Each battery shall conform to the following: 37 (1) Operating Temperature Range: -76°F (-60°C)to 140°F (60°C) 38 (2) Resistance: 4.0 Milliohms full charge 39 (3) Plate Alloy: Lead Calcium 40 (4) Vents: Pressure relief self-sealing(2PSI operation)vents 41 permanently attached 42 (5) Case: Polypropylene 43 (6) Terminals:Forged with opening for 1/4" bolt 44 (7) Maximum Size: L-9.38" x W-5.5" x H-9.25" 45 (8) Weight: 37.0 lbs. 46 (9) Non-Spillable: ICAO,IATA& DOT Standards 47 (10) Group Size Rating: Group 22 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised March 16,2017 3441 10-76 TRAFFIC SIGNALS Page 76 of 113 1 (11) Cycle Life vs. DOD: 5000 or greater @+20°C(77°F)BCI 2- 2 Hour Capacity 3 e. Photovoltaic Controller(Solar Regulator/Charger) 4 1) The flasher cabinet shall include a Photovoltaic Controller(Solar 5 Regulator/Charger)that uses Pulse Width Modulation(PWM)type 6 technology. The PWM controller shall be 100% solid state and be 7 designed for use as a battery charge regulator in photovoltaic (solar) energy 8 systems. 9 2) The PWM controller will allow maximum solar panel current to flow into 10 the battery throughout the battery charge cycle and once full charge is 11 reached; the regulator will continually allow small current pulses to 12 maintain a full charge. The PWM type controller shall allow a true 0 to 13 100% duty charging cycle without having over-current to the battery. 14 3) The photovoltaic controller shall have terminals to accept up to I OAWG 15 wire. 16 4) The solar regulator shall have the following LED status indications: 17 18 Charging Status LED 19 Color Indication Operating State 20 None Flickers "on" Night(LED flickers every 5 sec) 21 Green Solid: flickers"off' Charging(LED flickers every 5 sec) 22 Red Flashing Error 23 -Solar array current too high disconnect 24 -High Voltage disconnect 25 -High temperature disconnect 26 Red Solid: flicker"off' Critical error 27 -Temp sensor damaged(for battery 28 charging) 29 -Heat sink temp damage(for internal 30 heat level) 31 -MOSFIT damage 32 -Firmware error 33 Battery Status LEDs(3) 34 Led Indication Battery Status Load Status 35 Green 2 flash per sec Full Battery(N/U for Gel Cell) Regulator"LOAD"output good 36 Green 1 flash per second Final stage of charge Regulator"LOAD"output good 37 Green Solid Battery nearly full charge Regulator"LOAD"output good 38 Green 1 flash per 2 seconds maintaining full charge Regulator"LOAD"output good 39 Yellow Solid Battery half full state Regulator"LOAD"output good 40 Red 1 flash per second Battery low "LOAD"good near disconnect 41 Red Solid Battery state critical Low Voltage Disconnect(LVD) 42 (No Field Indications) 43 LVD occurs at 11.5 VDC 44 Reconnects"LOAD"at 12.6 VDC 45 5) Amperage Rating 46 a) The amperage rating of the solar regulator shall be a minimum of 47 125%greater than the amperage supplied by the solar array. 48 b) The solar regulator shall be configurable to work with both sealed and 49 flooded batteries. It shall be possible to switch between sealed and 50 flooded with the use of simple tools or by use of switch setting. 51 c) Operating temperature: -40 to 60° (C) CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-77 TRAFFIC SIGNALS Page 77 of 113 1 f. Remote School Beacon Monitoring System(RSBMS) 2 1) General 3 a) The user interface shall be web based, and to be able to be viewed 4 using a browser. Internet Explorer, Chrome and Firefox browsers shall 5 be supported, as well as Safari on an Wad. Systems that use remote 6 desktop or similar to view a thick-client user interface will not be 7 acceptable. 8 b) The RSBMS shall require a user name and password to log on. 9 2) Map Display 10 a) The RSBMS shall include a scrollable,zoomable map display,with the 11 school beacons shown as representative icons on the map. The map 12 shall include the ability to see the school beacons using Google 13 Streetview. 14 b) The alarm status of the school beacon shall be clearly indicated on the 15 icon on the map, so that the user can see at a glance which school 16 beacons are in alarm. 17 c) The map display shall also include a list of school beacons, with the 18 number and priority of alarms indicated on the list. School beacons in 19 high priority alarm shall be moved to the top of the list, followed by 20 medium priority, low priority and then finally by school beacons not in 21 alarm. 22 d) The icons shall change to be able to clearly indicate if a school beacon 23 is offline. 24 e) Clicking on the icon on the map shall expose a box with the current 25 parameters of the school beacon shown. 26 f) The default map display position and zoom shall be configurable by 27 user, so that the user's view will default to show the school beacons 28 that the user is responsible for managing. 29 3) Regional School Beacon Grouping 30 a) The RSBMS shall provide for school beacons to be logically grouped 31 into regional groupings(for example,north; south;east or west) 32 b) The RSBMS user logon shall be configurable so that if a maintenance 33 person is responsible for, say, the north school beacons then when that 34 user logs on,the user has visible only the school beacons that belong to 35 the group that the user is authorized to view. 36 4) School Beacon Detail Display 37 a) It shall be possible to drill down, either from the map icon or from the 38 list,to a device level detail for the school beacon,which as a minimum 39 shall display the following parameters: 40 (1) The alarm status, with priority indicated, and a text description of 41 the alarm(if an alarm is present for this device). 42 (2) The time since the last communication with the device 43 (3) The following parameters (real time now values, minimum for the 44 day values,maximum for the day values, and average for the day 45 values) 46 (a) The AC mains voltage(value) 47 (b) The battery back-up voltage(value) 48 (c) The presence of AC power(OK or Fail) CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-78 TRAFFIC SIGNALS Page 78 of 113 1 (d) The current status of the school beacon(On or off, and 2 whether under manual or schedule control) 3 (e) Beacon failure state 4 (f) The cabinet door status(Open or Closed) 5 (g) Whether the school beacon is in local manual override control 6 (4) It shall be possible to view real time graphs of each of the value 7 parameters in graphical form, over the recent two week period 8 This includes real time graphs of. 9 (a) The AC mains voltage 10 (b) The battery back-up voltage 11 (c) The status of the school beacon state(schedule on, schedule 12 off, manual on, manual off, local override on, local override 13 off) 14 (5) The graphs shall be displayed together in the detail display. 15 Clicking on any of the graphs shall cause the graph selected to 16 enlarge, so that additional detail can be seen. 17 5) School Beacon Individual Remote Override 18 a) From the browser user interface it shall be possible to remotely 19 override the state of the beacon, and place the beacon into state 20 "manual on"or"manual off'. 21 b) The beacons shall change state within 30 seconds of the command 22 being issued. 23 c) The user interface shall update within 60 seconds to show the actual 24 state of the beacon, so that the user can readily confirm that the remote 25 manual override was successfully executed by the beacon. 26 d) The graphical display of the beacon state shall be updated to"manual 27 on" or"manual off', as applicable, so that it is easy to see when the 28 remote manual override command was issued 29 e) The remote manual override command shall be recorded in the user log 30 so that an audit trail will be able to tell which user issued the remote 31 manual override command. 32 6) School Beacon Scenario Remote Override 33 a) It shall be possible to create Remote Scenarios in preparation for 34 unexpected events that typically occur for school beacons. This 35 includes being able to group school beacons into a district, and then 36 turn the beacons in the district on; or off; or back to schedule using a 37 single click on the user interface. 38 b) Setting up and then using these scenarios shall make it easy to change 39 the school beacons for weather events, early release and other short 40 term changes to the scheduled operation of the beacons. 41 7) School Beacon Remote Scheduling 42 a) It shall be possible to create scheduled events for the school beacons, 43 and publish these schedules to the field controller. The field controller 44 will then store locally in non-volatile memory and use the schedule to 45 operate the school beacon at the correct time. 46 b) The field controller will update its internal time clock form the server 47 and/or the GPS to ensure that the field controller's clock remains 48 accurate to within 1 minute of the actual time. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-79 TRAFFIC SIGNALS Page 79 of 113 1 c) It shall be possible to schedule the school beacon plans to turn the 2 beacon on or off by time of day; by day of week and by month of year. 3 d) It shall be possible to include holiday schedules. These holidays should 4 automatically turn the school beacon off during holidays. Holidays 5 shall be date selectable. 6 e) It shall be possible to publish the schedule to one beacon or a group of 7 beacons simultaneously. 8 f) The schedule shall display in summarized form the time, day(s) of 9 week and month(s) of the year that the schedule is to operate in a 10 summary form, so that it is easy to read the list of schedules. 11 g) On the detailed display, the user interface shall display the date, time, 12 and operation for the next seven scheduled events. In this way it shall 13 be easy to understand the planned operation of the schedule that is 14 currently published to the device. 15 8) Diagnostics and Log Display 16 a) From the device level detail, it shall be possible to further drill down to 17 get the raw data;the error logs; and the communications logs to allow a 18 technician to fault-find problems on the RSBMS. 19 b) It shall be possible to filter the logs by Device; by Device Type and/or 20 by Group as well as between dates. 21 c) It shall be possible to print these selected logs to a local printer or a 22 PDF file. 23 d) It shall be possible to export these logs to Excel on the local computer 24 for further analysis. 25 9) Alarms 26 a) The RSBMS shall have a comprehensive alarm generation capability 27 b) It shall be possible to configure alarms to be generated on any 28 parameter becoming out of tolerance, including analog values, digital 29 values and enumerated values. 30 c) Alarms shall be configurable to be of Low, High or Critical Priority. 31 d) The alarm priority shall be displayed throughout the RSBMS, on all 32 displays,using color codes such as red-critical; yellow—high; and 33 amber-low to indicate the priority of the alarm. 34 e) The current active alarms shall be accessible for view via an 35 expandable window, to see which alarms are active and when the 36 alarm occurred. The highest priority alarms shall rise to the top of the 37 list. 38 10) Alerts 39 a) The RSBMS shall have comprehensive alerting capability, to enable 40 the response personnel to be notified when an abnormal situation has 41 occurred. 42 b) It shall be possible to configure alerts to one or more personnel for 43 each alarm. This will cause, as selected, a text message and/or an email 44 to be sent to the person when an alarm occurs. 45 c) The alert shall be configurable to optionally send via email and/or via 46 text message a message when an alarm clears. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.10 1042 Revised March 16,2017 3441 10-80 TRAFFIC SIGNALS Page 80 of 113 1 d) The intention is that the RSBMS provides the alerts to the user in near 2 real time. The text message and email shall be issued within 30 3 seconds of the occurrence of an event which results in an alert being 4 issued. 5 11) Reports 6 a) It shall be possible to view reports on the screen, in the browser of the 7 RSBMS, and if desired print the report to a printer or a PDF file. 8 b) Alarm Activity Report 9 (1) The RSBMS shall include a report which shows the alarms activity 10 for a period. 11 (2) The Alarm Report shall indicate the time the alarm occurred;by 12 color the priority of the alarm; whether it is still active; and if not 13 active then the time that the alarm cleared. 14 (3) It shall be possible to filter the alarms by Device Type;by Device 15 and/or by Device Group as well as by date time to be able drill 16 down into a large alarm list to be able to view, for example, the 17 alarm activity for a particular school beacon over a three-month 18 period 19 c) User Activity Report 20 (1) The RSBMS shall include a report which shows user activity for a 21 given period, to enable an audit of a user's response to an alarm to 22 be made. 23 (2) The report shall show which screens the user viewed;when the 24 screen was viewed, and the IP address of the computer from which 25 the screen was viewed. 26 d) School beacon Operational Availability Report 27 (1) The RSBMS shall include a report which shows the overall 28 operational availability of the CITY school beacons. The school 29 beacon is available when not in an alarm condition such as power 30 fail. 31 (2) The availability report shall be detailed for each school beacon for 32 the period(say 1 month)and summarized by group(region)and 33 for each controller type, and shall result in a KPI for each region; 34 for each controller type; and an overall system KPI for the school 35 beacon system availability. 36 (3) Using this report it shall be possible to determine if system 37 availability is trending up or down for the overall school beacon 38 system and/or by region. It shall also be possible to compare the 39 system availability by region. 40 e) Response Time for Fault Repair Report 41 (1) The RSBMS shall include a report which shows the response time 42 to clear faults,for a given time frame(say 1 month). 43 (2) This report will allow the user to determine the number of faults, 44 and the total and average time to clear the fault. 45 (3) This report will allow the response times by region to be 46 compared. 47 g. Field Device Requirements CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-81 TRAFFIC SIGNALS Page 81 of 113 1 1) It is a requirement that the RSBMS operate independently of the 2 brand/type of school beacon controller that has previously been deployed. 3 The RSBMS contractor shall install a retro-fit School Beacon Timer and 4 Cellular Modem/Remote School Beacon Management System Field 5 Device into existing school beacon cabinet assemblies: 6 a) The Remote School Beacon Management System Field Device 7 (RSBMSFD)/School Beacon Timer and Cellular Modem device 8 includes: 9 (1) A small field controller which includes the cell modem, GPS and 10 all other inputs and outputs required for the correct operation of 11 the system. 12 (2) Interface to the flasher unit to flash the beacons. 13 (3) The same unit should be able to operate with either AC or DC 14 power. 15 (4) Monitoring signals such as AC, or battery voltage in the event of 16 solar power. 17 (5) A local override switch to place the beacon in on, off, or 18 schedule control. 19 (6) Monitor the lamp current to determine if both lamps are working 20 or if only one lamp is working. 21 (7) Capable of monitoring the door status of the cabinet. 22 (8) The unit shall include 2 relay output so that it can control 2 23 flasher controller units. 24 b) The RSBMS Field Device(RSBMSFD) shall conform to the following 25 requirements: 26 (1) The RSBMSFD shall function correctly between-34 degrees C 27 and+74 degrees C. 28 (2) The RSBMSFD shall be provided with appropriately rated and 29 keyed connectors that allows the RSBMSFD to be exchanged by 30 unplugging connectors, without tools. 31 (3) The RSBMSFD shall incorporate an integrated GPS and cell 32 modem. 33 (4) The RSBMSFD shall be capable of using 3rd party SIM cards 34 provided by the city. 35 (5) The configuration of the RSBMSFD shall be accomplished by 36 accessing the internal web server with a browser. It shall be 37 possible to configure the RSBMSFD without any special 38 software. 39 (6) The RSBMSFD shall utilize field initiated communications. This 40 allows for low cost cellular data plans to be used, with infrequent 41 polling. However, when an abnormal event occurs and is 42 detected by the RSBMSFD, then the RSBMSFD will 43 immediately initiate the transfer of a data packet to the RSBMS 44 to enable real-time alerting of response personnel to take place. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,20I7 3441 10-82 TRAFFIC SIGNALS Page 82 of 113 1 (7) The RSBMSFD shall include a battery and battery 2 charging/monitoring circuit, to allow the RSBMSFD to function 3 correctly even when all power to the school beacon has failed. 4 The battery shall continue to power the RSBMSFD controller 5 and cell modem for a minimum of 5 hours after all power has 6 failed to the school beacon. 7 (8) The RSBMSFD shall incorporate an integrated GPS which will 8 allow the RSBMSFD to geo-locate itself on the map, without 9 configuration. 10 (9) The RSBMSFD shall operate without requiring a static IP 11 address. The only configuration required at the RSBMSFD is to 12 enter the URL of where the RSBMS central software is hosted. 13 (10) In the event that the cell service is interrupted or is not available, 14 the RSBMSFD shall store any events that occur in internal 15 memory,and forward these events automatically to the RSBMS 16 when the cell service is restored. In this way, a complete record 17 of events at the device can be maintained even if cell service is 18 interrupted for a period. 19 (11) The RSBMSFD shall utilize HTTP and HTTPS protocols, and 20 XML data structures, for communications with the RSBMS. In 21 this way the data will be open for future expansion and 22 competition. The use of secret proprietary protocols is not 23 permitted. 24 (12) The RSBMSFD shall support Ethernet and cellular 25 communications. The primary communication shall be Ethernet, 26 and in the event of the Ethernet communication not being 27 successful then the RSBMSFD shall switch over to the back-up 28 cellular communications. 29 h. 12"Polycarbonate Traffic Signal Head 30 1) The purpose of this specification is to set forth minimum design and 31 operating requirements for a 12"adjustable face polycarbonate traffic 32 signal head which can house a 12" 12VDC LED. 33 2) General 34 a) The performance of each signal shall conform to the standard for 35 Adjustable Face Vehicular Traffic Control Signal Head,Technical 36 Report No. 1, of the Institute of Transportation Engineers,as most 37 recently revised. 38 b) The signal shall be sectional in construction, requiring one lens per 39 section. Sections shall be of such design and construction as to fit 40 together rigidly and securely,to prevent the entrance of dirt or 41 moisture and prevent the rotation of misalignment of the individual 42 sections. 43 3) Housing 44 a) The housing for the individual sections shall be injection molded from 45 ultraviolet and heat stabilized flame retardant permanently colored 46 polycarbonate resins. 47 b) All parts shall be clean, smooth, and free from flaws, cracks, 48 blowholes, and other imperfections. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-83 TRAFFIC SIGNALS Page 83 of 113 1 c) The top and bottom of each section shall be molded with a 5❑ serrated 2 boss and reinforcing ribs. 3 d) Openings in the top and bottom of the signal shall accommodate 4 standard bracket arms. 5 e) A cast boss shall be provided for mounting a 5 or 6 position terminal 6 strip- 7 4) Door 8 a) The doors for each section shall also be injection molded from similar 9 material to that used for the main section housing. 10 b) Two integrated hinge lugs shall be mounted to the housing with two 11 stainless steel hinge pins. 12 c) Positive latching shall be achieved with stainless steel eyebolts and 13 wingnut assemblies. 14 d) The inside of the door shall have a groove to accommodate a pliant 15 gasket resulting in a completely weatherproof and dustproof assembly 16 when the door is in the closed position. 17 e) The door shall be equipped with four metal threaded inserts molded in 18 for added strength to the visor attachment screws. 19 5) Visor 20 a) All signal head shall have a tunnel visor for each section. 21 b) The visor shall be one piece made of molded permanently colored 22 polycarbonate resins and have twist-on attaching ears. 23 6) Hardware 24 a) All screws, latching bolts, and hinge pins shall be 300 series stainless 25 steel to prohibit rust and corrosion. 26 7) Terminal Block 27 a) The traffic signal shall be equipped with a 2 or 3 section#12 terminal 28 barrier strip; one side with a quick disconnect terminal for socket leads. 29 The opposite set of terminals with a screw clamp terminal for field 30 wiring. 31 8) Signal Closure Kit 32 a) A signal closure kit will be furnished with each signal head unless 33 otherwise noted. The closer kit shall be designed to seal the signal 34 head at either top or bottom without use of special tools. The closer 35 cap shall be molded ABS plastic having the same color as the signal 36 head with UV stabilizers and having a durometer neoprene gasket. 37 The adapter bar used to secure the closure kit to the head shall 38 compensate for varying thickness of the signal heads. Two screws 39 shall be provided to fit any manufacturers signal. 40 i. Signal Mounting Hardware 41 1) The purpose of this specification is to set forth minimum design and 42 specification requirements for a signal mounting bracket assembly to attach 43 an 8" & 12"polycarbonate traffic signal head to a 4 1/2"pole. 44 2) Materials 45 a) The bracket shall consist of a hollow aluminum cast arm with circular 46 tri-bolt signal centering bosses, drilled and tapped 1/4" x 20 for 47 attachment of a traffic signal head and on pole end cast openings for 48 3/8"U-bolt. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-84 TRAFFIC SIGNALS Page 84 of 113 1 b) All associated hardware needed to attach signal head to a 4 1/2"pole 2 shall be supplied with the bracket. 3 c) No special tools required. 4 d) The hollow aluminum arm shall have a 1 1/2"wire raceway. 5 e) The casting shall be free of voids, pits,dents, molding sand and 6 excessive foundry grinding marks. 7 f) The exterior finish shall be free of molding fins, cracks and other 8 blemishes. 9 g) All design radii shall be smooth and intact. 10 h) Minimum aluminum ingot requirements: 11 (1) Aluminum alloy: 319 12 (2) Yield strength: 18 13 (3) Tensile strength: 27 14 (4) Brinell hardness: 75 15 (5) Elongation(% in 2"): 2% 16 3) Finish 17 a) Bracket arm: alodine finish 18 b) Hardware: zinc di-chromate 19 j. Pedestal Base 20 1) The pedestal base shall be 13 3/4" square and 15"high. 21 2) The base shall be cast aluminum with natural finish and minimum weight 22 of 20 lbs. 23 3) The pedestal base shall be fabricated from new aluminum billet with the 24 following minimum requirements: 25 a) Aluminum alloy: 319 26 b) Tensile strength, KSI: 34 27 c) Yield strength,KSI: 19 28 d) Elongation(%in 2"): 2.5 29 e) Brinell hardness: 85 30 f) Shearing strength, KSI: 23 31 4) No scrap material shall be used in the fabrication process. 32 5) The pedestal base shall be free of voids, pits,molding sand and excessive 33 foundry grinding marks. 34 6) All design radii shall be smooth and intact. 35 7) The top of the pedestal base shall be threaded to receive a 4"NPT pedestal 36 pole. 37 8) The pedestal base shall be designed to be fastened to a concrete foundation 38 by means of 3/4"anchor bolts located 90 degrees apart on the bottom of 39 the base. 40 9) The base shall have slots in the bottom 1 1/2" wide and 2 1/2"long 41 measured along the circumference of the bolt circle, allowing a proper fit 42 even if the bolts are placed slightly off center. 43 10) The base shall accommodate bolt circles from 12"to 14 1/2". 44 11) Each pedestal base shall be supplied with a set of 4 anchor bolts, 3/4" 45 diameter by 18" length, galvanized per ASTM-A-572. Each anchor bolt 46 shall have a hex nut and flat washer. 47 12) The pedestal base shall have an 8 1/2" square door opening that is free of 48 burrs and sharp edges. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-85 TRAFFIC SIGNALS Page 85 of 113 1 13) Each pedestal base shall be supplied with a removable 8 1/2" square door. 2 The door shall be attached to the base by using one socket button head 3 screw at the top and two injection molded lugs with slots at bottom. 4 14) The door shall be injection molded ABS plastic that is free of burrs and 5 sharp edges and shall conform to the following minimum requirements: 6 ASTM Method Value Tensileyield 1/8" D638 6,600 psi Flexural g yield D790 11,000 psi Rockwell Hardness D785 101 R Scale Nothched Izod D256 5 ft. lb./in. 7 8 15) The door shall have reinforcing ribs and shall have an edge thickness of 9 .25" and a minimum thickness of.156". 10 16) The door shall contain a fire retardant meeting or exceeding Underwriters 11 Laboratories UL94 test H.B. and ultra-violet inhibitors and stabilizers for 12 protection against U.V. degradation. 13 17) The color of the door shall be gray aluminum tone. All surfaces shall be 14 flat and straight without blisters, buckling or warping. 15 k. Pedestal Pole 16 1) The pedestal pole shall be 15' in length. 17 2) The pedestal pole shall be extruded with the following minimum 18 requirements: 19 a) Aluminum alloy: 6063-T6 20 b) Tensile strength, KSI: 30 21 c) Yield strength, KSI: 25 22 d) Elongation: 10% 23 e) Minimum wall thickness: 0.237" 24 f) Outside diameter: 4.5" 25 3) The pedestal pole shall be threaded and deburred 4" on one end only per 26 NPT specification. 27 4) The pedestal pole shall have a rough surface texture consisting of a 28 uniform grain pattern that is perpendicular to the axis of the pole for the 29 full length of the pole. 30 5) The pedestal pole shall be free of heat discoloration, holes, ridges, cracks 31 or other surface defects. 32 1. Pole Reinforcing Collar 33 1) The reinforcing collar shall be designed to reinforce a pedestal pole at the 34 point where the threads enter the pedestal base. 35 2) The reinforcing collar shall be three piece cast aluminum with the 36 following minimum requirements: 37 a) Aluminum alloy: 319 38 b) Tensile strength, KSI: 27 39 c) Yield strength, KSI: 18 40 d) Elongation: 2 41 e) Brinell Hardness: 70 42 f) Finish: Alodine 1200 43 g) Minimum wall thickness: 5/8" CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-86 TRAFFIC SIGNALS Page 86 of 113 1 h) Minimum mounted height:4 3/8" 2 3) The reinforcing collar shall clamp around the top of a pedestal base with 3 six(6) 5/16" socket head bolts. 4 4) Each reinforcing collar shall be supplied with a 5/16"x 3/4"roll pin for 5 holding the collar securely in place. The collar shall have an opening to be 6 used for drilling a pilot hole for the roll pin. 7 m. Anchor Bolts 8 1) A set of four(4)anchor bolts shall be furnished with four(4)washers and 9 four(4)hex nuts. 10 2) The anchor bolts shall be 3/4"x 18"in length as measured from inside of the 11 bend to the threaded end of the anchor bolt. 12 3) The anchor bolt shall be threaded%"-1 ONC for a minimum length of 3-'/4" 13 inches of thread. 14 4) The"L"bend shall be a minimum of 3 inches as measured from the inside 15 of the anchor bolt shaft to the end of the bend 16 5) The anchor bolt material shall conform to ASTM A-529 Grade 50 17 specifications, with minimum yield strength of 50 KSI and minimum 18 tensile strength of 70 KSI. 19 6) The material shall be of domestic origin(manufactured in the USA). 20 7) The anchor bolt shall be hot dipped galvanized per ASTM A-153 their full 21 length and the threads brushed or rethreaded to remove any excess 22 galvanize on the threads. 23 8) The material for the hex nuts shall conform to ASTM A-563 Grade DH 24 specifications. 25 9) The nut shall be hot dipped galvanized per ASTM A-153 and rethreaded to 26 remove any excess galvanize on the threads. 27 10) The material for the washer shall conform to ASTM F-844 specifications. 28 11) The washer shall be hot dipped galvanized per ASTM A-153. 29 12) All galvanized runs, drips, icicles and bare spots shall be properly treated. 30 n. Cell Modem for 2-way communications with CPR2102 or AAP22 Time 31 Switch 32 1) Frequency Band 33 a) Hepta-band 850/900/AWS 1700/1900/2100 MHz 34 2) Physical 35 a) The cell modem shall be housed in an aluminum enclosure with a 36 means for mounting. A mounting bracket shall be supplied with each 37 modem for attaching to a time switch. 38 b) The cell modem shall not exceed 3.17"H (3.816"including 39 connectors)x 2.45"W x 1.16"D. The cell modem shall be 40 approximately 8.8 ounces in weight. 41 3) Connectors 42 a) The RF antenna connector shall be a SMA female and be marked 43 CELL. The serial connector shall be a DB9 female and the power shall 44 be a 2.5mm miniature screw-on connector and both will be located on 45 same end. 46 b) SIM (Subscriber Identification Module) shall be a Mini SIM. 47 4) Cable Harness CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-87 TRAFFIC SIGNALS Page 87 of 113 1 a) Each cell modem shall be supplied with a cable harness with the 2 appropriate connectors to connect the cell modem to the time switch. 3 The cable harness shall connect 12 VDC power, serial data in, serial 4 data out and ground from the time switch to the cell modem. The DC 5 power shall be supplied from the time switch over this cable harness. 6 5) Electrical 7 a) The cell modem shall be capable of operating on a DC power source 8 between+7 to+32 VDC and shall be designed to operate from-40 to 9 +85 degrees C. The unit must be powered directly from the time 10 switch. 11 b) A separate power supply module, similar to those used for calculators 12 and battery chargers, is not acceptable. 13 6) Antenna 14 a) Antenna configurations must be provided to insure a RSSI level 15 necessary for dependable communications to the remote unit. The 16 antenna required will be determined at the time of installation by 17 testing the signal strength at each individual location. Any necessary 18 cabling and mounting hardware will be provided. 19 b) An omni antenna and coax cable designed for the frequency band of 20 the cell network shall be supplied with the cell modem. The coax cable 21 shall be a minimum of 24"long with connectors necessary to connect 22 the antenna to the cell modem. The omni antenna shall have a nominal 23 impedance of 50 ohms and shall have a gain of 0—2 dB. 24 7) Indicators 25 a) The cell modem shall have LED indicators to display the following: 26 (1) Power-When the cell modem has power applied 27 (2) Tr-When the cell modem is in the process of transmitting data 28 (3) CD-When the cell modem has acquired connection to the cell 29 network 30 (4) LS-Link Status 31 (5) Signal- Signal strength 32 8) SIM Card 33 a) Each cell modem shall be equipped with a SIM card that is pre- 34 provisioned by the supplier for data through a 3G service provider. 35 b) The cell modem shall have a slot designed for receiving the SIM card. 36 The slot shall be accessible from the outside of the cell modem 37 enclosure and shall hold the SIM card firmly in place. 38 9) Cell Modem Configuration 39 a) The cell modem shall have the ability to receive commands from the 40 central computer using standard modem"AT"commands. When an 41 AT command is received,the modem shall respond by sending the 42 appropriate response to the central computer. These commands shall 43 allow the operator to determine or execute the following: 44 (1) Unattended daily validation 45 (2) Relay status 46 (3) Low battery voltage 47 (4) Signal strength 48 (5) Last download CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-88 TRAFFIC SIGNALS Page 88 of 113 1 (6) Last power-up 2 (7) Data acquisition command for AP22 or CPR2102 from the time 3 switch 4 b) Each cell modem shall have a serial connector that is pre-configured to 5 work with Model CPR2102 and Model AP22 Time Switches. The pre- 6 configuration of the serial port shall include the baud rate, data bits, 7 stop bit,parity and flow control. 8 22. Rectangular Rapid Flashing Beacon(RRFB)Assembly 9 a. Cabinet 10 1) The cabinet shall be manufactured of 0.125"sheet aluminum. Nominal 11 cabinet dimensions shall be 22"H x 12.0"W x 8.0"D.The cabinet shall be 12 a one(1)compartment type. The cabinet shall have screen covered louvers 13 on each side for ventilation. On the bottom of the cabinet there shall be two 14 screened insect proof drain holes. The cabinet shall be weather resistant, 15 providing a degree of protection from falling rain or sleet and shall be 16 undamaged by the formation of ice on the enclosure. 17 2) The cabinet door shall be a single unit with a continuous piano hinge 18 riveted to the door and the cabinet. The hinge shall be an A730S, 19 constructed with a 304 stainless steel hinge pin. The door shall incorporate 20 a neoprene gasket which forms a snug weather tight seal when the door is 21 closed. The door lock shall be a standard Police lock. 22 3) Each cabinet shall be equipped with a mounting bracket for 4.5"OD pole 23 mounting. All necessary hardware for proper mounting shall be included. 24 b. Control Panel 25 1) The systems electronic components including a solar charge controller, 26 solid state flasher,countdown timer and radio shall be mounted on a 27 modular control panel. The control panel shall mount in the cabinet using 28 standoffs and a self-retaining, spring loaded thumb screw for quick and 29 easy removal. The solar panel input,battery input and system load output 30 shall be fused for short circuit and overload protection and to provide ease 31 of system maintenance. 32 2) The solar panel,beacons and battery shall be connected to the control panel 33 through a main wiring harness via a circular pin connector(CPC). 34 3) Solar Charge Controller 35 a) The solar charge controller shall be fully automatic charger using four 36 stages of charging for rapid, efficient and safe battery charging. Stage 37 1: Full Charge,with 100%of available solar energy. Stage 2:Pulse- 38 Width Modulation(PWM)constant voltage regulation to prevent 39 heating and excessive battery gassing. Stage 3:Float Charge, after 40 battery is fully recharged,reduces to a float or trickle charge with 41 transition dependent on battery history. Stage 4: Equalize Charge, a 42 boost charge that depends on elapsed time and battery history. 43 Flooded cells receive a vigorous equalization, sealed batteries a smaller 44 boost to bring uneven cells into balance and extend battery life. Gel 45 cells are not equalized CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-89 TRAFFIC SIGNALS Page 89 of 113 1 b) The solar charge controller shall have a low voltage load disconnect 2 (LVD) of 11.4 VDC and shall automatically reconnect after LVD when 3 the voltage reaches 12.6 VDC. The charge controller shall have a high 4 voltage disconnect(HVD) of 15.3VDC. A liquid crystal display(LCD) 5 shall be provided on the front of the charge controller to display battery 6 voltage, solar charge current, and load current. In addition, colored 7 LED's will indicate charging state and battery status. The green 8 charging LED shall be on when charging and off when not charging. 9 Battery status LED's indicate battery state, showing a blinking green 10 LED during PWM charging, a solid green LED when battery is near 11 full charge, a solid amber LED indicating battery at middle capacity, 12 blinking red LED indicating low charge, or a solid red LED indicating 13 load disconnected(LVD). 14 c) A multifunction manual disconnect push button shall be provided to 15 allow disconnect of the Load or both Load and Solar. When the button 16 is pushed the red Led inside the button will light. In addition, the Load 17 of both the Load and Solar will display `OFF' in the digital meter to 18 indicate the disconnected state. 19 d) The solar charge controller will be capable of operating in a 20 temperature range of-40 degrees C and+60 degrees C. 21 e) Wire terminations to the solar charge controller shall be accomplished 22 via Euro style terminations. 23 f) The solar charge controller shall be Morningstar Corporation's Prostar 24 15 with LCD display or approved equal. 25 4) Solid State DC Flasher 26 a) The flasher shall be solid state, 2 circuit device which controls the wig- 27 wag and rapid flashing sequence of the yellow indications on each side 28 and end of the RRFB. 29 b) The flasher shall allow an input voltage range of 11 to 25 VDC, 30 support a maximum power load of 50W per output and be capable of 31 operating in a temperature range of-40°C and +75°C. The flasher 32 shall be an ELTEC FS-213 or approved equal. 33 5) Countdown Timer 34 a) The countdown timer shall be a multi-function, multi-range, multi- 35 voltage electronic timer with DPDT relay output and LED status 36 indicator. The timer shall operate upon system activation to control the 37 flash duration of the RRFB. The timer shall provide seven field 38 selectable ranges of timing providing 0.1 s to l 00h activation duration. 39 b) The timer shall conform to the following minimum specifications: 40 (1) Operating Voltage: 12VDC Nominal (10.2V— 14.4V) 41 (2) Max Power Consumption: 0.6W 42 (3) Repetition Accuracy: +/- 0.5% 43 (4) Operating Temp Range: -20° C to+60° 44 (5) Relay Output Rating: l0A—250V 45 (6) Fixing: Plug-in Base: 11-pin 46 6) Wireless Communications CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-90 TRAFFIC SIGNALS Page 90 of 113 1 a) The units on each side of the road shall communicate wirelessly.No 2 trenching or boring is necessary. The radio transmitter and receiver 3 shall use Frequency Hopping Spread Spectrum(FHSS)technology to 4 ensure reliable data delivery within the unlicensed Industrial, Scientific 5 and Medical(ISM)band. 6 b) The communication system radios shall conform to the following 7 minimum specifications: 8 (1) Operating Voltage: IOVDC—3OVDC 9 (2) Operating Current: Typ-<I OOmA,Max—<200mA at 12VDC 10 (3) Operating Frequency: 900 MHz 11 (4) RF Transmit Power: 1 Watt 12 (5) Network Identification:MAC ID Binding 13 (6) Antenna Impedance: 5052 14 c) The initiation of the signal for the flashers to commence flashing will 15 be by pedestrian push button. Activation from pedestrian shall trigger 16 the system countdown timer to operate the crossing indications for the 17 programmed duration. Each time a pedestrian pushes a button,the 18 countdown timer will reset and repeat to the preset flashing beacon 19 cycle. 20 d) The wireless communication system must be an ELTEC 730247-GW 21 or an approved equal. 22 c. Solar Panel 23 1) The solar panel shall be constructed of high efficiency,multi-crystal silicon 24 solar cells that are laminated within a pottant of ethylene vinyl acetate 25 (EVA) and encapsulated between a tempered glass cover plate and a back 26 sheet. The entire laminate shall be secured within an anodized aluminum 27 frame for structural strength, ease of installation, and to protect the cells 28 from the most severe environmental conditions. The panel shall be self- 29 cleaning, impact resistant, highly transmissive, tempered glass superstate. 30 The panel module frame shall be made of extruded,polymer coated 31 aluminum alloy or similar approved construction. The panel module 32 junction box shall be a UV resistant,weatherproof wire termination system 33 which handles#18 AWG-#8 AWG wiring. The typical wattage of the 34 solar panel shall be 40 watts. The appropriate wattage of the solar panel 35 shall be verified with a system sizing report based upon location and 36 specific system configuration and operating parameters. 37 2) A mounting rack for the solar panel shall be included with the solar panel. 38 The mounting rack shall mount to a 4'/z"OD pole. 39 d. Battery 40 1) The system battery shall be valve regulated,recombinant, starved 41 electrolyte, sealed lead acid absorbed glass mat(AGM) 12 volt DC battery. 42 The battery self-discharge rate shall be 1%per month or less (at 68 degrees 43 F).The battery will utilize T881 terminals. The positive terminal will be 44 covered with a rubber boot to protect the battery from accidental shorting. 45 The typical battery capacity shall be 55 amp-hours. The appropriate 46 battery size shall be verified with a system sizing report based upon 47 location and specific configuration and operating parameters. 48 e. Rectangular Rapid Flashing Beacon(RRFB)Light Bar CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-91 TRAFFIC SIGNALS Page 91 of 113 1 1) The RRFB shall comply with FHWA Interim Approval Memorandum 2 dated July 16, 2008 and all subsequent official interpretation letters 3 provided as clarification. The RRFB shall contain 5 rectangular rapid- 4 flashing yellow indications; two on each side, and one in the end visible to 5 pedestrians in the cross walk. The indications facing the motorists shall be 6 approximately 5"wide by 2"high, and shall be yellow indications, Whelen 7 500 Series TIR6 50AA3ZCR, split lightheads featuring a six Super-LED 8 panel with a clear outer lens providing wide-angle visibility and high 9 intensity output. The LED used on the end of the light bar facing the 10 pedestrian shall be round. 11 2) Indications facing the motorists shall meet SAE J595 Class 1 peak 12 luminous output requirements. The vendor shall submit third party 13 certification of SAE J595 Class 1 compliance. 14 3) The RRFB flash pattern with be the WW+S (Wig-Wag plus Simultaneous) 15 as approved by the FHWA on July 25, 2014. The beacons shall flash at a 16 rate of 75 flashes per minute. 17 4) The RRFB housing shall be constructed of 0.125"brushed sheet 18 aluminum. The housing shall be powder coated Federal Yellow. 19 5) The RRFB will be assembled and wired as a unit. The unit's two piece 20 housing shall include a keyed quick disconnect plug between the wiring 21 harness of each side to allow for ease of installation and maintenance. The 22 housing shall mount to 2-3/8"or 4-1/2" OD poles with integral universal 23 mounting bracket and a U-bolt. 24 f. Night Dimming 25 1) Automatic night dimming may be enabled on the RRFB FS-213 flasher. 26 The dimming function shall employ an external photocell to detect ambient 27 light. The flasher shall initiate the night dimming function when detected 28 light conditions reach the ambient light level as defined by the Federal 29 Aviation Administration(FAA). 30 g. Pole and Base 31 1) The pole shall be a schedule 40 spun aluminum 4"ID (4.5"OD) x 16' H. 32 The base shall be an AASHTO Certified square aluminum breakaway base, 33 Pelco PB-5340 or equal. A set of 4 anchor bolts shall be provided. The 34 anchor bolts shall be 3/4"x 16"and be similar to Pelco part number PB- 35 5306. A two-piece aluminum pole collar assembly with standard stainless 36 steel fasteners shall be provided. 37 h. Signage 38 1) Two (2) W11-2 (36"x 36") signs shall be provided for each pole location 39 and shall be mounted on each side of the pole just above the light bar. Two 40 (2) WI 6-7p (24"x 12")shall be provided for each pole location. One left 41 pointing down arrow mounted below the light bar on one side and one right 42 pointing down arrow mounted below the light bar on the other side of the 43 pole. Signs shall be constructed using 3M diamond grade reflective 44 fluorescent yellow-green sheeting. 45 2) Back to back sign mounting hardware for mounting the signs on a 4.5"OD 46 pole shall be included. 47 i. Pedestrian Push Button CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-92 TRAFFIC SIGNALS Page 92 of 113 1 1) A pedestrian push button shall be provided to activate the flashing beacons. 2 The button shall be an ADA compliant push button with H-frame mount 3 incorporating a plaque on the push button reading `PUSH BUTTON TO 4 TURN ON WARNING LIGHTS'. 5 23. Louvered Back Plates 6 a. Material 7 1) Aluminum or acrylonitrile-butadiene-styrene(ABS). 8 2) One-piece for 3- and 4-section heads 9 3) Two-piece for 5-section heads 10 b. Finishes 11 1) Aluminum:powder coat 12 2) ABS, integrally molded 13 c. Color(s) 14 1) Face: flat black 15 2) Back: flat black 16 d. Optional reflective tape can be added to aluminum plates when called out for in 17 the plans or approved prior to installation. 18 e. Shall be vacuum formed. 19 f. Aluminum plates shall be louvered. 20 g. ABS sheet material shall conform to ASTM D1788. 21 24. Powder Coating Traffic Signal Structures 22 a. Powder Coating 23 1) After galvanizing,the steel and aluminum products shall be blasted to an 24 SSPC-SP7 commercial blast. 25 2) All galvanized parts shall be pre-baked to ensure all gasses are released 26 from the coating surface prior to powder coating. 27 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 28 mils (D.F.T.)and baked in accordance with powder manufacturer's 29 recommendations. 30 4) Top coating is electrostatically applied and oven baked at 400 degrees 31 Fahrenheit and cured for a minimum of 10 minutes. 32 5) Top coat color shall be black(RAL 9017)unless otherwise selected by 33 the City. 34 b. Additional Color(s) 35 1) Cultural District Green 36 2) Downtown Bronze 37 3) Other colors may be approved by the City. 38 2.3 SOURCE QUALITY CONTROL 39 A. Battery back-up system 40 1. The City reserves the right to do testing on BBU systems to ensure Quality 41 Assurance on unit before installation and random sampling of units being provided 42 to the City. BBU systems that fail will be taken off the City's Qualified Products 43 List. 44 2. The City testing procedures will check compliance with all the criteria of this 45 Specification Section including the following: 46 a. Event logging for fault/alarm conditions. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-93 TRAFFIC SIGNALS Page 93 of 113 1 b. Demonstrated use of 1 or more of the operating methods described in this 2 Specification. 3 c. Testing of ability to power a 70OW load for 4 hours, transfer to flash mode and 4 power a 30OW load for 2 additional hours, at an ambient temperature of+25 5 degrees Celsius. 6 d. Testing of all components in environmental chamber(temperature ranges from 7 -30 degrees Celsius to+74 degrees Celsius)following NEMA TS2 2003 8 standards, section 2 and Advanced Transportation Controller(ATC) Standard, 9 Version 5.2b, Section 9. 10 3. Each BBU shall be manufactured in accordance with a written manufacturer's 11 Quality Assurance program. The QA program shall include, as a minimum, 12 specific design and production QA procedures. 13 4. The Inverter manufacturer shall be ISO 9001or ISO 9002 certified. 14 5. The manufacturer, or an independent testing lab hired by the manufacturer, shall 15 perform qualification testing on BBU Systems offered to the City. Testing 16 procedures shall conform to testing procedures defined in the California 17 Department of Transportation's Specification for Battery Backup System, Tees 18 Chapter 4,dated July 7, 2009.Testing data shall be submitted to the City for 19 review. 20 PART 3 - EXECUTION 21 3.1 EXAMINATION 22 A. Verification of Conditions 23 1. The Contractor shall verify by exploratory excavation, if needed, that existing 24 underground utilities are not in conflict with proposed foundations and conduit 25 bores. 26 a. All exploratory excavations shall be in accordance with Section 33 05 30. 27 3.2 PREPARATION 28 A. Protection of In-Place Conditions 29 1. The Contractor shall assume full responsibility for the preservation of existing 30 landscaping(sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private 31 property at the Site during the installation of the traffic signal. Damaged 32 landscaping, sprinkler systems, and/or other private property shall be replaced 33 within a reasonable time, by the Contractor at his own expense,to the satisfaction 34 of the Inspector. 35 2. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 36 3. Removal of mail boxes in the way of construction requires 48 hours advance notice to 37 the post office. 38 3.3 INSTALLATION 39 A. Special Techniques 40 1. LED Vehicle and Pedestrian Signal Head Assemblies 41 a. Assembly CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-94 TRAFFIC SIGNALS Page 94 of 113 1 1) Assemble individual signal sections in multi-section faces in accordance 2 with the manufacturer's recommendations to form a rigid signal face. 3 2) Assemble and mount signal heads as shown on the plans. 4 3) Close any openings in an assembled signal head with a plug of the same 5 material and color as the head. 6 4) Remove only the existing lens,reflector, and incandescent lamp when 7 installing a retrofit replacement LED traffic signal or pedestrian signal 8 lamp unit into an existing signal housing; fit the new unit securely in the 9 housing door; and connect the new housing unit to the existing electrical 10 wiring or terminal block by means of simple connectors. 11 b. Wiring 12 1) Wire each optical unit to the terminal block located in that signal section 13 by means of solderless wire connectors or binding screws and spade lugs. 14 2) Wire all sections of a multi-section signal face to the section terminal 15 blocks in which the traffic signal cable is terminated. 16 3) Maintain the color coding on leads from the individual optical units 17 throughout the signal head, except for the traffic signal cable. 18 4) Use solderless wire connectors or binding screws and spade lugs for 19 connections to terminal blocks. Use binding screws and spade lugs for field 20 wiring. 21 c. Signal and pedestrian heads shall be securely tightened immediately after 22 signal head assembly has been installed. 23 d. If any signal head assembly is found to be loose or asymmetrical in any 24 manner, the Contractor shall be required to remove and rebuild the signal head 25 assembly to the satisfaction of the Inspector. 26 e. The Contractor shall mount signal heads level and plumb. 27 f. The Contractor shall position and secure the signal heads so they are visible as 28 stipulated,in Section 4E.05 of the 2009 MUTCD. 29 g. All connection screws shall be tight and snug. 30 h. All signal heads or parts of heads not in operation shall be covered with burlap 31 or fabric material until placed into operation. 32 i. When the signal heads become operational, all existing heads no longer 33 required shall be removed immediately. 34 j. Pedestrian head assemblies installed such that the wiring to each head shall 35 pass from the mast arm through the signal head bracing or attachment hardware 36 to the signal head. 37 k. No exposed cable or wiring will be permitted. 38 1. Installation of a pedestrian signal retrofit module into an existing pedestrian 39 signal housing shall only require the removal of the existing optical unit 40 component,i.e., lens, lamp module, gaskets, and reflector; will be weather tight 41 and fit securely in the housing; and shall connect directly to existing electrical 42 wiring. 43 2. Pedestrian Push Button Assemblies 44 a. Meet the requirements of the TMUTCD when installing push-buttons. 45 b. Wire the push-button according to manufacturer's installation instructions. 46 c. Close unused housing openings with a weather-tight closure painted to match 47 the housing. 48 d. Verify that each button is communicating and fully functional. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-95 TRAFFIC SIGNALS Page 95 of 113 1 e. Do not use terminal connections or splice wire leads except at approved 2 locations. 3 f. Attach wires to terminal posts with solderless terminals unless otherwise 4 advised by manufacturer's recommendations. 5 g. Attach terminals to the wires with a ratchet-type compression crimping tool 6 properly sized to the wire. 7 h. Mount a pedestrian push button sign near each push button as shown on the 8 plans. 9 3. Accessible Pedestrian Signals (APS) 10 a. If a controller unit is required by the plans, integrate the pedestrian controller 11 unit into the traffic signal controller cabinet assembly. 12 b. Unless specified otherwise, wire the APS to the nearest terminal strip using 13 stranded No. 12 AWG XHHW wire with 600-volt insulation. 14 c. Do not use terminal connections or splice wire leads except in the hand holes 15 located in the signal pole shaft, in the signal pole base, or at locations approved 16 by the City. 17 d. Attach wires to terminal posts with solderless terminals. 18 e. Attach terminals to the wires with a ratchet-type compression crimping tool 19 properly sized to the wire. 20 f. Remove any burrs or rough edges on any holes drilled for wire entry to APS 21 pushbuttons. 22 g. Ensure pushbutton stations are mounted at the proper height and orientation. 23 h. Provide a neat workmanship in the installation of any wiring harnesses, control 24 units, wiring panels,push button stations. 25 i. Follow manufacturer's recommendations regarding installation and 26 weatherproofing. 27 J. Documentation 28 1) Each APS shall be provided with the following documentation: 29 2) Complete and accurate installation wiring guide. 30 3) Contact name, address, and telephone number for the representative, 31 manufacturer, or distributor for warranty repair. 32 4) If requested supply schematics for all electronics. One schematic diagram 33 shall be provided for pushbutton stations,panels, central control units or 34 control units, along with any necessary installation instructions. 35 4. Radar Detection Equipment and Cable 36 a. Manufacturing 37 1) The internal electronics of the radar detector shall utilize automation for 38 surface mount assembly, and shall comply with the requirements set forth 39 in IPC-A-610C Class 2,Acceptability of Electronic Assemblies. 40 2) The radar detector shall undergo a rigorous sequence of operational testing 41 to ensure product functionality and reliability. Testing shall include the 42 following: 43 a) Functionality testing of all internal sub-assemblies 44 b) Unit level burn-in testing of duration 48 hours or greater 45 c) Final unit functionality testing prior to shipment 46 3) Test results and all associated data for the above testing shall be provided 47 for each purchased radar detector by serial number, upon request. 48 b. Configuration CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-96 TRAFFIC SIGNALS Page 96 of 113 1 1) Auto-Configuration 2 a) The radar detector shall have a method for automatically defining 3 traffic lanes, stop bars and zones without requiring user intervention. 4 This auto-configuration process shall execute on a processor internal to 5 the radar detector and shall not require an external PC or other 6 processor. 7 b) The auto-configuration process shall work under normal intersection 8 operation and traffic conditions and may require up to ten vehicles to 9 pass through each lane to complete. 10 2) Manual Configuration 11 a) The auto-configuration method shall not prohibit the ability of the user 12 to manually adjust the radar detector configuration. 13 b) The radar detector shall support the configuring of lanes, stop bars and 14 detection zones in 1-ft. (0.3-m) increments. 15 3) Windows MobileTM-Based Software 16 a) The radar detector shall include graphical user interface software that 17 displays all configured lanes and the current traffic pattern using a 18 graphical traffic representation. 19 b) The graphical interface shall operate on Windows Mobile, Windows 20 XP and Windows Vista in the .NET framework. 21 c) The software shall support the following functionality: 22 (1) Operate over a TCP/IP connection 23 (2) Give the operator the ability to save/back up the radar detector 24 configuration to a file or load/restore the radar detector 25 configuration from a file 26 (3) Allow the backed-up sensor configurations to be viewed and edited 27 (4) Provide zone and channel actuation display 28 (5) Provide a virtual connection option so that the software can be 29 used without connecting to an actual sensor 30 (6) Local or remote sensor firmware upgradability 31 c. Operating Conditions 32 1) The radar detector shall maintain 95%accuracy of performance in all 33 weather conditions, including rain, freezing rain, snow, wind, dust, fog and 34 changes in temperature and light, including direct light on sensor at dawn 35 and dusk. 36 2) The radar detector shall be capable of continuous operation over an 37 ambient temperature range of-40°F to 165.2°F(-40°C to 74°C). 38 3) The radar detector shall be capable of continuous operation over a relative 39 humidity range of 5%to 95%(noncondensing). 40 d. Testing 41 1) FCC 42 a) Each radar detector shall be Federal Communications Commission 43 (FCC)certified under CFR 47, Part 15,section 15.249 as an intentional 44 radiator. 45 b) The FCC certification shall be displayed on an external label on each 46 radar detector according to the rules set forth by the FCC. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-97 TRAFFIC SIGNALS Page 97 of 113 1 c) The radar detector shall comply with FCC regulations under all 2 specified operating conditions and over the expected life of the 3 detector. 4 2) NEMA TS2-2003 Testing 5 a) The radar detector shall comply with the applicable standards stated in 6 the NEMA TS2-2003 Standard. Third party test results shall be made 7 available for each of the following tests: 8 (1) Shock pulses of IOg, 10 ms half sine wave 9 (2) Vibration of 0.5 Grins up to 30 Hz 10 (3) 300 V positive/negative pulses applied at one pulse per second at 11 minimum and maximum DC supply voltage 12 (4) Cold temperature storage at-49°F (-45°C) for 24 hours 13 (5) High temperature storage at 185°F (85°C) for 24 hours 14 (6) Low temp,low DC supply voltage at-29.2°F (-34°C) and 10.8 15 VDC 16 (7) Low temp,high DC supply voltage at-29.2°F (-34°C) and 26.5 17 VDC 18 (8) High temp,high DC supply voltage at 165.2°F (74°C)and 26.5 19 VDC 20 (9) High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 21 VDC 22 e. Support 23 1) The radar detector manufacturer shall provide both training and technical 24 support services. 25 f. Documentation 26 1) Radar detector documentation shall include an instructional training guide 27 and a comprehensive user guide as well as an installer quick-reference 28 guide and a user quick-reference guide. 29 2) The radar detector manufacturer shall supply the following documentation 30 and test results at the time of the bid submittal: 31 a) FCC CFR 47 certification(frequency compliance) 32 b) IED 6100-4-5 class 4 test report(surge) 33 5. Hybrid Vehicle Detection System and Cable 34 a. The supplier of the video detection system must supervise the installation and 35 testing of the video and computer equipment. A factory certified representative 36 from the supplier must be on site during installation. 37 b. Install the detector in accordance with the manufacturer's recommendations in 38 order to achieve the detection areas as shown on the Drawings. 39 c. The detector mounts shall be neat and plumb. 40 d. Hybrid detection cables shall be installed in the conduit system at the same 41 time as the other signal cables. 42 6. Vehicle Loop Detectors (Sawcut) 43 a. Detector lead-in cables shall be identified as shown on the Drawings (phase 1, 44 etc.) with permanent marking labels (Panduit type PLM,Thomas and Betts 45 type 548M standard single marker tie or equivalent) at each ground box,pole 46 base, and controller. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-98 TRAFFIC SIGNALS Page 98 of 113 1 b. Complete all Work related to the installation of a particular detector loop,with 2 the exception of the layout task, in the same Work Day. Install loops during 3 off-peak traffic hours. Loop installation shall not be made during any type of 4 precipitation. 5 c. Installation of detector loops shall be in accordance with the Drawings. Lead- 6 in saw cuts from the street to the pull box shall maintain a maximum separation 7 from other loops of 12 inches (500 mm)and a minimum separation of 6 inches 8 (150 mm)from other lead-in saw cuts. The saw cut depth, as specified in the 9 Drawings shall be consistent, including the entry point into the curb. The 10 maximum number of wires placed in a single saw slot shall be 4 wires. Each 11 lead-in shall enter the curb through a separate hole. 12 d. 3M Loop sealant or approved equivalent shall be used to seal all loop wire 13 within the roadway. 14 e. Detector lead-in cables shall be run continuously without splices from the 15 curbside ground box to the controller. 16 f. If splices must be made, they shall be solder connected and the splice 17 connection shall be insulated and waterproofed with 3M DBR-6 Direct Bury 18 Splice Kits or approved equivalent. 19 g. Splices at the curbside pull boxes shall be made in the same manner. 20 h. Splices in detector cables must be pre-approved by the Inspector in writing. 21 i. In all cases where detector loop lead-ins pass from pavement through a curb to 22 an existing ground box for a splice point, conduit shall be installed from the 23 curb entry point up into the ground box. 24 j. A minimum 1 inch diameter conduit shall be provided from the curb entry 25 point to the ground box for each loop. 26 k. All loop wire from the loop in the street to the ground box shall be tightly 27 twisted a minimum of 5 times per foot(16 times per meter)as it is placed in 28 the lead-in saw cut. 29 7. Emergency Vehicle Preemption Equipment and Cable 30 a. Emergency vehicle preemption system equipment required in the Drawings 31 will be furnished and installed by the Contractor. 32 b. Where practical, emergency vehicle preemption receiver units shall be 33 mounted to a rigid metal arm and banded to the mast arm pole upright on the 34 intersection corner designated on the Drawings. 35 c. The Inspector shall determine if the roadway sight line permits this type of 36 emergency vehicle preemption installation. 37 d. The emergency vehicle preemption receiver units shall be mounted on the mast 38 arms for the intersection approaches as designated on the Drawings. 39 e. Use stainless steel for all external screws, nuts,and locking washers; do not use 40 any self-tapping screws unless approved by the Engineer or City. 41 £ All equipment shall be installed and wired in a neat and orderly manner in 42 conformance with the manufacturers' instructions. 43 g. Emergency Preemption Detector Cables shall be installed continuous with no 44 splices between the Emergency Preemption Detector and the cabinet. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-99 TRAFFIC SIGNALS Page 99 of 113 1 h. All connections from the Emergency Preemption Phase Selector to the cabinet 2 wiring shall be made at the termination panel. The termination panel shall have 3 AC+Lights, AC-, and a switched logic ground. The switched logic ground 4 feeds all the pre-empt inputs to the Emergency Preemption Phase Selector. 5 When switched off by the pre-emption disconnect switch, the traffic controller 6 shall not be affected by pre-empt calls from the optical pre-emption system. A 7 minimum of two test buttons shall be provided. If there are more than two pre- 8 empt runs,a button for each shall be installed. A chart or print out, indicating 9 the program steps and settings shall be provided along with the revised cabinet 10 wiring diagrams. 11 8. Battery Back-up (BBU) System for Signal Cabinets 12 a. Mount the BBU system as shown in the plans. 13 9. Multi-Conductor Cable 14 a. Cables shall be installed in conduit unless indicated as an "overhead" cable run. 15 1) All conduits must be in accordance with Section 26 05 33. 16 2) Conduit must be continuous, reasonably dry, completely free of debris, and 17 without sharp projections, edges, or short bends. 18 b. If required by the Inspector, the Contractor shall demonstrate that the conduit is 19 dry and free of debris by pulling a swab and/or mandrel through the conduit. 20 The conductors shall be installed in a manner so as to ensure against harmful 21 stretching of the conductors or damage to the insulation. 22 c. Installation methods shall conform to the recommendations of the cable 23 manufacturer. 24 d. The Contractor shall furnish, at the request of the Traffic Management 25 Manager or designee a copy of the manufacturer's recommendations, which 26 shall include methods of attaching pull cable,pulling tension per conductor 27 size and per radius of conduit bend, and the type of lubricant to be used. 28 e. All cables in a given conduit run shall be pulled at the same time and the 29 conductors shall be assembled to form 1 loop in such a manner that the pulling 30 tension is equally distributed to all the cables. 31 f. Long, hard pulls will necessitate the use of pulling eyes. 32 g. For short runs, the cables may be gripped directly by the conductors by 33 forming them into a loop to which the pull wire or rope can be attached. 34 h. The insulation on each conductor shall be removed before the loop is formed. 35 i. The method used will depend on the anticipated maximum pulling tension in 36 each case. 37 j. In existing conduit where new cables are to replace existing cables, the existing 38 cables may be used to pull in the new cables. 39 k. At locations where new cables are to be added to existing cable runs, the 40 existing cables shall first be pulled out, the new cables are to be added to the 41 existing cables to form 1 cable pull(no slipping if any wires). 42 1. Installation and removal shall be done in such a way as to prevent damage to 43 the existing and/or new cables. 44 m. In the event of damage, the Contractor shall bear the responsibility of providing 45 the material and labor for replacement of defective cables at no extra cost to the 46 City. 47 n. All conduit runs shall be measured accurately and precisely for determining 48 cable lengths to be installed. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-100 TRAFFIC SIGNALS Page 100 of 113 1 o. A conduit run measurements shall take place in the presence of the Inspector. 2 p. The Inspector shall record all cable measurements and include the distances on 3 an as-built drawing. 4 q. In locations where new cables are to replace existing cables,the Contractor 5 may use the removed cables as a measuring device to determine the lengths of 6 the new cables to be installed 7 r. However,this does not relieve the Contractor of his responsibility to record 8 accurate measurements of all cable lengths. 9 s. The manufacturer's recommended maximum pulling tensions shall not be 10 exceeded under any circumstances. 11 t. If so required by the Inspector, the Contractor shall insert a dynamometer in the 12 pull wire as the cables are being pulled into the conduit to demonstrate that the 13 maximum tensions are not being exceeded. 14 u. The cable shall be fed freely off the reel into the conduit without making a 15 reverse curve. 16 v. At the pulling end, the pull wire and cables shall be drawn from the conduit in 17 direct line with the conduit. 18 w. Sheaves or other suitable devices shall be used as required to reduce any 19 hazards to the cable during installation. 20 x. The cables shall be adequately lubricated to reduce friction and further 21 minimize possible damage. 22 1) Such lubricants shall not be the grease or oil type used on lead sheathed 23 cables, but shall be 1 of several commercially available wire pulling 24 compounds that are suitable for PVC sheathed cables. 25 2) They shall consist of soap,talc,mica, or similar materials and shall be 26 designed to have no deleterious effect on the cables being used. 27 y. Cables shall be neatly trained to their destinations. 28 z. The Contractor shall adhere to the cable manufacturer's recommended values 29 for the minimum bending radii to which cables may be bent for permanent 30 training during installation. 31 1) These limits do not apply to conduit bends, sheaves, or other curved 32 surfaces around which these cables may be pulled under tension while 33 being installed 34 2) Larger radius bends are required for such conditions. 35 aa. Wire and Cable 36 1) All wire and cable shall conform to the requirements shown in the 37 Drawings, except wire and cable specifically covered by other Items of this 38 Contract. 39 bb. Controller Cabinet Wiring 40 1) Wiring for the controller cabinet shall consist of connecting(1) signal 41 wires,(2)loop detector wires, (3)power wires, (4)ground wires, and(5) 42 pedestrian push button wires to their respective terminals in the cabinet. 43 2) In the controller cabinet, stranded signal conductors from the field shall be 44 stripped back and a solderless terminal connector(spade lug) shall be 45 attached by means of a crimping tool. 46 3) These terminal Connectors shall be inserted under the binder head screw 47 and tightened securely. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-101 TRAFFIC SIGNALS Page 101 of 113 1 4) Other wiring for the controller shall be completed as shown on the wiring 2 diagrams and in the instructions furnished with the controller by the 3 manufacturer. 4 5) All field wiring in cabinets shall be neatly installed. Incoming cables shall 5 be trained to their destination and neatly laced together. 6 a) All spare wires shall be trimmed and neatly coiled with the ends taped. 7 b) Detector lead-in cables shall have their insulation jackets removed 8 from their terminal strip connection to the bottom of the cabinet. 9 6) Pedestrian push buttons shall have a ground wire that is completely 10 isolated and independent from all other ground wires. 11 a) This wire shall be connected to the designated terminal in the 12 controller cabinet. 13 b) A pedestrian isolation board shall be in place. 14 cc. Signal Head Wiring 15 1) No splicing of cable shall be allowed. 16 2) Conductors shall run as follows: 17 a) An unbroken 20-conductor cable and 1 bare#8 shall run from the 18 controller cabinet to each pole pier. 19 b) An unbroken 7 conductor, #14 AWG(or larger) cable shall run from 20 the signal pole base to each 5-section or 4-section signal head; an 21 unbroken 5 conductor, #14 AWG cable to each other 3-section; an 22 unbroken 4 conductor, #14 AWG cable to each pedestrian signal head. 23 3 conductor, #14 AWG(or larger) shall run to each pedestrian push 24 button or APS unit. 25 c) Each cable shall be identified as referenced on the pole wiring detail 26 sheet provided in the Drawings with permanent marking labels 27 (Panduit type PLM standard single marker tie, Thomas and Betts type 28 548M or equivalent) at each ground box,pole base and controller. 29 dd. Luminaire Wiring 30 1) 2 #8 cables shall run from service disconnect in parallel around the 31 intersection as on the Drawings. 32 2) Luminaire wiring connection may be made in the nearest ground box to the 33 traffic signal pole; such connection shall be placed in a water tight seal. 34 a) If more than 3 wires are splice together in the traffic signal cabinet then 35 a Kearney connector(or approved equivalent) shall be used as 36 required. 37 3) Run 2#8 cables from terminal panel in signal pole to luminaire. 38 cc. Terminals 39 1) The ends of all stranded wires from the controller cabinet and from the 40 signal heads shall be twisted at least 3 turns and wire nut applied in the 41 base of the signal structure. 42 ff. Identification of Signal Wires and Cables 43 1) IMSA color coded signal cable shall be used for all signal systems. 44 a) Colors shall be continuous from the point of origin to the point of 45 termination. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-102 TRAFFIC SIGNALS Page 102 of 113 1 2) Each signal cable, detector lead-in cable and communication cable shall be 2 designated with permanent marking labels or(Panduit type PLM,Thomas 3 and Betta type 548M standard single marker type or equivalent)and color 4 coded tape at each pull box and in the controller cabinet. 5 10. Power Lead-in Cable 6 a. Perform work in accordance with the details shown on the plans. 7 11. Ground Conductors 8 a. Perform work in accordance with the details shown on the plans. 9 12. Ground Rod 10 a. Properly install and connect a ground rod for each controller cabinet,power 11 drop and signal pole pier to reduce any extraneous voltage to a safe level. 12 b. The ground rod shall be located so as to minimize the length of the grounding- 13 conductor run. 14 c. For pole mounted cabinets a grounding rod and grounding conductor shall be 15 installed at the nearest foundation or ground box. 16 d. All grounding circuits shall be substantial and permanent and shall be 17 electrically continuous with an ohms-to-ground resistance not to exceed 10 18 ohms when tested by volt-ohm-meter. 19 e. UFER grounding shall be used for illumination poles. 20 f. Grounding Connectors and Electrodes 21 1) When the location precludes driving a single ground rod to a depth of 8 22 feet(2.4 m), or when a multiple ground rod matrix is used to obtain the 23 required resistance to ground, ground rods shall be spaced at least 6 feet 24 apart and bonded by a minimum No. 6 AWG copper wire. 25 2) Connection of grounding circuits to grounding electrodes shall be by devices 26 which will ensure a positive,fail-safe grip between the conductor and the 27 electrode(such as lugs or pressure connectors). 28 a) No splice joint will be permitted in the grounding conductor. 29 3) Each grounding rod shall be driven into the ground to a depth sufficient to 30 provide the required resistance(10 ohms)between electrodes and ground 31 13. Ground Boxes 32 a. Use established industry and utility safety practices when installing or 33 removing ground boxes located near underground utilities. Consult with the 34 appropriate utility company before beginning work. 35 b. Fabricate and install ground boxes in accordance with the details, dimensions, 36 and requirements shown on the plans. Install ground box to approved line and 37 grade. 38 c. Lube bolts, clean out cover rim, and clean ground box inside and out prior to 39 final inspection. 40 d. Removal CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-103 TRAFFIC SIGNALS Page 103 of 113 1 1) Remove existing ground boxes and concrete aprons to at least 6 in.below 2 the conduit level. Uncover conduit to a sufficient distance so that 90 degree 3 bends can be removed and conduit reconnected. Clean the conduit in 4 accordance with Item 618, "Conduit."Replace conduit within 5 ft. of the 5 ground box. Remove old conductors and install new conductors as shown 6 on the plans. Backfill area with material equal in composition and density 7 to the surrounding area. Replace surfacing material with similar material to 8 an equivalent condition. 9 14. Traffic Signal Structures 10 a. The Contractor shall install all traffic signal structures in accordance with the 11 Drawings. 12 1) Deviation from the Drawings because of physical obstructions, such as 13 overhead utilities or in appropriate mast arm length to fit a relocated 14 foundation, shall be worked out with the Inspector and approved prior to 15 installation. 16 2) Stake the traffic signal pole locations for verification by the City. 17 b. Poles shall have nuts on top and bottom of the pole base plate. 18 1) Anchor bolts for mast arm signal poles shall be set so that 2 are in tension 19 and 2 are in compression. 20 2) The exposed length of the anchor bolt between the top of the foundation 21 and the bottom of the leveling nut should not exceed one bolt diameter. 22 c. The traffic signal pole heights and mast arm lengths shown on the Drawings 23 and in the material summary are to be used for bidding purposes only. 24 d. Prior to fabrication, the Contractor, in cooperation with the Inspector, shall 25 make field measurements to determine the actual pole height necessary to 26 ensure a vertical clearance of 17 feet minimum and 19 feet maximum from the 27 roadway surface to the bottom of the lowest point on the signal head assembly 28 or mast arm and to determine the mast arm lengths required to mount the traffic 29 signal heads over the traffic lanes. 30 1) The masts arms shall be straight and level in the area where the signal 31 heads are attached. 32 2) These field measurements and evaluations shall be determined from the 33 actual field location of the pole foundations, considering all above and 34 below ground utilities and the existing roadway elevations and lane widths. 35 e. Transformer bases for pedestal poles shall be leveled and tightly secured to the 36 foundation before the structure is placed on the base. 37 1) If shims are required for leveling, total shim height shall not exceed 1/2 38 inches. 39 2) Foundation anchor bolts shall extend a minimum of 1 inch through each 40 nut in the base. 41 f. Except as modified herein, erection of traffic signal structures shall be in 42 accordance with the applicable Specifications and standards of the AISC 43 Manual of Steel Construction. 44 1) Erecting equipment shall be suitable for the Work and shall be in proper 45 working condition. 46 2) Where parts cannot be assembled or fitted properly as a result of errors in 47 fabrication or deformation due to handling or transportation shall be 48 reported immediately to the Inspector. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-104 TRAFFIC SIGNALS Page 104 of 113 1 3) Straightening of plates and angles or other shapes shall be done by 2 approval of the manufacturer. 3 4) No corrections will be allowed that will void the manufacturer's warranty. 4 5) A letter from the manufacturer approving the corrections shall be required 5 or the material may be rejected by the Inspector. 6 g. Use established industry and utility safety practices when working near 7 underground or overhead utilities. Consult with the appropriate utility 8 company before beginning such work. 9 h. Erect structures after foundation concrete has attained its design strength. 10 i. The steel structure frame shall be lifted as shown in the manufacturer's 11 specifications and all match marking shall be followed. 12 1) Temporary bracing shall be used wherever necessary to support all loads to 13 which the structure may be subjected, including equipment, operation, and 14 material loading. 15 2) Such bracing shall be left in place as long as may be required for safety. 16 3) The various members, after being assembled, shall be aligned and adjusted 17 accurately before being fastened. 18 4) Fastening of splices on compression members shall be done after the 19 abutting surfaces have been brought completely into contact. 20 5) No welding or bolting shall be done until the structures have been properly 21 aligned. 22 j. Bearing surfaces and surfaces which will be in permanent contact with each 23 other shall be cleaned before the members are assembled. 24 1) Bearing plates shall be set in exact position and shall have a full and even 25 bearing upon the concrete. 26 2) As erection progresses, the Work shall be bolted to take care of all dead 27 load,wind and erection stresses. 28 3) All erection bolts used in welded construction may be tightened securely 29 and left in place. 30 4) If removed, the holes shall be filled with plug welds. 31 k. Field bolting shall be in accordance with the requirements specified for shop 32 fabrication. 33 1) Untrue holes shall be corrected by reaming. 34 2) Where the surface of a bolted part has a slope of more than 1:20, a beveled 35 washer shall be used to compensate for the lack of parallelism. 36 3) Bolt heads and nuts shall be drawn tight against the Work with a suitable 37 wrench not less than 15 inches long. 38 4) Bolt heads shall be tapped with a hammer while the nut is being tightened. 39 1. Field Painting of Structures 40 1) Surfaces where the shop coat of paint has been damaged shall be retouched 41 after installation. 42 a) The cleaning,pretreatment, and priming of welds and the areas 43 adjacent thereto shall be done promptly after the acceptance of the 44 weld. 45 b) Care shall be taken to properly mask signals heads, signs,pedestrian 46 pushbuttons and their mounting hardware to keep paint from splashing 47 onto these components. 48 c) Masking shall be removed after completion of the painting process. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-105 TRAFFIC SIGNALS Page 105 of 113 1 d) A sufficient number of paint coatings shall be applied to each structure 2 to result in a uniform finish once completed. 3 e) All structures shall be air blasted using high pressure air to remove 4 peeled paint and dust prior to application of new paint. 5 m. Bolted parts shall fit solidly together when assembled and shall not be 6 separated by gaskets or any other interposed compressible material. 7 1) When assembled, all joint surfaces, including those adjacent to the bolt 8 heads,nuts, or washers, shall be free of scale, except tight mill scale, and 9 shall also be free of burrs,dirt,and other foreign material that would 10 prevent solid seating of the parts. 11 2) Each fastener shall be tightened to at least the minimum bolt tension as 12 recommended by the pole manufacturer using ASTM A325 or A490 bolts 13 for the size of fastener used. 14 3) Threaded bolts shall be tightened with properly calibrated wrenches or by 15 the"turn-of-nut" method. 16 4) Bolts may be installed without hardened washers when tightening takes 17 place by the"turn-of-bolt" method. Any bolt tightened by the calibrated 18 wrench method(or by torque control) shall have a hardened washer under 19 the element(nut or bolt head) turned in to a point not closer than 7/8 of the 20 bolt diameter from the center of the washer. 21 n. Grouting 22 1) The Contractor shall perform all Work required to complete the grout work 23 associated with installing the signal structure and furnish all supplementary 24 items necessary for its proper installation. 25 o. Where signal poles and/or mast arms exist on raised foundations that are to be 26 removed and installed on new foundations, the Contractor shall store these 27 poles, mast arms, street lights, and wiring until they can be installed on their 28 new foundations. 29 p. Vibration dampers 30 1) Dampers shall be installed using Astro Sign Brac or Signfix Aluminum 31 Channel or approved equivalent. 32 q. Signs 33 1) The Contractor shall furnish, install and relocate existing signs as shown in 34 the Drawings. 35 2) Mast-arm signs shall be mounted with Astro-sign Brac or Signfix 36 aluminum channel or equivalent as approved by the Engineer. 37 3) Metro street name signs shall be mounted level with the ground as shown 38 on the City's Standard Details. 39 15. Foundations 40 a. All foundations shall be staked by the Contractor and approved by the 41 Inspector prior to excavation. 42 1) While staking the pole locations, the Contractor, along with the Inspector, 43 shall be cognizant of pedestrian needs by verifying the location of the push 44 buttons and the pedestrian heads. 45 b. Concrete foundations for signal structures shall be located so that the closest 46 face is a minimum of 3 feet from the face of the nearest vertical curb. 47 1) Before excavating foundations probe to determine the location of utilities 48 and structures. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-106 TRAFFIC SIGNALS Page 106 of 113 1 2) Foundations shall be paid for once,however,payment for additional work 2 due to unforeseen conditions will be negotiated based on number of labor 3 hours and materials used. 4 3) Furnish all supplementary items necessary for proper foundation 5 installation. 6 c. Excavation for all foundations shall be done in accordance with lines and 7 depths indicated on the Drawings. 8 1) All loose material shall be removed from the excavation before concrete is 9 placed 10 2) Any water shall be removed by pumping or bailing. 11 3) The use of explosives will not be permitted. 12 d Foundations shall be constructed to the dimensions shown on the Drawings. 13 1) The Contractor is required to make certain that the top of the finished 14 foundation is level and formed. 15 2) Anchor bolts and conduits shall be held rigidly in place by a template until 16 the concrete is set. 17 e. A mechanical vibrator shall be used for compacting and working the concrete. 18 After the concrete has been placed and the top struck off, it shall be covered 19 with wet cotton or burlap mats or other appropriate form of curing, for not less 20 than 96 hours. 21 f. All bracing and templates for anchor bolts shall remain in place for 96 hours 22 after the concrete is poured. 23 1) During that time, the anchor bolts and conduit shall not be subjected to any 24 applied strain. 25 g. Backfill shall be tamped with mechanical tamps in 6 inches layers to the 26 density of the surrounding ground- 27 round27 1) Where excavation is made in the roadway shoulder, the shoulder shall be 28 replaced with material equivalent to the original composition. 29 h. All excavated material,not required for backfill, shall be promptly removed 30 and disposed of by the Contractor,outside the limits of the Project. 31 1) The Work Site shall be kept clean and neat at all times. 32 i. No concrete shall be placed when the atmospheric temperature drops below 40 33 degrees Fahrenheit(temperature reading taken in the shade away from artificial 34 heat)unless permission to do so is given by the Inspector. 35 1) Refer to Section 03 30 00. 36 j. The City shall supply to the Contractor the controller cabinet anchor bolts and 37 specific cabinet templates,when the City furnishes the controller cabinet. 38 k. The cabinet door shall open to the north. Controller face plate shall also face 39 north. Field terminations shall be done on the south side of the cabinet. 40 1. Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb 41 that the pole is intended to serve. 42 m. Tubing used to form pole foundations shall not be visible and all exposed 43 concrete shall be finished with vinyl concrete patch mix to provide a smooth 44 quality finish with all voids filled and no aggregate exposed. 45 n. The cost of the Work shall be included in the unit bid price for this item. 46 16. Hardware Signal Pole Paint 47 a. Requirements for poles and railings 48 1) Cleaning CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-107 TRAFFIC SIGNALS Page 107 of 113 1 a) The entire surface shall be cleaned free of dirt, grime and oils before 2 applying the primer coat. 3 b) Use vinegar wash applied with a sponge or cloth over the entire 4 surface. 5 2) Sanding 6 a) Spot sanding may be required in order to remove flaking paint and to 7 provide a smooth surface. 8 3) Priming 9 a) Primer coat shall be applied with a brush or roller. 10 b) The entire surface shall be covered, even over existing painted or 11 galvanized surfaces. 12 c) Spraying is not permissible. 13 4) Finish coat 14 a) Finish coat shall be applied with a brush or roller. 15 b) The entire surface shall be covered, even over existing painted or 16 galvanized surfaces. 17 c) Spraying is not permissible. 18 5) Parking meter housings, luminaire heads, signal heads,photo control eyes, 19 pedestrian push buttons and sign faces shall be protected for paint splash. 20 6) Controller cabinets and circuit boxes mounted to poles shall be painted to 21 match the color of the pole. 22 7) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry 23 conditions. 24 b. Requirements for traffic signal heads 25 1) Traffic signal heads should be cleaned by wiping it with a damp sponge or 26 rag to remove all the dust and dirt. 27 2) Lens and back plate should be masked off. 28 3) The outside of the traffic signal head should be painted traffic yellow(RAL 29 1023)and the inside of the lens visors should be painted flat black. 30 4) The outside of pedestrian signal head should be painted traffic yellow 31 (RAL 1023). 32 5) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry 33 conditions. 34 17. Signal Controller 35 a. Each controller cabinet shall be modified for use at a specific intersection in 36 accordance with the instructions included in the Drawings. 37 1) Each cabinet shall be prepared and tested for on-the-street use 38 b. Connect all field wirings to the controller-cabinet assembly. 39 1) The City will assist in determining how the detector loop lead-in cables are 40 to be connected in the cabinet. 41 2) The City will program the controller, the conflict monitor, detector units, 42 and other equipment in the controller cabinet and turn on the traffic signals. 43 c. All wiring modifications made in conjunction with preparing the cabinet for 44 use at a specific intersection shall be documented on the cabinet prints for that 45 intersection. 46 18. Roadside Flashing Beacon Assembly 47 a. Installation 48 1) Install in locations as shown in Drawings. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-108 TRAFFIC SIGNALS Page 108 of 113 1 2) Stake the pole location for approval by City or Engineer. 2 3) Install pole,breakaway base, connectors,wiring, signal beacons, sign and 3 foundation as shown on the Drawings or as directed. 4 4) Install the flasher control assembly on the electrical service pole. 5 5) Install watertight breakaway electrical fuse holders in all line and neutral 6 conductors at breakaway base. 7 6) Use established industry and utility safety practices to erect assemblies 8 near overhead or underground utilities. 9 7) Consult with the appropriate utility company prior to beginning such work. 10 b. Relocation 11 1) Disconnect and isolate the electrical power supply prior to removal of the 12 assembly. 13 2) Remove existing assembly as directed. 14 3) Unless otherwise directed, salvage existing components such as sign, 15 beacons,pole, and base. 16 4) Repair or replace lost or damaged components as directed. 17 5) Relocate existing assembly to the location shown on the plans or as 18 directed. 19 6) Install existing assembly at new foundations. 20 7) Remove existing foundations. 21 8) Accept ownership of unsalvageable materials and dispose of in accordance 22 with federal, state, and local regulations. 23 c. Removal 24 1) Disconnect and isolate existing electrical power supplies prior to removal 25 of the assembly. 26 2) Remove existing sign panel,beacons,pole, and base from existing 27 assembly. 28 3) Store items to be reused or salvaged without damaging. 29 4) Store sign panels above the ground in a vertical position at locations shown 30 on the plans or as directed. 31 5) Accept ownership of unsalvageable materials and dispose of in accordance 32 with federal, state, and local regulations. 33 6) Unless otherwise shown on the plans,remove abandoned foundations, 34 including steel, to 2 ft. below the finished grade. 35 7) Backfill with material equal in composition and density to the surrounding 36 area,and replace any surfacing, such as asphalt pavement or concrete 37 riprap,with like material to equivalent condition. 38 19. School Zone Flasher Assembly 39 a. Installation 40 1) Install in locations as shown in Drawings. 41 2) Stake the pole location for approval by City or Engineer. 42 3) Install pole,breakaway base, connectors,wiring, signal beacons, controller, 43 modem, sign and foundation as shown on the Drawings or as directed. 44 4) Install watertight breakaway electrical fuse holders in all line and neutral 45 conductors at breakaway base. 46 5) Use established industry and utility safety practices to erect assemblies 47 near overhead or underground utilities. 48 6) Consult with the appropriate utility company prior to beginning such work. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-109 TRAFFIC SIGNALS Page 109 of 113 1 b. Relocation 2 1) Disconnect and isolate the electrical power supply prior to removal of the 3 assembly. 4 2) Remove existing assembly as directed. 5 3) Unless otherwise directed, salvage existing components such as sign, 6 beacons,pole, and base. 7 4) Repair or replace lost or damaged components as directed. 8 5) Relocate existing assembly to the location shown on the plans or as 9 directed. 10 6) Install existing assembly at new foundations. 11 7) Remove existing foundations. 12 8) Accept ownership of unsalvageable materials and dispose of in accordance 13 with federal, state, and local regulations. 14 c. Removal 15 1) Disconnect and isolate existing electrical power supplies prior to removal 16 of the assembly. 17 2) Remove existing sign panel,beacons,pole, and base from existing 18 assembly. 19 3) Store items to be reused or salvaged without damaging. 20 4) Store sign panels above the ground in a vertical position at locations shown 21 on the plans or as directed. 22 5) Accept ownership of unsalvageable materials and dispose of in accordance 23 with federal, state, and local regulations. 24 6) Unless otherwise shown on the plans,remove abandoned foundations, 25 including steel, to 2 ft. below the finished grade. 26 7) Backfill with material equal in composition and density to the surrounding 27 area, and replace any surfacing, such as asphalt pavement or concrete 28 riprap,with like material to equivalent condition. 29 20. Rectangular Rapid Flashing Beacon(RRFB)Assembly 30 a. Installation 31 1) Install in locations as shown in Drawings. 32 2) Stake the pole location for approval by City or Engineer. 33 3) Install pole, breakaway base, connectors, wiring, control panel, solar panel, 34 battery, light bar, signage, pedestrian push button, and foundation as shown 35 on the Drawings or as directed. 36 4) Install watertight breakaway electrical fuse holders in all line and neutral 37 conductors at breakaway base. 38 5) Use established industry and utility safety practices to erect assemblies 39 near overhead or underground utilities. 40 b. Relocation 41 1) Disconnect and isolate the solar panels prior to removal of the assembly. 42 2) Remove existing assembly as directed. 43 3) Unless otherwise directed, salvage existing components such as sign, light 44 bar, solar panel, pole, and base. 45 4) Repair or replace lost or damaged components as directed. 46 5) Relocate existing assembly to the location shown on the plans or as 47 directed. 48 6) Install existing assembly at new foundations. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised March 16,2017 3441 10-110 TRAFFIC SIGNALS Page 110 of 113 1 7) Remove existing foundations. 2 8) Accept ownership of unsalvageable materials and dispose of in accordance 3 with federal, state, and local regulations. 4 c. Removal 5 1) Disconnect and isolate solar panel prior to removal of the assembly. 6 2) Remove existing sign panel, light bar, solar panel,pole, and base from 7 existing assembly. 8 3) Store items to be reused or salvaged without damaging. 9 4) Store sign panels above the ground in a vertical position at locations shown 10 on the plans or as directed. 11 5) Accept ownership of unsalvageable materials and dispose of in accordance 12 with federal, state, and local regulations. 13 6) Unless otherwise shown on the plans,remove abandoned foundations, 14 including steel,to 2 ft. below the finished grade. 15 7) Backfill with material equal in composition and density to the surrounding 16 area,and replace any surfacing, such as asphalt pavement or concrete 17 riprap,with like material to equivalent condition. 18 21. Powder Coating Traffic Signal Structures 19 a. All galvanized exterior surfaces shall be coated with a Urethane or Triglycidyl 20 Isocyanurate(TGIC)Polyester Powder to a minimum film thickness of 2.0 21 mils (0.002"). 22 b. Prior to application, the surfaces to be powder coated shall be mechanically 23 etched by brush blasting(Ref. SSPC-SP7)and the zinc coated substrate 24 preheated to 450 degrees for a minimum of one hour in a gas fired convection 25 oven. 26 c. The coating shall be electrostatically applied and cured in a gas fired 27 convection oven by heating the zinc coated substrate to a minimum of 350 28 degrees Fahrenheit and a maximum of 400 degrees Fahrenheit. 29 d. The thermosetting powder resin shall provide both intercoat as well as substrate 30 fusion adhesion that meets 5A or 5B classifications of ASTM D3359. 31 3.4 FIELD QUALITY CONTROL 32 A. Field Tests and Inspections 33 1. Initial testing of all materials, construction items, or products incorporated in the 34 Work will be performed at the direction of the City. 35 a. Embankment construction shall conform to 3124 00. 36 b. All backfill of structures shall conform to 33 05 10. 37 c. Excavation shall conform to 3123 16. 38 2. The failure to require tests of materials by the Inspector shall in no way relieves the 39 Contractor of his responsibility of furnishing materials conforming to these 40 Specifications. 41 3. Tests,unless otherwise specified,shall be made in accordance with the latest methods 42 of the ASTM or other approved test methods. 43 a. The Contractor shall provide such facilities, as the Inspector may require, for 44 the collecting and forwarding of samples and shall not use the materials 45 represented by the samples until tests have been made. 46 b. The Contractor shall furnish adequate samples without charge. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-111 TRAFFIC SIGNALS Page 111 of 113 1 4. Vehicle detector loops 2 a. Prior to termination of the loop lead-in in the controller cabinet an installation 3 test shall be made by applying not less than 500 volts DC to the completed 4 detector loop. 5 1) A minimum resistance of 1 megohm shall be obtained by use of a meter. 6 b. After the above tests are completed and the lead-in cable has been terminated in 7 the cabinet,the Contractor shall assist the Inspector in determining the loop 8 inductance of each loop detector. 9 1) A detector loop analyzer shall be used to determine the total inductance of 10 the loop in the pavement and its associated lead-in cable as well as to 11 determine the percentage shift in loop inductance for various size vehicles 12 that actuate the detector. 13 5. Signal cables 14 a. The Traffic Management Manager or designee may require that all cables shall 15 be checked for insulation resistance upon installation and prior to termination. 16 The tests shall be made with a test set operating at a minimum of 500 volts DC 17 applied to the conductors. 18 b. Each conductor in the multi-conductor signal cables shall be tested for insulation 19 resistance relative to each other and to the outer covering of the cable. The 20 minimum acceptance value for insulation resistance shall be 1 megohm. 21 6. Controller cabinet 22 a. If the controller cabinet is to be supplied by the Contractor for this Project, the 23 cabinet shall be tested at a facility located within the Dallas/Fort Worth area. 24 b. The Contractor shall notify the Inspector or his representative a minimum of 3 25 Working Days prior to beginning the test period of his intent to test a cabinet or 26 group of cabinets. 27 c. At this point,the City may schedule an inspection team and notify the Contractor 28 of the earliest date and time the team can visit. 29 d. Each cabinet shall be tested with a controller unit for a minimum of 24 continuous 30 hours. 31 1) The cabinet test will include conflict monitor functions, detector unit 32 function and load switch operation for conformance with cabinet hardware 33 specifications, etc. 34 2) The cabinet must successfully pass all items otherwise the test is restarted 35 for another 24 hour period. 36 B. Non-Conforming Work 37 1. In the event that a material, construction item,product incorporated in the Work, 38 embankment,backfill, excavation or any other item tested,fails to satisfy the 39 minimum requirements of the initial test described above,appropriate prove-out tests 40 shall be made as directed by the Inspector to determine the extent of the failure and to 41 verify that corrective measures have brought the Item up to Specification 42 requirements. 43 a. The cost of all testing necessary to determine the extent of the failure and the 44 adequacy of the corrective measures shall be the responsibility of the 45 Contractor. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised March 16,2017 3441 10-112 TRAFFIC SIGNALS Page 112 of 113 1 3.5 SYSTEM STARTUP 2 A. The Contractor shall coordinate with the Inspector to have a qualified technician on the 3 Site when the traffic signal is placed into operation. 4 B. During the 30 day test period,the contractor shall be responsible for any trouble calls and 5 shall make all necessary action to repair the problem The City will be responsible for 6 traffic signal timing operation only. 7 C. The Contractor shall provide a local telephone number(not subject to frequent changes) 8 where trouble calls are to be received on a 24-hour basis. 9 D. The Contractor's response time to reported calls shall be within a reasonable travel time, 10 but not more than 2 hours maximum 11 E. Appropriate repairs shall be made within reasonable time. 12 1. If, after further diagnosing the problem,the qualified technician determines the 13 problem is in the equipment supplied by others, the Contractor shall notify the 14 Inspector. 15 F. 30 days test period will restart after completing each signal failure due to workmanship 16 G. No extra compensation will be allowed for fulfilling the requirements stated above. 17 3.6 CLOSEOUT ACTIVITIES 18 A. Prior to final acceptance by the City, the Contractor is responsible for removal, 19 replacement and reinstallation of any damaged material at the Contractor's expense. 20 B. Whenever the Work provided for and contemplated under the Contract has been found by 21 the Inspector to be completed to his/her satisfaction on any individual signalized 22 intersection, or interconnected system of signalized intersections,as shown in the 23 Drawings,final cleaning up of said signalized intersection has been performed and the 24 traffic signal equipment supplied by the or has operated continuously for a minimum of 30 25 days in a satisfactory manner,the Contractor will be released from further maintenance on 26 that particular intersection. 27 1. Such partial acceptance will be made in writing and shall in no way void or alter 28 any terms of the Contract. 29 2. If equipment fails, a new 30-day test period will start when the equipment has been 30 repaired or replaced. 31 C. For school zone flasher assemblies, the Contractor shall configure the system and 32 reports,and train the City in the correct operation of the RSBMS,to enable the City to 33 utilize the RSBMS for the objectives outlined above. 34 3.7 PROTECTION 35 A. Prevent any property damage to property owner's poles, fences, landscaping, 36 mailboxes, etc., and repair any damages. 37 B. Provide access to all driveways during construction. 38 C. Protect all underground and overhead utilities,including sprinkler systems,and repair any 39 damages. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 10-113 TRAFFIC SIGNALS Page 113 of 113 1 3.8 MAINTENANCE 2 A. While performing Work under this Contract,the Contractor bears the sole risk of loss 3 for damages to or destruction of any traffic signal equipment or appurtenances, on 4 equipment that was not to be replaced or installed under this Contract,but which was 5 damaged or destroyed through the fault or negligent acts of the Contractor. 6 B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to 7 the City,regardless of whether or not the damaged or destroyed equipment, etc.,was a 8 part of this Contract or any warranties under this Contract. 9 C. The Contractor's responsibility shall cease under this paragraph upon written 10 acceptance of an intersection by the City. 11 D. The Contractor's responsibility for full operation and maintenance of all traffic signal 12 equipment shall begin when he starts any type of Work which effects active intersection 13 control at the first intersection and shall extend through the period of final Project 14 acceptance of each intersection. 15 E. This maintenance responsibility includes existing controllers/masters,existing 16 interconnect and cabling systems,existing signal indications,existing vehicle detectors, 17 new controllers/masters,new signal hardware,new cabling systems,and other hardware 18 elements which are considered part of either the existing or the new traffic signal system. 19 F. It is recognized that the City may continue to make a first response to any trouble call. 20 Action on such response will,however,be limited to placing the intersection on flash, 21 replacing load switches or detector amplifiers, erecting temporary control devices, 22 requesting immediate traffic control by uniformed police officer, or other such action 23 deemed necessary to provide a safe operation. 24 1. Such action will in no way relieve the Contractor of his operation and maintenance 25 responsibility. 26 G. The Contractor shall be required to notify the Inspector or Traffic Management Division at 27 least 24 hours in advance of any planned controlled change-outs or any other operational 28 procedures. 29 H. Battery Back-up System 30 1. The BBU shall provide voltmeter standard probe input-jacks(+)and()to read the 31 exact battery voltage drop at the inverter input. 32 2. The BBS shall be equipped with both Input and Output AC circuit breakers, and 33 with either a DC circuit breaker or fused battery harness. 34 3. All components, terminations, terminal blocks,relays, etc. shall be fully accessible. 35 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised March 16,2017 3441 13-1 REMOVING TRAFFIC SIGNALS Page] of 3 1 SECTION 34 4113 2 REMOVING TRAFFIC SIGNALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The removal and salvaging of traffic signal equipment 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Dispose of Full Traffic Signal 15 a. Measurement 16 1) Measurement for this Item shall be per each Traffic Signal Intersection 17 removed and salvaged. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item shall be paid for at the price bid for per each"Salvage Traffic Signal" 21 performed. 22 c. The price bid shall include: 23 1) Removing the following items: 24 a) Signal heads 25 b) Poles 26 c) Mast arms 27 d) Foundations 28 e) Ground boxes 29 0 Conduit 30 g) Cable 31 h) Signs 32 i) Electrical services 33 j) Amplifiers 34 k) Controllers 35 2) Returning equipment to the City, if specified 36 3) Excavation 37 4) Hauling 38 5) Clean-up 39 2. Dispose of Traffic Signal Pole and Mast Arm Assembly 40 a. Measurement CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 3441 13-2 REMOVING TRAFFIC SIGNALS Page of 1 1) Measurement for this Item shall be per each traffic signal pole and mast 2 arm assembly removed and salvaged. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item shall be paid for at the price bid for per each"Dispose of Traffic 6 Signal Pole and Mast Arm Assmbly"performed. 7 c. The price bid shall include: 8 1) Removing the following items: 9 a) Signal heads 10 b) Poles 11 c) Mast arms 12 d) Foundations 13 e) Cable 14 f) Signs 15 2) Excavation 16 3) Hauling 17 4) Clean-up 18 5) Returning equipment to the City, if specified 19 1.3 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Coordination will be made with the City of Fort Worth Signal Shop two working 22 days prior to removal. The point of contact for this action is Cedric Dorsey at 817- 23 319-7895 or Lee Soria at 682-715-8620. 24 25 1.4 DELIVERY, STORAGE,AND HANDLING 26 A. Delivery and Acceptance Requirements 27 1. The Contractor is responsible to dispose of all material and equipment deemed 28 unsalvageable by the City of Fort Worth, and shall dispose of them in accordance 29 with local, state and federal laws as applicable. Material and equipment deemed 30 salvageable by the City of Fort Worth will be delivered to either of the following 31 city facilities as directed. 32 a. Yuma Yard: 3299 Yuma Street,Fort Worth, TX 76104 33 b. City of Fort Worth Signal Shop: 5001 James Avenue,Fort Worth,TX 76115 34 2. Contractor shall properly dispose of all material unless told otherwise by the 35 Engineer or Inspector. 36 3. Any salvaged materials that the City requests will be delivered by the Contractor to 37 the City at a location designated by the Inspector. 38 4. The Inspector, assisted by authorized representatives,will serve as the receiving 39 agent for salvage material. 40 B. Storage and Handling Requirements 41 1. The Contractor will ship and handle all salvage material(heads,poles, cabinets, 42 cable, signs, amplifiers, etc.)in a manner so as to prevent damage to these items. 43 Signal heads will be removed from poles prior to shipping. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 344113-3 REMOVING TRAFFIC SIGNALS Page 3 of 3 1 2. All cables must be secured in controller cabinets to prevent damage during 2 shipment and handling. 3 3. All screws will be tightened into their respective slots to prevent loss during 4 shipping. 5 4. The controller and all supplemental control equipment(conflict monitors, detector 6 amplifiers, load switches, etc.)will be removed from the cabinet prior to cabinet 7 removal and given to the Inspector at the time of the signal tum-on. 8 5. The Inspector will identify existing damage to salvageable material and mark 9 damaged items in the field before they are delivered to the City yard. 10 a. If damage to material is the fault of the Contractor,the Contractor will have 3 11 Working Days to make repairs or supply like items, at the Contractor's 12 expense, for damaged items. 13 b. If the Contractor fails to repair or replace damaged items in said time, the City 14 may charge the Contractor for the assessed value as determined by the Traffic 15 Services Manager or designee. 16 PART 2 - EXECUTION 17 2.1 REMOVALS 18 A. Special Techniques 19 1. Curbs and sidewalks 20 a. Secure permission from the Inspector before cutting into or removing any 21 walks or curbs which might be required during construction. 22 b. Where possible,dig under sidewalks. 23 1) If the Contractor chooses to remove or cut the sidewalk,the concrete must 24 be sawed and broken out and then restored to an equal or better condition 25 than the original. 26 2. Foundations 27 a. All foundations subject to removal(as indicated on the Drawings) shall be 28 razed to a level at least 2 feet below the ground surface. 29 b. If the foundation subject to removal is located within a sidewalk, the foundation 30 shall be removed to a depth equal to or greater than the thickness of the 31 walkway. 32 c. Once the foundation is removed, the ground surface shall be restored to 33 surrounding conditions. 34 3. Ground Boxes 35 a. The hole remaining from ground box removal shall be filled and the ground 36 surface shall be restored to surrounding conditions. 37 b. Any conduit elbows found within the ground box to be removed shall be cut back 38 to a minimum of 12 inches below the natural ground surface. 39 4. Signs 40 a. The existing stop sign panels, or any grounded mounted signs, as shown on the 41 Drawings, will be removed after the traffic signals are placed in flash and 42 before the signal is turned to full colors by City forces. 43 END OF SECTION CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 20,2012 347113-1 TRAFFIC CONTROL Pagel of4 1 SECTION 34 71 13 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 are subsidiary to the various Items bid and no other compensation will be 20 allowed. 21 c. Installation of Traffic Control Devices shall include: 22 1) Traffic Control implementation 23 2) Installation 24 3) Maintenance 25 4) Adjustments 26 5) Replacements 27 6) Removal 28 7) Police assistance during peak hours 29 8) Adherence to City and Texas Manual on Uniform Traffic Control Devices 30 (TMUTCD) 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 37 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 38 Transportation, Standard Specifications for Construction and Maintenance of 39 Highways, Streets, and Bridges. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101042 Revised December 19,2016 3471 13-2 TRAFFIC CONTROL Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Contact Traffic Management Division(817-392-7738) a minimum of 48 hours 4 prior to implementing Traffic Control within 500 feet of a traffic signal. 5 B. Sequencing 6 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 7 approved by the City and design Engineer before implementation. 8 1.5 SUBMITTALS 9 A. Provide the City with a current list of qualified flaggers before beginning flagging 10 activities. Use only flaggers on the qualified list. 11 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 12 Engineering Division, 1000 Throckmorton Street. The Traffic Control Plan(TCP) for 13 the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing 14 set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 15 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 16 Engineer. 17 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 18 Specifications. The Contractor will be responsible for having a licensed Texas 19 Professional Engineer sign and seal the Traffic Control Plan sheets. 20 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 21 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 22 changes to the Traffic Control Plan(s)developed by the Design Engineer. 23 G. Design Engineer will furnish standard details for Traffic Control. 24 PART 2- PRODUCTS 25 2.1 ASSEMBLIES AND MATERIALS 26 A. Description 27 1. Regulatory Requirements 28 a. Provide Traffic Control Devices that conform to details shown on the 29 Drawings, the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 30 Device List(CWZTCDL). 31 2. Materials 32 a. Traffic Control Devices must meet all reflectivity requirements included in the 33 TMUTCD and TxDOT Specifications—Item 502 always during construction. 34 b. Electronic message boards shall be provided in accordance with the TMUTCD. 35 PART 3 - EXECUTION 36 3.1 PREPARATION 37 A. Protection of In-Place Conditions CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 19,2016 3471 13-3 TRAFFIC CONTROL Page 3 of 1 1. Protect existing traffic signal equipment. 2 3.2 INSTALLATION 3 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 4 the Drawings and as directed. 5 B. Install Traffic Control Devices straight and plumb. 6 C. Do not make changes to the location of any device or implement any other changes to 7 the Traffic Control Plan without the approval of the Engineer. 8 1. Minor adjustments to meet field constructability and visibility are allowed. 9 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 10 1. Corrective action includes but is not limited to cleaning,replacing, straightening, 11 covering, or removing Devices. 12 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 13 and that retroreflective characteristics meet requirements during darkness and rain. 14 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 15 and state laws (by failing to furnish the necessary flagmen,warning devices,barricades, 16 lights,signs, or other precautionary measures for the protection of persons or property),the 17 Inspector may order such additional precautionary measures be taken to protect persons 18 and property. 19 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 20 or in conflict with the proposed method of handling traffic or utility adjustments, can be 21 constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 23 distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 25 be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. 27 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 28 J. If at any time the existing traffic signals become inoperable because of construction 29 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 30 approved by the Engineer,to be used for Traffic Control. 31 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 32 turn-ons, street light pole installation, or other construction will be done during peak traffic 33 times(AM:7 am—9 am,PM:4 pm-6 pm). 34 L. Flaggers 35 1. Provide a Contractor representative who has been certified as a flagging instructor 36 through courses offered by the Texas Engineering Extension Service,the American 37 Traffic Safety Services Association, the National Safety Council, or other approved 38 organizations. 39 a. Provide the certificate indicating course completion when requested. 40 b. This representative is responsible for training and assuring that all flaggers are 41 qualified to perform flagging duties. CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 19,2016 3471 13-4 TRAFFIC CONTROL Page 4 of 4 1 2. A qualified flagger must be independently certified by 1 of the organizations listed 2 above or trained by the Contractor's certified flagging instructor. 3 3. Flaggers must be courteous and able to effectively communicate with the public. 4 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 5 and follow the flagging procedures set forth in the TMUTCD. 6 5. Provide and maintain flaggers at such points and for such periods of time as may be 7 required to provide for the safety and convenience of public travel and Contractor's 8 personnel, and as shown on the Drawings or as directed by the Engineer. 9 a. These flaggers shall be located at each end of the lane closure. 10 M. Removal 11 1. Upon completion of Work,remove from the Site all barricades, signs, cones, lights 12 and other Traffic Control Devices used for work-zone traffic handling in a timely 13 manner,unless otherwise shown on the Drawings. 14 3.3 END OF SECTION 15 16 CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised December 19,2016 APPENDIX GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates Modified City of Fort Worth Specifications TxDOT Specifications(416, 686, 687, and 690) CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"NIA"if not applicable. Name of City project: 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-Out the City A joint venture form must be completed on gal project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firmNon-MBE firm name Tname: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-NtBE: Rev.2/10/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating --------------------------------------------------------------------------------------------- b. Marketing and Sales ------------------------------------------------------------- c. Hiring and Firing of management personnel ------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. 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 City's BDE Ordinance. Rev.2/10/15 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. — ---- -- --------------------------------- ------------ Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev.2/10/15 ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: I M/W/DBE NON-M/W/DBE 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10 If both answers to this form are YES, do not complete ATTACHMENT 1 C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day 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 NO project, 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 Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract,the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror 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 MBEs 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 and 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. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 10 %of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation,or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at(817)212-2674. Rev. 2/10/15 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe P✓r4tke SjoeCial t iCs /A L Offeror PROJECT NAME: I ff V NON-M/W/DBE 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City BID DATE 7-ZO-17 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10 Bio I H Bio I /o/o yZ 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 Purchasing Division no later than 2:00 p.m. on the second City business day 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 MBE 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. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 i 0l'1' 'sJ €'H ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E Tro.S&r $6o N• DorotkyDr.0600 'afPC -�jna( 1�:c son,�x �S°81 ❑ jv31D,oaD.00 ppher 97Z_ 00--0899 bgv;Pfienf 972 lip-9894 C"o.f.N/n K�dr�t�x PO Box M Z 32? ❑ SvPp���� can cre�e y7,Zfb,OD Fr.Oorfk,TX AV& ❑ ❑ Rev.2/10/15 FORT TWORTH ATTACHMENT 1A ems` Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M w Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E El El El El E Rev.2/10/15 'ORI V,V0R(H ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 35-7, 000.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 357, 24040 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. 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 Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE 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 MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(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 creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. o — F to�x G &rGH Authorized Signature Printed Signature Vice - Title Contact Name/Title(if different aX Outie Spee.If�c j /�� 9�2-Z96-632y�97Z -780-7y// Company Name Telephone and/or Fax PO Bok 5_3.S969 Pt,6eK CJ Ayal�efi�ae-#/er.Cow. Address E-mail Address "'VIJ P(air;c, Tx NK-3 7-Z I-/7 City/State/Zip Date Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel,Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 TxDOT Specifications THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2017-2019 Traffic Signal Task Order Construction Services at Various Locations Through-out the City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101042 Revised July 1,2011 416 Item 416 Drilled Shaft Foundations 1. DESCRIPTION Construct foundations consisting of reinforced or non-reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items. ■ Item 421,"Hydraulic Cement Concrete" ■ Item 440,"Reinforcement for Concrete" ■ Item 448,"Structural Field Welding" Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non-reinforced Class A Reinforced Class C Slurryand underwater concrete placement Class SS Use coarse aggregate Grade 4,5,or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water-reducing, retarding admixture in accordance with DMS-4640,"Chemical Admixtures for Concrete,"in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 Slum Requirements Placement Minimum Acceptable Recommended Design Maximum Acceptable Type Placement Slump, and Placement Slump, Placement Slump, in. in. in. Dry 5-1/2 6-1/2 7-112 Underwater and 7 8 9 under slur Perform a slump loss test in accordance with Tex-430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry.Provide concrete that will maintain a slump of at least 4 in.throughout the entire anticipated time of concrete placement.Time of concrete placement is described in Section 416.3.6.,"Concrete,"and Section 416.3.7.,"Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods."Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature.Use ice or other concrete cooling ingredients to lower concrete temperature,or run additional slump loss tests at the higher temperatures.Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3,as determined by Tex-130-E.Determine pH of slurry by Tex-1 28-E or pH paper strips. 439 416 Table 3 Mineral Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concreting Specific Sand H Specific Viscosity Sand Gravi Content J� p Gravitysec. Content x 1.10 51% X111 x 1.15 5 45 5 4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water.Do not use partially hydrolyzed polyacrylamide(PHPA)polymeric slurry or any blended mineral-polymer slurry. If approved,water may be used as the drilling fluid.In this case,all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole,before placing concrete,and test it in accordance with Tex-130-E. Use a pump or air lift to remove slung that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level.Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: ■ Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft opertations for this project. ■ List of proposed equipment to be used,including cranes,drills,augers,bailing buckets,final cleaning equipment,desanding equipment,slurry pumps,core sampling equipment,tremies or concrete pumps, casing,etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. ■ Details of shaft excavation methods. ■ When the use of slurry is anticipated,details of the slurry mix design and its suitability for the subsurface conditions at the construction site,mixing and storage methods,maintenance methods and disposal procedures. ■ Details of methods to clean the shaft excavation. ■ Details of reinforcement placement,including support and centralization methods. ■ Details of concrete placement,including proposed operational procedures for free fall,tremie or pumping methods. ■ Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans,specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements.All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness-1 in.per 10 feet of depth. ■ Center of shaft located under column-1 in.of horizontal plan position. ■ Center of shaft located under footing-3 in.of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill.Refer to Item 423,`Retaining Walls,"for provisions for drilled shafts passing through the structural volume of retaining walls. 440 416 3.1. Excavation.The plans indicate the expected depths and elevations for encountering satisfactory bearing material.Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method."Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation,as approved to satisfactorily comply with design requirements.Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered,and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters(clear)of an open shaft excavation,or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal,state,and local laws. Provide suitable access,lighting,and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes.Take cores to determine the character of the supporting materials if directed.Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material.Such cores should be at least 5 ft.deeper than the proposed founding grade or a depth equal to the diameter of the shaft,whichever is greater.Take these cores when the excavation is complete. 3.3. Casing.Use casing when necessary to prevent caving of the material,to exclude ground water,when slurry is used for hole stabilization,or when required as part of the Contractor's Safety Plan.Provide casing with an outside diameter not less than the specified diameter of the shaft.The portion of shaft below the casing may be as much as 2 in.smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water,and that is watertight, smooth,clean,and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level.Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method.When soil conditions warrant,use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans.Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft.below existing ground before introducing slurry.Do not use casing other than surface casing. Do not use surface casing longer than 20 ft.without approval. Do not extract the surface casing until after placing the concrete. Pre-mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement.Do not mix slurry in the shaft excavation or other hole.Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher,as necessary,to counteract ground water pressure during and after drilling. 441 416 Use an air lift or proper size cleanout bucket,just before placing reinforcing steel,to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling.Use a cleanout bucket if material is too large to be picked up with an air lift. Re-process the hole with the auger as directed if concrete placement is not started within 4 hr.of the completion of the shaft excavation.Then clean the bottom with an air lift or cleanout bucket,and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2.,"Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement,and whenever directed. Recover and dispose of all slurry as approved,and in accordance with all federal,state,and local laws.Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel.Completely assemble the cage of reinforcing steel,and place it as a unit immediately before concrete placement.The cage consists of longitudinal bars and lateral reinforcement(spiral reinforcement,lateral ties,or horizontal bands).Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. ■ Extend the cage to 25 ft.or to the bottom,whichever is shorter,for bridge shafts with plan lengths less than 25 ft. ■ Do not extend the cage for bridge shafts with plan lengths at least 25 ft.that are lengthened less than 33%of plan length. ■ Extend the cage as directed for bridge shafts with plan lengths at least 25 ft.that are lengthened more than 33%of plan length. If the cage does not reach the bottom of the shaft,it may be suspended,or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft.Bars used to extend or support the cage may be lap spliced or welded by a qualified welder.Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in.,or as required for a stable cage.Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved"roller"type centering devices unless otherwise approved.Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft.off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft.Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers("sleds")are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing.Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used.Downward movement of the steel up to 6 in.per 20 feet of shaft length and upward movement of the steel up to 6 in.total are acceptable. Maintain the minimum length of steel required for lap with column steel.Use dowel bars if the proper lap length is provided both into the shaft and into the column.Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh,workable concrete. Locate and tie anchor bolts when required before placement of concrete.Use templates or other devices to assure accurate placement of anchor bolts. 442 416 3.6. Concrete. Perform all work in accordance with Item 420,"Concrete Substructures."Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14.,"Mass Placements,"as directed. Table 4 Maximum Concrete Placinci Tem erature Shaft Mix Design Mix Design Size Options 1-5 Options 6-8 Diameter<5 ft. 95°F 95°F 5 ft.<—Diameter s 7 ft. 95°F 857 7 ft.<Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding.Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft.for dry shafts of 24 in.or smaller diameter.Use a suitable tube or tremie to prevent segregation of materials.Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in.diameter,concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop-tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure.Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction.Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal.The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in.in accordance with Article 416.2.,"Materials."Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420,"Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed.Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation.The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft.Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination.Do not attempt to remove this concrete with shovels,pumps,or other means.Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near 443 416 streams or other bodies of water.Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube,reseal it at the bottom,penetrate with the tube into the concrete already placed by at least 5 ft.,and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists,notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing,must not exceed the time for which the concrete maintains a slump of over 4 in.in accordance with Article 416.2.,"Materials."Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load.Load test shafts,if required,in accordance with Item 405,"Foundation Load Test." 3.9. Trial Shaft.When required on the plans,construct trial shafts to the depth and diameter specified on the plans.Trial shafts include:drilling the hole,placement of the rebar cage(unless otherwise stated),and placement of the concrete.When trial shafts are required,delay start of production shafts until successful completion of trial shafts. 4. MEASUREMENT 4.1. Drilled Shaft.Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers.Shafts will be measured from a point approximately 6 in.below the finished earthwork elevation at the center of each shaft,unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions.The bent height shown on the plans is for estimating purposes only and does not control the top-of-shaft measurement. 4.1.2. Abutment Bents and Retaining Walls.Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non-Bridge Structures.Shafts,including trial shafts,will be measured from the top of the shaft. 4.2. Core Hole.Core holes will be measured by each core hole drilled. 5. PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing,placing,and removing casing;furnishing,processing,and recovering slurry;furnishing,and placing reinforcing steel;pumping;furnishing and placing concrete,including additional concrete required to fill an oversize casing or oversize excavation;conducting slump loss tests;backfilling;disposing of cuttings and slurry;and materials,tools,equipment,labor,and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade,no direct payment will be made for extra reinforcement placed to support the cage.The extra reinforcement will be considered subsidiary to the price bid per foot of shaft.No extra payment will be made for casings left in place. No payment will be made for"Drilled Shaft"until the concrete has been placed. 5.1. Drilled Shaft.The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid for"Drilled Shaft,""Drilled Shaft (Non-reinforced),""Drilled Shaft(Sign Mounts),""Drilled Shaft(High Mast Pole),""Drilled Shaft(Roadway Illumination Pole),"or"Drilled Shaft(Traffic Signal Pole)"of the specified diameter,subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1.,"Overrun." 444 416 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft.in excess of the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft.and up to and including 15 ft. more than the maximum plan length shaft,as defined in this Item,will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft.more than the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at a unit price equal to 125%of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft.Payment described above is subject to the following provisions for extra depth drilling: ■ For bridge structures,the maximum plan length shaft is the maximum length shaft, regardless of diameter,for any drilled shaft on that specific bridge. ■ For retaining walls,the maximum plan length shaft is the maximum length shaft,regardless of diameter, for any drilled shaft on that specific retaining wall. ■ For overhead sign structures,the maximum plan length shaft is the maximum length shaft, regardless of diameter,for any overhead sign structures included in the Contract. ■ For high mast illumination poles,the maximum plan length shaft is the maximum length shaft, regardless of diameter,for any high mast illumination pole included in the Contract. ■ For roadway illumination poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any roadway illumination pole included in the Contract. t For traffic signal poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any traffic signal pole included in the Contract. 5.2. Core Hole.Core holes will be paid at$200 each. 445 686 Item 686 - Traffic Signal Pole Assemblies (Steel) 1. DESCRIPTION ■ Installation. Fabricate,furnish,and install steel traffic signal pole assemblies. ■ Relocation. Remove and relocate existing steel traffic signal pole assemblies. 2. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following Items: ■ Item 416,"Drilled Shaft Foundations" ■ Item 421,"Hydraulic Cement Concrete" ■ Item 441,"Steel Structures" ■ Item 442,"Metal for Structures" ■ Item 445,"Galvanizing" ■ Item 449,"Anchor Bolts" Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with Section 449.2.1.,`Bolts and Nuts,"unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design.Fabricate poles assemblies in accordance with this Item to the designs shown on the plans.Alternate designs are not acceptable. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs.For deviations that do not affect the basic structural behavior of the pole,electronically submit shop drawings in accordance with Item 441,"Steel Structures,"to the Bridge Division for approval. 3.2. Fabrication.Fabricate and weld in accordance with Item 441,"Steel Structures,"AWS D1.1, Structural Welding Code—Steel;and the requirements of this Item.Fabrication tolerances are given in Table 1. Table 1 Fabrication Tolerances Part Dimension Tolerance in. Length ±1 Thickness +0.12 –0.02 Pole and mast arm shaft Difference between flats or diameter ±3/16 Straightness 1/8 in 10 ft. Attachment locations ±1 Overall ±3/16 Base and mast arm Thickness +1/4,-0 mounting plates Deviations from flat 3/16 in 24 in. Spacing between holes ±1/8 Bolt hole size ±1/16 Length ±1/2 Anchor bolts Threaded Length ±1/2 Galvanized Length –1/4 Angular Orientation 1/16 in 12 in.' Assembled shafts Centering ±3/16 Twist Yin 50 ft. 1. 1/8 in 12 in.between mounting plates and between mounting plates and base plates. 848 686 Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with DMS-7380,"Steel Non-Bridge Member Fabrication Plant Qualification."The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components.Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans.Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans.The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft. and longer. Provide circumferential welds only at the ends of the shafts.Provide no more than 2 longitudinal seam welds in shaft sections.Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces.Ensure 100%penetration within 6 in.of circumferential base welds and 60%minimum penetration at other locations along the longitudinal seam welds.Use a welding technique that minimizes acid entrapment during later galvanizing.Hot-dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load(actual or simulated)applied.Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings. Ensure the fittings have no defects affecting strength or appearance. Permanently mark,at a visible location when erected,pole base plates and mast arm mounting plates with the design wind speed. Permanently mark,at a visible location when erected,pole base plates and fixed mast arm mounting plates with the fabrication plant's insignia or trademark.Place the mark on the pole base plate adjacent to the hand- hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components.Ship all components with a weatherproof tag identifying the manufacturer,Contract number,date,and destination of shipment. 3.3. Installation.Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities.Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416,"Drilled Shaft Foundations,"and the details shown on the plans.Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421,"Hydraulic Cement Concrete."Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449,"Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight,tack weld each anchor bolt nut in 2 places to its washer.Tack weld each washer to the base plate in 2 places.Never weld components to the bolt.Tack weld in accordance with Item 441,"Steel Structures."After tack welding,repair galvanizing damage on bolts,nuts,and washers in accordance with Section 445.3.5.,"Repairs." Do not grout between the base plate and the foundation. 849 686 3.4. Relocation. Disconnect and isolate traffic signal cables before removing the pole.Remove existing traffic signal pole assemblies as directed.Ensure the poles or attached components suffer no undue stress or damage.Signs,signal heads, mounting brackets,luminaires,etc., may be left on the poles.Repair or replace damaged components as directed. Remove abandoned concrete foundations,including steel,to a point 2 ft.below final grade unless otherwise shown on the plans.Cut off and remove steel protruding from the remaining concrete. Backfill the hole with materials equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans,or as directed.Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416,"Drilled Shaft Foundations,"and the details shown on the plans, Install existing pole assemblies on new foundations in accordance with Section 686.3.3.,"Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal,state,and local regulations. 4. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Install Traffic Signal Pole Assemblies(Steel)"of the types and sizes specified or"Relocate Traffic Signal Pole Assemblies(Steel)"of the types specified. New drilled shaft foundations will be paid for under Item 416,"Drilled Shaft Foundations." 5.1. Installation.This price is full compensation for furnishing,fabricating,galvanizing,assembling,and erecting the pole upon a foundation;furnishing and erecting required mast arms and luminaire arms;furnishing and placing anchor bolts, nuts,washers,and templates;and materials,equipment,labor,tools,and incidentals. 5.2. Relocation.This price is full compensation for removing traffic signal pole assemblies;removing existing foundations;backfilling and surface placement;storing the components to be reused or salvaged;furnishing, fabricating,and installing required new components including anchor bolts,nuts,washers,and templates; placing and securing traffic signal pole assemblies on new foundations;furnishing and placing conduit, ground rods,and wiring;disposal of unsalvageable materials;loading and hauling;and materials,equipment, labor,tools,and incidentals. 850 687 Item 687 - Pedestal Pole Assemblies 1. DESCRIPTION ■ Installation. Furnish and install pedestal pole assemblies for vehicle and pedestrian signals. ■ Relocation. Remove and relocate existing pedestal pole assemblies. ■ Removal. Remove existing pedestal pole assemblies. 2. MATERIALS Furnish new materials in accordance with the following Items and with details shown on the plans: ■ Item 445,"Galvanizing" ■ Item 449,"Anchor Bolts" ■ Item 656,"Foundations for Traffic Control Devices" 2.1. Pedestal Pole Base.Provide prequalified pedestal pole bases from the Departments MPL in accordance with DMSA 1140,"Pedestal Pole Base." 2.2. Pedestal Pole. Provide 4-in.diameter schedule 40 steel pipe or tubing,aluminum pipe(alloy 6061 T6),or rigid metal conduit.Do not use aluminum conduit.Galvanize pedestal pole assemblies in accordance with Item 445,"Galvanizing,"unless otherwise shown on the plans. 2.3. Pedestrian Push Button Pole Assembly.Provide diameter as shown on the plans,schedule 40 steel pipe or tubing,aluminum pipe(alloy 6061-T6),or rigid metal conduit. Do not use aluminum conduit.Galvanize pedestrian push button post in accordance with Item 445,"Galvanizing,"unless otherwise shown on the plans. 3. CONSTRUCTION Install foundations in accordance with Item 656,"Foundations for Traffic Control Devices." 3.1. Pedestal Pole Base.Ground the base with connectors to the 112-13 NC female threaded hole. Fabricate the base for 4 L bend anchor bolts arranged in a square pattern with a 12-314 in.bolt circle. Provide mild steel anchor bolts in accordance with Item 449,"Anchor Bolts,"for each base.Provide three 1116-in.thick and three 118-in.thick U-shaped galvanizing steel shims for each base.Size shims to fit around the anchor bolts. 3.2. Installation. Install pedestal pole assemblies and pedestrian push button post assemblies as shown on the plans,or as directed. Pedestal pole assemblies include foundation,pole shaft,base,anchor bolts,anchor bolt nuts,anchor bolt template,shims,and miscellaneous components.Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. Pedestrian push button post assemblies include foundation, pole,and post cap. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities.Consult with the appropriate utility company before beginning such work. Repair damaged galvanizing in accordance with Section 445.3.5.,'Repairs." 3.3. Relocation.Disconnect and isolate the electrical power supply before removal of the assembly. Remove existing assembly as directed.Salvage existing components such as signs, heads, buttons,pole,and base unless otherwise directed. Repair or replace lost or damaged components as directed. 851 687 Install foundations in accordance with Item 656,"Foundations for Traffic Control Devices." Relocate existing assembly to the location shown on the plans or as directed. Install existing assembly at new foundations in accordance with Section 687.3.2.,"Installation."Remove existing foundations in accordance with Section 687.3.4.,'Removal."Accept ownership of unsalvageable materials,as determined by the Engineer,and dispose of in accordance with federal,state,and local regulations. Repair galvanizing for any damaged steel part or any steel part welded after galvanizing in accordance with Item 445,"Galvanizing." 3.4. Removal.Disconnect and isolate electrical power supplies before removal of the assembly.Remove existing sign panel,beacons,pole,and base from existing assembly.Store items to be reused or salvaged without damaging them.Store sign panels above the ground in a vertical position at locations shown on the plans or as directed.Accept ownership of unsalvageable materials and dispose of in accordance with federal,state, and local regulations. Disconnect and remove conductors from abandoned circuits.Remove abandoned conduit and ducts to a point 6 in.below final grade.Destroy existing transformer bases to prevent reuse.Remove abandoned foundations to 2 ft.below the finished grade unless otherwise shown on the plans.Cut off and remove steel protruding from the remaining concrete.Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. 3.5. Painted Finish.When required,paint pedestal pole and pedestrian push button post assemblies in accordance with details shown on the plans. 4. MEASUREMENT This Item will be measured by each pedestal pole assembly or each pedestrian push button post assembly installed,relocated,or removed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Install Pedestal Pole Assembly,""Install Pedestrian Push Button Post Assembly,""Relocate Pedestal Pole Assembly,"'Relocate Pedestrian Push Button Post Assembly,""Remove Pedestal Pole Assembly"or"Remove Pedestrian Push Button Post Assembly." New signal heads will be paid for under Item 682,"Vehicle and Pedestrian Signal Heads." 5.1 Installation.This price is full compensation for furnishing and installing the shaft;base,shims,anchor bolts, and foundation;and materials,equipment,labor,tools,and incidentals. 5.2 Relocation.This price is full compensation for removing the pedestal pole or pedestrian push button assemblies;removing existing foundations;installing new foundations;furnishing,fabricating,and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work;controller;salvaging;disposal of unsalvageable material;loading and hauling;and equipment,material,labor,tools,and incidentals. 5.3 Removal.This price is full compensation for removing the various pedestal pole assemblies components; removing the foundations;storing the components to be reused or salvaged;disposal of unsalvageable material;backfilling and surface placement;loading and hauling;and equipment,materials,tools,labor,and incidentals. 852 690 Item 690 = Maintenance of Traffic Signals r 1. DESCRIPTION Furnish,install, modify, repair,replace,or remove components of a traffic signal: 2. MATERIALS The Department will only furnish traffic signal poles,mast arms,and controllers that become part of the final installation, unless otherwise noted on the plans.Submit a materials list to the Engineer for all poles, mast arms,and controllers needed.Pick up materials at the locations and times shown on the plans. Designate in writing the persons authorized to pick up the materials. Assume responsibility for all materials furnished by the Department. Use materials furnished by the Department for this Contract only. Return unused or removed materials deemed salvageable by the Engineer to the Department upon completion of the work and before final payment at location shown on the plans or as directed.Dispose of materials deemed unsalvageable by the Engineer,in accordance with federal,state, and local regulations.When materials are required to be furnished by the Contractor, meet the Materials Article requirements of the pertinent Item. 3. EQUIPMENT Use equipment that includes,but is not limited to: ■ an aerial device capable of reaching overhead work, ■ trenching machine, ■ boring machine, ■ concrete saw,and ■ digger-boom truck. Use only equipment,tools,and machinery in good repair and operating condition. Repair or replace any equipment that,in the opinion of the Engineer,may affect the quality of work or safety. 4. WORK METHODS Conform to the NEC,local utility requirements, requirements of this Item,and pertinent requirements of the following Items: ■ Item 416,"Drilled Shaft Foundations" ■ Item 421,"Hydraulic Cement Concrete" ■ Item 476,"Jacking, Boring,or Tunneling Pipe or Box" ■ Item 610,"Roadway Illumination Assemblies" ■ Item 618,"Conduit' ■ Item 620,"Electrical Conductors" ■ Item 622,"Duct Cable" ■ Item 624,"Ground Boxes" ■ Item 625,"Zinc-Coated Steel Wire Strand" ■ Item 627,"Treated Timber Poles" ■ Item 628,"Electrical Services" ■ Item 636,"Signs" 856 690 ■ Item 656,"Foundations for Traffic Control Devices" ■ Item 680,"Highway Traffic Signals" ■ Item 682,"Vehicle and Pedestrian Signal Heads" ■ Item 684,'Traffic Signal Cables" ■ Item 685,"Roadside Flashing Beacon Assemblies" ■ Item 686,'Traffic Signal Pole Assemblies(Steel)" ■ Item 687,"Pedestrian Pole Assemblies" ■ Item 688,"Pedestrian Detectors and Vehicle Loop Detectors" Perform the following work as directed: 4.1. Conduit. Install,replace,remove,or modify conduits in accordance with Item 618,"Conduit";as shown on the plans;or as directed.Use 90°"sweep"type elbow on conduits entering a ground box. 4.2. Foundations. Install,replace,or remove foundations for traffic signal pole,pedestal pole,and ground mount controller cabinets in accordance with Item 416,"Drilled Shaft Foundations";and in accordance with Item 656,"Foundations for Traffic Control Devices";as shown on the plans;or as directed. 4.3. Concrete. Install concrete in accordance with Item 421,"Hydraulic Cement Concrete." 4.4. Ground Boxes. Install,repair,replace,remove,or modify ground boxes in accordance with Item 624, "Ground Boxes";as shown on the plans;or as directed. 4.5. Vehicle and Pedestrian Detectors. Install,repair,replace,remove,or modify pedestrian push buttons and vehicle loop detectors in accordance with Item 688,"Pedestrian Detectors and Vehicle Loop Detectors";as shown on the plans;or as directed. 4.6. Electrical Service. Install,repair,replace,remove,or modify an electrical service assembly in accordance with Item 628,"Electrical Services";as shown on the plans;or as directed.Mount any or all of the following on an electrical service support assembly:conduit,weather head,load center,meter base,lightning protection,wiring,and associated hardware. 4.7. Signal Pole.Install,repair,replace,remove,or modify signal poles in accordance with pertinent Items,as shown on the plans,or as directed.Comply with Item 627,'Treated Timber Poles,"for timber signal poles with guy wires and anchors and Item 686,'Traffic Signal Pole Assemblies(Steel),"for steel poles with concrete foundations.Remove timber poles and anchors completely,to 24 in.below ground level,or as directed. Remove concrete foundations to 24 in.below ground level,or as directed. Install,repair,replace,remove,or modify pedestrian signal pole assemblies in accordance with Item 687, "Pedestrian Pole Assemblies";as shown on the plans;or as directed. Install,repair,replace,remove,or modify roadside flashing beacons in accordance with Item 685,"Roadside Flashing Beacon Assemblies";as shown on the plans;or as directed. 4.8. Down Guy. Install,replace,remove,or modify down guy with guard or down guy with anchor and guard. 4.9. Steel Wire Strand. Install,replace,or remove steel wire strand in accordance with Item 625,"Zinc-Coated Steel Wire Strand";as shown on the plans;or as directed.Attach span wire on timber poles using a 518-in. straight thimble-eye bolt.Attach span wire on metal poles using at least 2 turns of wire around the pole. Place and properly tighten the 3-bolt clamp as near as possible to the pole. 4.10. Luminaire Head and Mast Arm.Install,replace,remove,or modify luminaire heads,arms,bulbs, photocells,and hardware on timber or steel signal poles. Install material using manufacturer's specifications. Fuse luminaires individually in the signal pole hand-hole. Install a separate cable from the breaker load panel to each luminaire. 857 690 4.11. Signal Head Assembly. Install,repair,replace, remove,or modify pedestrian signal heads or vehicle signal head assemblies in accordance with Item 682,"Vehicle and Pedestrian Signal Heads";as shown on the plans;or as directed.Mount signal heads by a span wire hanger clamp,bracket arm assembly,or mast arm bracket assembly.Signal head assemblies consist of 1 to 12 signal sections. Install signal heads as shown on the plans,or as directed. Assemble the signal heads with backplates,louvers,and brackets as needed. Mount all signal heads at the same elevation. Install signal head perpendicular to the travel lane it controls. Plumb all signal heads vertically and horizontally. 4.12. Traffic Signal Controller Cabinet,Ground Mount. Install,repair,replace, remove,or modify ground- mounted cabinet. Plumb and tighten the cabinet.Apply silicone sealant around the base of the cabinet.Coil all cabling that enters the cabinet neatly on the cabinet floor.Mark and terminate each cable as shown on the plans,or as directed. 4.13. Traffic Signal Controller Cabinet,Pole Mount. Install,repair, replace,remove,or modify pole-mounted cabinet.Plumb and tighten the cabinet.Coil all cabling that enters the cabinet neatly on the cabinet floor. Mark and terminate each cable as shown on the plans,or as directed. 4.14. Flashing Beacon Controller Cabinet. Install,repair,replace, remove,or modify flasher cabinet. Plumb and tighten the cabinet.Coil all cabling that enters the cabinet neatly on the cabinet floor.Mark and terminate each cable as shown on the plans,or as directed. 4.15. Cables.Install,repair,replace,remove,or modify signal,loop lead-in,electrical,communication,or illumination cables in conduits or along messenger cables in accordance with Item 620,"Electrical Conductors";in accordance with Item 684,"Traffic Signal Cables";as shown on the plans;or as directed. Attach aerial cable at 1-ft.intervals using approved cable ties along a messenger span cable.Install a drip loop with at least 2 turns at each pole,signal head,and weather head. Label each cable brought into the controller cabinet.Coil 5 ft.of cable neatly on the traffic signal controller cabinet floor for each cable. Install solderless pressure connectors that meet the requirements of the NEC for all wires attached to terminal posts.Use a ratchet-type full-circle crimper for insulated terminals to provide a solderless pressure connector. 4.16. Sealing. Install,repair,replace,remove,or modify sealant in detector saw slots,at the open end of all conduits terminated at the roadway edge,and in ground boxes.Apply sealant as shown on the plans or as directed. 4.17. Salvage Operations.Remove traffic signal when no replacement is required.Return unused or removed material deemed salvageable by the Engineer to the Department.Dispose of all other material. 4.18. Signal-Related Signs. Install,repair,replace,remove,or modify small post-mounted or overhead signs. 4.19. Curbs,Ramps,and Sidewalks. Install,repair, replace, remove,or modify curbs, ramps,and sidewalks. Secure permission to install traffic signal items before cutting into or removing curbs, ramps,and sidewalks. Replace all curbs,ramps,and sidewalks as shown on the plans. Install pedestrian access ramps as shown on the plans. 4.20. Protection of Utilities.Locate and protect all public lines and utility customer service lines in the work area. Notify the utility company and locate and mark, uncover,or otherwise protect all such lines in the construction area.Obtain information on the location and grade of water,sewer,gas,telephone,electric lines,and other utilities in the work area from the utility company.This information does not relieve the Contractor of responsibility for protecting utilities. 858 690 Reimburse the utility line owner for expenses or costs(including fines that may be levied against the utility company)that may result from unauthorized or accidental damage to any utility lines in work area. 4.21. Preservation of Sod,Shrubbery,and Trees.Preserve all sod,shrubbery,and trees at the site during the Contract.Obtain permission to remove any sod,shrubbery,or tree branches.Preserve and restore sod and shrubbery into their original position.Replace damaged sod or shrubbery at the Contractors expense. 4.22. PVC Weatherproof Enclosures. Install,remove,or replace 12 X 12 X 6-in.PVC weatherproof enclosure at locations shown on the plans or as directed.Only use enclosure for reconnecting or terminating traffic signal cables at the top of a timber or steel strain pole which has been replaced or reinstalled due to accidental knock down. 4.23. LED Lamp Unit.Install,replace,or remove LED optical unit in accordance with Item 682,"Vehicle and Pedestrian Signal Heads";as shown on the plans;or as directed. 4.24. Spread Spectrum Radio Antennas.Replace,repair,or install spread spectrum radio antenna in accordance with Special Specification,"Spread Spectrum Radios for Traffic Signals';as shown on the plan; or as directed. 4.25. Video Imaging Vehicle Detection System(VIVDS). Install,repair,replace,remove,or modify VIVDS in accordance with Special Specification,"Video Imaging Vehicle Detection System,"as shown on the plans,or as directed. 5. MEASUREMENT Measurement will be as follows: 5.1. Removal of Conduit.By the foot of conduit. 5.2. Installation of Conduit by Trenching.By the foot of the trench containing conduit,regardless of the size of conduit. 5.3. Installation of Conduit by Jacking or Boring.By the foot of road bore made.Pits for jacking or boring are subsidiary to this Item. 5.4. Installation of Vehicle Detectors.By the foot of saw-cut containing detector wire. 5.5. Removal,Replacement,or Installation of Ground Boxes.By each box removed,replaced,or installed, regardless of the type of box.A concrete apron around the box will be considered subsidiary to this Item. 5.6. Removal,Replacement,or Installation of Cables.By the foot of traffic signal cables removed,replaced,or installed,except measurement will not be made for cable inside signal heads and controllers or cable coiled in ground boxes,in pole bases,and on span wires. 5.7. Installation of Duct Cables.By the foot of trench containing duct cable. 5.8. Removal,Replacement,or Installation of Cables by Messenger Cable.By the foot removed,replaced,or installed. 5.9. Removal,Replacement,or Installation of Span Cable Assembly.By the foot of span removed,replaced, or installed.A span is defined as the distance from one pole to the next pole. 5.10. Replacement or Installation of Electrical Service. By each electrical service replaced or installed.The removal of the existing assembly will be considered subsidiary to this Item. 859 690 5.11. Removal,Replacement,or Installation of Timber Poles. By each timber pole removed, replaced,or installed.Attachment of required hardware is subsidiary to this Item. 5.12. Removal,Replacement,or Installation of Signal Head Assemblies. By each head removed, replaced,or installed.Assembly and wiring are subsidiary to this Item. 5.13. Removal,Replacement,or Installation of Signal Related Signs. By each sign assembly removed, replaced,or installed. 5.14. Removal,Replacement,or Installation of Pedestrian Push Buttons.By each push button removed, replaced,or installed. 5.15. Removal,Replacement,or Installation of Traffic Signal Pole Foundations. By the foot,of the type of foundation removed, replaced,or installed. 5.16. Installation of Foundations for Ground Mount or Pole Mount Cabinets. By each foundation installed. 5.17. Removal,Replacement,or Installation of Controller Cabinet,Ground Mount. By each cabinet removed, replaced,or installed. 5.18. Removal,Replacement,or Installation of Controller Cabinet,Pole Mount. By each cabinet removed, replaced,or installed. 5.19. Removal,Replacement,or Installation of Flasher Cabinet.By each cabinet removed,replaced,or installed. 5.20. Installation of Foundations for Roadside Flashing Beacon Assemblies. By each foundation installed. 5.21. Removal,Replacement,or Installation of Roadside Flashing Beacon Assemblies.By each assembly removed, replaced,or installed. 5.22. Removal, Replacement,or Installation of Signal Pole Assemblies. By each assembly,according to the type of pole assembly removed, replaced,or installed.Wiring in the pole and hardware is subsidiary to this Item. 5.23. Removal,Replacement,or Installation of Curbs.By the foot removed, replaced,or installed. 5.24. Removal,Replacement,or Installation of Pedestrian Ramps.By each ramp removed,replaced,or installed. 5.25. Removal, Replacement,or Installation of Sidewalks.By the square foot removed, replaced,or installed. 5.26. Removal of Concrete Foundations.By each foundation removed. 5.27. Removal,Replacement,or Installation of Luminaire Heads.By each luminaire head removed,replaced, or installed. 5.28. Removal,Replacement,or Installation of Luminaire Mast Arms. By each mast arm removed, replaced, or installed. 5.29. Removal,Replacement,or Installation of Down Guy with Guard. By each down guy with guard removed, replaced,or installed. 5.30. Removal,Replacement,or Installation of Down Guy with Guard and Anchor. By each down guy with guard and anchor removed,replaced,or installed. 860 690 5.31. Remove and Salvage Traffic Signals.By each signalized intersection salvaged.A signalized intersection is a group of traffic signals operated by a single controller. 5.32. Removal,Replacement,or Installation of 12 x 12 x 6-in.PVC Weatherproof Enclosure.By each PVC weatherproof enclosure removed,replaced,or installed. 5.33. Removal,Replacement,or Installation of LED Lamp Unit.By each LED lamp unit removed,replaced,or installed. 5.34. Removal,Replacement,or Installation of Spread Spectrum Radio Antennas.By each radio antenna removed,replaced,or installed. 5.35. Removal,Replacement,or Installation of Video Imaging Vehicle Detection System(VIVDS).By each camera assembly removed,replaced,or installed. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit prices for the various designations.This price is full compensation for furnishing all materials,equipment,labor,fines,tools,and incidentals.The Department will pay for electrical energy consumed by the traffic signal. Wiring in the pole;splices;backfill(soil or concrete);sealing of conduit ends and loop detector saw slots; installation of loop wire and PVC for encased loops;protection of utilities;and preservation of sod,shrubbery, and trees will not be measured or paid for directly but will be subsidiary to pertinent Items. 861