Loading...
HomeMy WebLinkAboutContract 35923 CITY SECRETAR CONTRACT NOM�2 SPECIFICATIGNS AND CONTRACT DOCUMENTS FOR SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: SH 170/PARK VISTA BLVD PROJECT No. C201-20 2 7100417 80; TPW-TS-2007-00022 IN THE CITY OF FORT WORTH, TEXAS JUNE 2007 MIKE MONCRIEF CHARLES R.BOSWELL MAYOR CITY MANAGER a ROBERT D. GOODE,P.E. q o�oepo DIRECTOR OF TRANSPORTATION P SR°? pFT °aa AND PUBLIC WORKS DEPARTMENT o*::' *aad * .........................;':*..a vROWiVIE R. VJlRNELI� e .. r 52203 I r -• .Qrs..... y` 3D� TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 775`� 15 Aft City of Fort Worth, Texas Mayor and Council Communication i COUNCIL ACTION: Approved on 8/21/2007 _ DATE: Tuesday, August 21, 2007 LOG NAME: 20SIGNAL22 REFERENCE NO.: **C-22319 SUBJECT: Authorize Execution of a Contract with Durable Specialties, Inc., for Two Traffic Signal Installations RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Durable Specialties, Inc., in the amount of $164,000, for the installation of two traffic signals at the intersections of State Highway 170 West Bound Frontage Road/Park Vista Boulevard and State Highway 170 East Bound Frontage Road/Park Vista Boulevard. DISCUSSION: The 2004 Capital Improvement Program includes funds for traffic signal improvements. This project includes the installation of two new traffic signals. A traffic signal study concluded that these intersections meet the warrant requirements for a traffic signal based on the Texas Manual on Uniform Traffic Control Devices. The Transportation and Public Works Department proposes to install fully actuated traffic signals. The expected installation cost for this project is $300,000 and is described below. Item Description Cost Contract Cost $164,000.00 .s Contingency $8,200.00 Supplies: Signal, Signs, and Markings Equipment $80,000.00 Services $11,300.00 .. Design $16,000.00 TPW Staff Labor: Project Management, Inspection, Markings Installation 20 500.00 Total $300,000.00 The expected annual maintenance cost for each signal is $1,704 or$3,408 for both fully actuated signals. The project was advertised for bid on June 7, 2007 and June 14, 2007, and the following bid was received: Bidder Amount Durable Specialties, Inc. $164,000.00 Staff considers Durable Specialties, Inc.'s bid to be fair and reasonable and recommends approval. Durable Specialties, Inc., is in compliance with the City's M/WBE Ordinance by committing to 20 percent M/WBE participation. The City's goal on this project is 5 percent. http://www.cfwnet.org/council_packet/Reports/mc_print.asp 9/5/2007 Page 2 of 2 -+ Traffic Signals are included in COUNCIL DISTRICT 2. MW FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Light and Signal Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C201 541200 20271004.1780 $164_000.00 Submitted for City Manager's Office by- Marc A. Ott (8476) Originating Department Head: Robert Goode (7804) ■+ Additional Information Contact: Marisa Conlin (8779) ■ http://www.cfivnet.org/council_packet/Reports/mc_print.asp 9/5/2007 r 06/76/2007 06:59 8173922533 CITY OF FORT WORTH PAGE 01/03 TELEFAX COVER SHEET City of Fort Worth Transportation and Public Works Traffic Services TO: Durable Specialties, Inc. FAX: 972-780-7411 FROM: Marisa Conlin, EIT Phone: (817) 392-8779 Fax: (817) 392-2533 ' SUBJECT: ADDENDUM NO. 1 SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: SH 170/PARK VISTA; Project No. C201-20 2 7100417 80; TPW-TS-2005-00019 Bid Opening Date: June 28, 2007 Addendum Issued. June 22, 2007 Total Pages: 3 The following changes to the Contract Documents should be noted by all prospective bidders: 1, PROPOSAL.— SIGNAL INSTALLATIONS: SH 170/PARK VISTA Description of Items (p. B-2) The City of Fort Worth will supply the operating supplies for line items 23 and 25: Signal-Base for 10'or 14'Pedestal Pole Assembly—Install item 23 2 EA provided by the City $ $ 25 1. EA Si Ea]-Pedestal Service--Install item provided by the City $ $ Attachment CC Ronnie Varnell, Traffic Signal Operations Manager Rachel Ortega, Contract Compliance Specialist Gloria Cook, Administrative Assistant u6/26/2007 06:59 8173922533 CITY OF FORT WORTH PAGE 02/03 SIGNAL 1NSTALLATION9 SH.170 MARK VISTA BLVD. PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY COST COST l I LS Signal-Mobilization—Service CS $ $ 2 15 EA Si al-Signal Head.3 Section Type A, T e B Install $ $ 3 1. EA Signal-Signal I•Iead 5 Section Flouse Type E--Instal) $ $ 4 )2 EA SiSna:l-lntemational.Pedestrian Signal e P—i.nstall $ $ 5 1.2 EA Signal-Pedestrian Pushbutton& Sign Assembly—Install $ $ 6 18 EA Signal-Micro Loop Probes_Instal] $ $ 7 3 EA Electrical-Ground.Box w0b Lid.and Apron-Large—Install $ $ 8 25 EA Electrical-Ground.Box with Lid and Apron-Small--Install $ $ 9 1,570 LF Conduit-Schedule 40,PVC 3"Open Cut—Install S $ 10 810 LF Conduit-Schedule 40, PVC 2"Open Cut—Install S $ 11 1,140 LF Conduit-Schedule 40,.PVC 3" Bore--Install S $ 12 205 LF Conduit-Schedule 40 PVC, 2" Bore—Install S 13 1,280 L.F Cable-20 Conductor#.14 Stranded Cable—Install S $ 14 1,855 LF Cable-Num 8 X.iIHW J3)ack.—install $ $ 15 1,855 LF Cable-Num 8 XHHW White—Install $ $ 16 3,725 LF Cable-Num 8 Bare—Install S $ 17 3,285 i-F Cable-4 Conductor#t18 Shielded Cable—Instal.) S $ 18 2.255 LF Cable-#4 X1-1HW Stranded Wire Black—Install b $ 19 2,255 LF Cable-44 X..1114W Stranded Wire White—Install $ $ 20 2 EA Signal-Concrete Foundition Type I -V Install. $ $ 21 4 EA Si nal-Concrete Foundation Type 4--Iostal.l. $ S 22 2 1 EA Si nal.-Concrete Foundation DTe 5-V Install $ $ Signal-Base for 10'or 14'Pedesta.l Pole Assembly—Install 23 2 EA item provided bathe Cit S S 24 2 EA Signal-Cabinet Concrete Foundation--Install $ $ 25 1 EA Si al-Pedestal Servico--Install item erovided by the City $ $ 26 6 EA Si al-Mast Ann Stabilizer— Install $ S 27 2 £A Sign al-Trnff.e Si.gna.l Miscellaneous Testitl ,etc. —Install $ $ 28 1,394 SF Walk-ADA Wheelchair Ram —.Install $ $ 29 56 SF Walk-install $ 30 2 EA Si nal-.1.0 Ft Pedestal Polc—Install item provided b the City_S $ 31 1 EA Si al-44 Ft Mast Ann—Install item rovided by the City S S 32 3 EA Si nal-48 Ft Mast Ann--install item provided by the City $ S 33 2 EA Signal-52 Ft Mast Ann--Install item provided by the City $ $ Signal-Type 43 Sig+tal Pole— Install item provided by the 34 4 EA City $ S Signal-Type 45 Sigiml.Pole—install item provided by the 35 2 EA cityS S L.36 1 2 EA Signal-170E Controller/Cabinet Grnd-Mnt—install item S S Proposal B-2 06/26/2007 06:59 8173922533 CITY OF FORT WORTH PAGE 03/03 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL .w ITEM QUANTITY COST COST provided by the City Signal-Opticom Cable and Detectors—Install item provided _ 37 2 LS by the City $ $ 38 2 EA Si na.l-V1VDS—Install item rovidcd b the City $ $ Sign-Large-Overhead Mount—Install item provided by the 39 6 EA Ci $ $ Sign-Medimn-Ground.Mount--Install item provided by the 40 6 EA City S $ Sign-Medium- Overhead Mount—Install item provided by 41 8 CA the City $ 42 8 EA Sign-Sweet Dead End.Qarricade $ $ TOTAL BJO$ ow Proposal A-3 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: SH 170/PARK VISTA BLVD PROJECT No. C201-20 2 7100417 80; TPW-TS-2007-00022 IN THE CITY OF FORT WORTH, TEXAS JUNE 2007 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P. E. DIRECTOR OF TRANSPORTATION �p����EOFru�°aaa AND PUBLIC WORKS DEPARTMENT rRONNIE R. VARN Ll r..............................:.. i o•• 52203 P G(SYCE!••� a0gs /ONAL o6 a ov,o a� s- TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TABLE OF CONTENTS Part A Notice to Bidders Special Instructions to Bidders Part B Proposal Vendor Compliance to State Law Conflict of Interest Disclosure Requirement Minority and Women Business Enterprise Specifications Part C General Conditions (See City of Fort Worth Standard Specifications For Street And Storm Drain Construction, Part I. General Provisions) Part D Special Provisions Part E Specifications Installation of Traffic Signals Part F Certificate of Insurance and Bonds Certificate of Insurance Contractor Compliance With Worker's Compensation Law Experience Record Equipment Schedule y Performance Bond Payment Bond Part G Contract PART A NOTICE TO BIDDERS AND SPECIAL INSTRUCTIONS TO BIDDERS NOTICE TO BIDDERS Scaled proposals for the following: FOR: SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: SH 170/PARK VISTA BLVD. PROJECT NO. C201-20 2 7100417 80; TPW-TS-2007-00022 The project consists of the complete installation of traffic signals with poles, mastarms,pole foundations,wood poles,conduits, loop detectors,and/or video detection system at the locations listed above. Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursday, June 28, 2007 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained LL beginning Tuesday, June 12, 2007 from the Transportation and Public Works Department's James Ave Service Center located at 5001 James Ave, Suite 301, Fort Worth, Texas. Each set of documents will be provided to prospective bidders for a cost of $20.00; such deposit will be nonrefundable. These documents contain additional information for prospective bidders. A non-mandatory Pre-Bid Conference will be held at 10:00 am on Tuesday,June 19,2007 5001 James Ave, Suite 301. All bidders are encouraged to attend. Bid security is required in accordance with the Special Instruction to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to ri whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of w all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Transportation and Public Works Department at(817)392-7738. .w In accord with City of Fort Worth Ordinance No.15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the S/S UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, the GOOD FAITH EFFORT FORM ("Documentation") and/or the JOINT VENTURE FORM as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee - of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. For additional information, contact Marisa Conlin,at(817)392-8779. Advertising Dates: June 7,2007 and June 14,2007 SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted - or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon, request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. ~ The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be - obtained by contacting the Department of Transportation Public Works Traffic Services Division at (817) 392-7738. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. SPECIAL INSTRUCTIONS TO BIDDERS - 1 - 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsible bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. so D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 'of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all } requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the - treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Pa;agraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernon Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation/Public Works Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage maybe requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. v ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional - insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. *Any failure on part of the City to request required insurance documentation shall r not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty T days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS -3- or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. _ J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. } K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which r could give rise to a liability claim or lawsuit or which could result in a property loss. R L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 1. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds The appropriate blanks of the Proposal must be filled out by all non-resident bidders in Y order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. _ The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Transportation/Public Works ("Managing Department"), 2"a floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized .. 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. O Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month,place a "0" or "no participation" in the spaces provided, and provide a brief explanation. SPECIAL INSTRUCTIONS TO BIDDERS -5- • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, Ird floor - City Hall. For additional information regarding compliance to the M/WBL Ordinance, call (817) 392-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the ' actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being detennined to be irresponsible and barred from participating in City work for a period of time of not less than three years. SPECIAL INSTRUCTIONS TO BIDDERS -6- 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PAYMENT. FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: The contractor will receive full payment (less retainage) from the city for each pay period. Payment of the retainage will be made with the final payment upon acceptance of the project as being complete. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. The warranty period shall begin as of ` the date that the final punch list has been completed. If the contract amount is less than $400,000,retainage will be 10%; in excess of$400,000,retainage will be 5%. 15. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. - 10:00 a.m. being critical ozone forming periods each day. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Ozone Alert Day, that day will be considered as a weather day and added onto the allowable weather days of a given �. month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in,406.096) - incl.ild� `a11 persons or entities performing all or part of the services the contractor has undertaken SPECIAL INSTRUCTIONS TO BIDDERS -7- to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or R materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. R D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 4 E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the LL current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: SPECIAL INSTRUCTIONS TO BIDDERS -8- (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. SPECIAL INSTRUCTIONS TO BIDDERS -9- "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This LL notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. _ Contractor further covenants that neither it nor its officers,members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified .. maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terns or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless SPECIAL INSTRUCTIONS TO BIDDERS - 1Q- against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to con.ply with the ADA in the performance of this contract. 19. COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), 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" day after the date the City receives the n 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. (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 do 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 1 Ith 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 the Audit section of these contract documents shall pertain to this inspection. SPECIAL INSTRUCTIONS TO BIDDERS - ll- (f) Pay Estimates. With each partial payment estimate 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 the prevailing wage rates in a ' conspicuous place at the site of the project 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. r SPECIAL INSTRUCTIONS TO BIDDERS - 12- CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 2000 CLASSIFICATION RATE CLASSIFICATION RATE AIR TOOL OPERATOR $9.00 FRONT END LOADER(2%:cy& $9.94 LESS) FRONT END LOADER(>2%cy) $9.32 MILLING AACHINE OPERATOR $8.00 ASPHALT RAKER $10.32 MIXER(OVER 16 CF) $11.00 ASPHALT SHOVELER $9.75 MOTOR GRADER OPERATOR(FINE $12.31 GRADE) BATCHING PLANT WEIGHER $9.65 MOTOR GRADE OPERATOR $13.75 _ CARPENTER $13.64 PAVEMENT MARKING MAC14INE $11,00 CONCRETE FINISHER(PAVING) $10.16 ROLLER,STEEL WHEEL $9.88 CONCRETE FINISHER HELPER $9.70 (PLANT-MIX PAVEMENTS) (PAVING) CONCRETE FINISHER $13.44 ROLLER,STEEL WHEEL(OTHER $12,12 (STRUCTURES) (FLATWHEEL OR TAMPING) CONCRETE RUBBER $8.84 ROLLER,PNEUMATIC SELF- $8.02 PROPELLED SCRAPER ELECTRICIAN $15.37 SCRAPER $9.63 sw FLAGGER $7.00 TRACTOR-CRAWLER TYPE $10.58 FORM BUILDER(STRUCTURES) $13.44 TRACTOR-PNEUMATIC $9.15 FORM LINER(PAVING&CURB) $10.23 TRAVELING MIXER $10.00 FORM SETTER(PAVING&CURB) $9,24 WAGON-DRILL,BORING MACHINE $12.00 FORM SETTER(STRUCTURES) $9.73 REINFORCING STEEL SETTER $9.75 (PAVING) LABORER,COMMON $7.64 REINFORCING STEEL SETTER $13.31 (STRUCTURAL) LABORER,UTILITY $8.64 STEEL WORKER-STRUCTURAL $14.80 MECHANIC $13.25 SPREADER BOX OPERATOR $10.00 OILER $10.17 WORK ZONE BARRICADE- $7.32 SERVICE-R $10.13 TRUCK DRIVER-SINGLE AXLE $8.00 (LIGHT) PAINTER(STRUCTURES) $11.00 TRUCK DRIVER-SINGLE AXLE $9.02 (HEAVY) PIPELAYER $7.35 TRUCK DRIVER-TANDEM AXLE $10.22 PIPELAYER HELPER $6.75 (SEMI-TRAILER) BLASTER $11.50 TRUCK DRIVER-LOWBOY/FLOAT $10.54 ASPHALT DISTRIBUTOR OPERATOR $11.45 TRUCK DRIVER-TRANSIT MIX $10.63 ASPHALT PAVING MACHINE $11.09 TRUCK DRIVER-WINC14 $9.80 BROOM OR SWEEPER OPERATOR $8.72 VIBRATOR OPERATOR(HAND $7.32 TYPE) BULLDOZER $10.74 WELDER $11.57 CONCRETE CURING MACHINE $9.25 CONCRETE FINISHING MACHINE $11.13 CONCRETE PAVING JOINT MACHINE $10.42 CONCRETE PAVING JOINT SEALER $9.00 wo CONCRETE PAVING SAW $10.53 CONCRETE PAVING SPREADER $10.50 SLIPFORM MACHINE OPERATOR $9.92 CRANE,CLAMSFIELL,BACKHOE, $10.00 DERRICK,DRAG LINE,SHOVEL(<1 1/2 cy) CRANE,CLAMSHELL,BACKHOE, $11.52 DERRICK,DRAGLINE,SHOVEL(>I %: cy) FOUNDATION DRILL OPERATOR $10.00 (CRAWLER MOUNTED) FOUNDATION DRILL OPERATOR $11.83 (TRUCK MOUNTED) END OF SECTION im SPECIAL INSTRUCTIONS TO BIDDERS - 13- taw PART B PROPOSAL VENDOR COMPLIANCE TO STATE LAW CONFLICT OF INTEREST DISCLOSURE REQUIREMENT M/WBE FORMS PROPOSAL TO: Charles R. Boswell City Manager Fort Worth, Texas FOR: SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: SH 170/PARK VISTA BLVD. PROJECT NO. TPW-TS-2007-00022 A Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the u plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract sums, to-wit: and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following signal installations. ..r Proposal B- 1 SIGNAL INSTALLATIONS: SH 170/PARK VISTA BLVD. PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY COST COST 1 1 LS Signal-Mobilization-Service CS $ Ci co-0D $ ` cl c) >. OD 2 15 EA Signal-Signal Head 3 Section Type A,Type B-Install $ M $ L-)00.DD 3 1 EA Signal-Si nal Head 5 Section House Type E-Install 00 4 12 EA Si nal-International Pedestrian Signal Type P-Install $ 441�1) l) $ rJ y OD,t�D i S 12 EA Si.,nal-Pedestrian Pushbutton&Sign Assembly-Install $ 5.00 $ pp,cy-�> 6 18 EA Signal-Micro Loop Probes-Install $ 1 00.D-0 $ 'Am•0D 7 3 EA Electrical-Ground Box with Lid and Apron-Large--Install $ (e5D.DD $ q-50'DD 8 25 EA Electrical-Ground Box with Lid and Apron-Small-Install $ (p m.L-X> '$ IV, 00o.OD 9 1,570 LF Conduit-Schedule 40,PVC 3"Open Cut-Install $ L9.Do $ CI W O:DD 10 810 LF Conduit-Schedule 40,PVC 2"Open Cut-Install $ S•L $ p 0� 11 1,140 LF Conduit-Schedule 40,PVC 3"Bore--Install $ -I,OD $ (q OCR 12 205 LF Conduit-Schedule 40 PVC, 2"Bore-Install $ aSD.DD 13 1,280 LF Cable-20 Conductor#14 Stranded Cable-Install $ $ 3 ��k0,m 14 1,855 LF Cable-Num 8 XHHW Black-Install $ ,$6 $ o0 15 1,855 LF Cable-Num 8 XHHW White--Install $ 5D $ 4$4,co x 16 3,725 LF Cable-Num 8 Bare-Install $ ,IDO $ DD 17 3,285 LF Cable-4 Conductor#18 Shielded Cable-Install $ Ago $ 1 q rl tx)D I8 2,255 LF Cable-#4 XHHW Stranded Wire Black-Install $ t,00 $ Q 2 55,00 19 2,255 LF Cable-#4 XHHW Stranded Wire White-Install $ oo $ o'Z�5 Oa 20 2 EA Signal-Concrete Foundation Type 1 ---Install $ LX-3$ ow.m 21 4 EA Si nal-Concrete Foundation Type 4--Install $ D.Do $ aC0•�l� 22 2 1 EA Signal-Concrete Foundation Type 5-Install $ 0MOD $ 44 ODD,D� 23 2 EA Signal-Base for 10'or 14'Pedestal Pole Assembly $ 00.E $ aCD,oc 24 2 EA Si nal-Cabinet Concrete Foundation-Install $ 1 5CD.DO $ 2 om-L'- 25 1 EA Signal-Pedestal Service Install $ l9pb'm $ QDD.L"c- 26 6 EA Signal-Mast Ann Stabilizer-Install $ ,DQ $ 3m.DC 27 2 EA Signal-Traffic Signal Miscellaneous(Testing,etc.)-Install $ Cj(pp.00 $ �j� V D.t7C, 28 1,394 SF Walk-ADA Wheelchair Ram -Install $ 10.00 $ 1 C1'{n,o0 29 56 SF Walk-Install $ 10,DO wo.m 30 2 EA Signal-10 Ft Pedestal Pole-Install item provided by the City$ CO,DIS $ 1 moo R 31 .1 EA Si nal-44 Ft Mast Ann-Install item provided by the City $ 6w.m $ 5m.1)0 32 3 EA Si nal-48 Ft Mast Ann-Install item provided by the City $ rxo.Vfl $ Q 5m. DC R 33 2 EA Si nal-52 Ft Mast Ann-Install item provided by the City $ 00D,0D $ COD.OC) Signal-Type 43 Signal Pole-Install item provided by the 34 4 EA City $ q 0D.OD $ ' �DCI�•DC Signal-Type 45 Signal Pole-Install item provided by the 35 2 EA City $ 4 w.co $ SCO.00 Signal-170E Controller/Cabinet Grnd-Mnt-Install item 36 2 EA provided by the City Is DOD.DO $ COD.C C) Proposal B.-2 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY COST COST Signal-Opticom Cable and Detectors—Install item provided 37 2 LS by the City $ 15(),co $ OD. 38 2 EA Si nal-VIVDS—Install item provided by the City $ 31?.00 $ * Sign-Large-Overhead Mount—Install item provided by the 39 6 EA City $ .. Sign-Medium-Ground Mount—Install item provided by the 40 6 EA City $ �� Is Sign-Medium-Overhead Mount—Install item provided by i� ,,yy�� 41 8 EA the City $ ��� $ I U IDC) 42 8 EA Sign-Street Dead End Barricade $ -3OD oc-> $ Ltw.00 TOTAL Proposal B-3 CONTRACTOR WILL BE SELECTED ON BASIS OF TOTAL BID This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act, The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Forty-Five (45) Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction'as established by the City of Fort Worth,Texas. Within ten(10)calendar days of receipt of notice of acceptance of this bid,the undersigned will execute the fonnal contract and will deliver an approved Surety Bond and other bonds required by the Contract Documents for the faithful performance of this Contract. The attached bid security in the amount of 5% in the sun of Dollars ($ ) is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Bidder agrees to begin construction within 10 working days after issue of the work order, and to complete the contract within Forty-Five(45)Working Days after beginning construction as set forth in the written work order to be furnished by the Owner. (Ilwe), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) 13 Addendum No. 3 (Initials) Addendum No.2(Initials) Addendum No.4(Initials) Respec y Submitted: By G Title: J R Contractor:- )M C.I,Q,I` e5,I c Address:-P,0 1/ L r l"(.) .. Telephone: �� I ✓� f (SEAL) Date a Proposal B-4 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State),our principal place of business,are not required ..� to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. 0. BIDDER: 1� a/'�(_c�G, 4W51: ' By: (Pleas rir ' UN v� " Signature: Title: �c�)I (J C city State Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION MR MW CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE ONLY Government Code by a person doing business with the governmental entity. Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local government,!entity. Lioc Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a),Local Government Code,is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. r 1 ` 4 Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Amended 01/13/2006 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 5 Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the answer to A,B,or C is YES.) T This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? a Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? a Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? l F--] Yes No ro D. Describe each affiliation or business relationship. r 6 Describe any other affiliation or business relationship that might cause a conflict of interest. 1 7 ignature of person doing business with the governmental entity Date Amended 0 111 3/2 0 06 FORT WORTH City of Fort Worth Minority and Women Busir,ess Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If,tho tote!"dollar value of the contract is$25,000"or"more,the M/WBE"goal is,applicable. " If the'totaI'dollarvalue of the contract is lessafian$25,000, he M%1NBE.goa1 is riot"applicable. .. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MM/BE PROJECT GOALS The City's M/WBE goal on this project is_45--%of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation, or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department. within the following times allocated, in order for the entire bid to be considered resporsive to the s e cif ica:ion5 Thy Of;eror 5ha1; delirrer he U VVBE documentation in petsorl to the appropriate employee of thr, managiTig department end i Ebtain a daleitirne receipt. Such !er.eipt shall be e'jideruce Lhat.he Csty received the da:uri7entatiort in the time allocated. A faxed copy xFEll riot be accepted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor ;eceived by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid .. erform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO"COMPLY WITH THE CITY'S MIWBE ORDINANCE;WILL RESULT IN THE BID"BEING CONSIDERED.` s NON;RESPONSIVE.TO-SPECIF,.ICATIONS. . . Any questions, please contact the MIWBE Office at(817)392-6104. .. Rev. 1111105, iti i ATTACHMENT IA Page 1 of 4 FORT WORTH --.� City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MM//DBE NON-MM{/DBE S��i"1ct.1 �.ns�,►tG.�-iot'�`� �4 'SeC�i�1 BID DATE - 4- 511 I,'J/ TTa(K �," 15�� 1�1��C� (Q r1-R8'0 -1 City's M/WBE Project Goal: Prime's MMBE Project Utilization: PROJECT NUMBER ) . o-QD I-ao .A—1 \ CVVAX-1$a) % % W —15—aCv1— aa7a-.)- Identify all subcontractors/suppliers you will use on this project Failure fa cornp(ete this form, to ;Its entirety with requested documentation, ;and received by the Managing Qepartment on or before 5 00 p m five (5} Clty`f�uslness days aftar bid opening, exclusive o bid openmg date, will result In the bid b"eing considered non responsive to bid speclfcatlans The undersi reed Offero a ress to enter into a formal a ree"merit with the MIVIIBE firms listed i this g , r g g � � p utilization schedule, candlttoned upon execution of a Contract with the City of Fort Worth Tl�e In#ertlonal: and/or knowing misrepresentation of facts Is'grounds;for consideration of disqualification arid will;result•in the bid belpg cons„tiered npn sponsve to,bid speclficatons MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. +� Identify, each;Tier fevef ; Tier`1s the eve.. of subcontracting;below thef prime contractor, re , a direct" paymerttfrom the prime contractor to-asubcointractor Is conaidared 1st tier, a payment by a subcontractor to ,Its:supplier is eonsldered 2"d tier,, " , , ; ALL MfWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business `~ Enterprise(DBE) is synonymous with MinorityMomen Business Enterprise (M/WBE). if:haulm services;are utilized, the rime ;will be Ives credit as long as the M/V116E Ilstetl owns and 9 P 9 operates a#least one Rally licensed and operational truck to be used on the•contract The:NIJWBE may`lease trraclCs from another M/UVBE firm; including M/WBE owner operators, and receive full MNVBE credit The MNVBE may lease trucksfro►Tl rlon M/1NBEs, including owner=operators, but• will only receive credit fqr the fe,"es and:corrimissiQns:aarrec(b';#he,M%tiNBEas"outl'i"ried,ln the lease,a"regiment Rev.5/30/03 i ATTACHMENT IA ur FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractorsisuppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list MANBE firms first,use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M I Subcontracting Work Supplies Purchased Dollar Amount T D .W Telephone/Fax r B B R O E E C T E : A . 6k1C aW44 j y)COf'l VILM5W sly,i Lon ww a61 l AS4 {nab `r311- v1 11 lc LRev.5/30/03 i ATTACHMENT IA ..,, FOR T WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e.,Minority,Worien and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification (check one) SUBCONTRACTORISUPPLIER T r' Company Name i N T Detail Detail Address e M w C X D Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax T D ,y r E E R O E C T E' A s w a Rev.5/30/03 i ATTACHMENT IA FORT WORTH Page 4 of 4 — Total Dollar Amount of M/WBE Subcontractors/Suppliers $ ;5-;3 Labv3 , DO Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ " �l The Contractor will not make additions, deletions, or substitutions to this cefifled list without he prior approval of the Minority "and Women." Business Enterprise Office Manager or designee i`hrough the suprnitfal of a Request for Approval'of Chan�e/Additfon Any unjustified change or"deletion shalt be a material breach of contract and may:result in debarment In accord"with,the procedures outlined in the ordinance The contractor shall ubmit a detailed,explanatton"of hove the;"requested change/addition or deletion will affect the committed .......MNVBE goal If the defail explanation is,not submitted,,:it.wilI affect the final compliance-;determination By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any — intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. Aldhorl Sig ture Printed Signature Tks 1&�)i Title Contact NameMtle(if different) qV- A-b�P I Lq7,2-bl Company Name Telephone andtor Fax I'1'1a Cal . Cam'► ress E-matt Address U III lC. �51 C�- O ity/StateOp bafe i Rev.5/30/03 40 it r PART C GENERAL CONDITIONS See city of Fort Worth Standard Specifications For Street and Storm Drain Construction. PART D SPECIAL PROVISIONS r -%W SPECIAL PROVISIONS kP SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: SH 170/PARK VISTA BLVD. PROJECT No.TPW-TS-2007-00022 TABLE OF CONTENTS _ 1. Scope of Work 2. Easements 3. Contract Award .. 4. Project Completion 5. Increase or Decrease in Quantities 6. Termination 7. Reference Specifications 8. Bid Submittal 9. Warranty .. 10. Construction Staking 11. Permits 12. Traffic Control 13. Payment 14. Delays 15. Detours and Barricades 16. Parkways 17. Disposal of Spoil/Fill 18. Zoning Compliance 19. Clearing and Grubbing 20. Final Cleanup 21. Quality Control Testing 22. Property Access 23. Construction Schedule 24. Safety Restrictions-Work Near High Voltage Lines 25. Water Department Pre-Qualification Requirements 26. Right To Audit _ M, 27. Trench Safety 28. Subsidiary Work kr 29. Substitutions .. 30. Temporary Soil Erosion, Sediment and Water Pollution Control - 31. City Furnished Items 32. Existing Utilities 33. Construction •r_ 34. Pay Items 1 w aw .. SPECIAL PROVISIONS 1. SCOPE OF WORK: The work covered by these plans and specifications consists of installation of „o new traffic signals and all other miscellaneous items of construction to be performed to satisfactorily complete the work. UW 2. EASEMENTS: Location of all utilities and right-of-way easements are estimated. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 3. CONTRACT AWARD: (a) Contract may not necessarily be awarded to the lowest bidder. The Traffic Services Manager or designee shall evaluate and recommend to the City Council the best bid, which is considered to be in the best interest of the City. The contract will be awarded to the lowest responsive and responsible bidder. (b) The number of working days shall be 45 .e 4. PROJECT COMPLETION: The Contractor agrees to complete the Contract within the allotted number of working days. If the Contractor fails to complete the work within the number of working days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6 of a, the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. aw 5. INCREASE OR DECREASE IN QUANTITIES: It is the Contractor's sole responsibility to verify all pay item quantities prior to submitting a bid. When the quantity of work to be done or materials to be furnished under any major pay item of the Contract is more than 125% of the quantity stated in the Contract, whether stated by Owner or by Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 125% of the quantity stated in the Contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is less than 75% of the quantity stated in the Contract, whether stated by Owner or by + Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the Contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this Contract. A major pay item is defined as any individual bid item included in the Proposal that has a total cost equal to or greater than 5 percent of the original Contract. + A minor pay item is defined as any individual bid item included in the Proposal that has a total cost less than 5 percent of the original Contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15% as described herein below, agreed upon in writing by the Contractor and Department of Transportation and Public Works aw and approved by the City Council after said work is completed, subject to all'other conditions of the Contract. As used herein, field cost of the work will include the cost of all workmen, foremen,time .r 2 A _ keepers, mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable portion of premiums on performance and payment bonds, public liability, Workers Compensation and all other insurance required by law or by ordinance. The Director of the Transportation and Public Works Department will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15% of the actual field cost to be paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense and all other elements of cost and expense not embraced with the actual field cost as herein specified upon request, the Contractor shall provide the Director of Transportation and Public Works access to all accounts, bills and vouchers relating thereto. .. 6. TERMINATION: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. REFERENCE SPECIFICATIONS: This Contract and project are governed by the following published specifications(latest edition), except as modified by these Special Provisions: ow STANDARD SPECIFICATIONS FOR STREETAND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH No A copy of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The applicable specifications are indicated on the plans and in the Contract Documents. General Provisions shall be those of the City of Fort Worth document rather than Division 1 of the North Central Texas document. �+► STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES. TEXAS DEPARTMENT OF TRANSPORTATION .. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS +, 8. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the Contract Documents at any time. Failure to bid or fully execute Contract without retaining Contract Documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding Contract as appropriate and as determined by the Director of the Transportation and i Public Works Department. 9. WARRANTY: The Contractor shall be responsible for defects in this project due to Contractor's faulty materials and workmanship, or both, for a period of two (2)year from date of final acceptance of this project by the City Council of the City of Fort Worth. The Contractor will be required to replace at his expense any part or all of the project which becomes defective due to these causes. r 10. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City (if required) as outlined on page 17, Standard Specifications for Street and Storm Drain �+ Construction,City of Fort Worth. 3 MW 11. PERMITS: The Contractor shall be required to take out a Street Use Permit with the Street Management Section of Traffic Engineering Division, located at 311 W. 10`n Street. The Contractor shall provide a tentative work schedule and a copy of the Traffic Control Plan sheets. w 12. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the most current version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways"(TMUTCD) issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways,"codified as Article 6701d Vernon's Civil Statues,pertinent sections being Section Nos.27,29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Traffic Services Division (phone number 817 392-8100), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the .r removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Traffic Services Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Contractor is responsible for means, methods,and safety during construction. Work requiring street barricading will only be allowed during daylight hours (9:00 A.M. — .. 4:00 P.M.)in the Central Business District(CBD),arterial streets,and near schools. Contractor shall instruct employees not to park vehicles in such a manner as to obstruct the vision of the traveling public. The participation of City of Fort Worth personnel in the barricade inspections does not relieve the Contractor of responsibility for the safety of the traveling public. Traffic control will not be paid for directly, but shall be considered subsidiary to the various bid items of the contract. MW 13. PAYMENT: The Contractor will receive full payment from the City for all work. .. 14. DELAYS: The Contractor shall receive no compensation for delays or h.ndrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra ,+ compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is „W caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall MW release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the Contract. 4 VM No 15. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall be responsible for installing all construction signs, signals, and markings necessary to provide adequate traffic controls for purposes we of construction. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. The furnishing, placing, and maintaining of barriers and warning and/or detour signs by the Contractor will not be paid for directly, but shall be considered subsidiary to the various bid items of the contract. .. Construction signing and barricades shall conform with the most current version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways"(TMUTCD). The Contractor shall be responsible for providing the name and telephone number of the Barricade/Traffic Control Company he is using, and a 24-hour emergency number of the Contractor's responsible representative for maintenance of the traffic control plan. The Contractor shall provide a letter certifying all traffic control devices conform to the most current version of the TMUTCD. The Contractor shall be responsible for providing a general Traffic Control Plan (TCP) at the Pre- Construction Conference and provide specific location Traffic Control Plans on request. The Contractor shall be required to comply with all street closure restrictions, make advanced arrangements with schools and businesses,and provide proof of an acceptable plan to the City. 16. PARKWAYS: During the construction of this project, it is required that all parkways be excavated and shaped as required at the same time the roadway is excavated. Excess excavation will be `W disposed of at locations approved by the Engineer. Any parkway shaping is subsidiary to the unit prices bid for signal construction. + 17. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the .. Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 11998). All disposal sites must be MW approved by the Administrator to ensure the filing is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal .. sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without r. a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 18. ZONING COMPLIANCE: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 5 rr 19. CLEARING AND GRUBBING: All objectionable matter required to be removed within the right- of-way and not particularly described under these specifications shall be covered by Item No. 102, "Clearing and Grubbing"and shall be subsidiary to the other items of the Contract. 20. FINAL CLEANUP: Final cleanup work shall be done for this project as soon as the construction has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 21. QUALITY CONTROL TESTING: The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the .• project and will bear any expense related thereto. (a) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days ,. prior to the placing of concrete using the same aggregate, cement and mortar that are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (b) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as a determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the Contract. (c) The Contractor shall provide not less than 48 hours notice to the City for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (d) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to .. the job site. The ticket shall specify the name of the pit supplying the fill material. 22. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless .. otherwise directed by the Engineer. 23. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 24. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this Contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that ' are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: 6 "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. 'r (c) When necessary to work within ten feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 25. WATER DEPARTMENT PRE-QUALIFICATION REOUIREMENTS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures and specifications described in the current Fort Worth Water Department General Specifications. 26. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (a) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (b) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies as follows: low 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus$0.15 for each page thereafter wr aw 7 (c) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." 27. TRENCH SAFETY: The Contractor must comply with the following basic requirements in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. .. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of .. this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules,regulations and ordinances. The Contractor shall provide all methods used for trench excavation safety protection including furnishing, designing, providing all materials, tools, labor, equipment and incidentals necessary, including removal of the system. 28. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration and cleanup are general items of work, which fall in the category of subsidiary work. aw 29. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until ~` the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it "' will be approved, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured ty the Contractor. +� Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "Substitutions"shall be applicable to all sections of these specifications. 30. TEMPORARY SOH. EROSION, SEDE%IENT AND WATER POLLUTION CONTROL: The Contractor shall provide all temporary soil erosion, sediment and water pollution control measures for the duration of the Contract in compliance with Federal (EPA), State of Texas, and City of Fort Worth regulations. The temporary measures shall include silt fences, temporary construction 8 entrances, dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains, and other r devices. Such prevention measures shall be in accordance with the North Central Texas Council of Governments Storm Water Quality Best Management Practices for Construction Activities. All work, materials, and equipment necessary to provide temporary erosion control shall be considered subsidiary to the Contract and no extra pay will be given for this work. 31. CITY FURNISHED ITEMS: The City shall furnish the following items for the project: poles, mast arms, cabinets, and controllers as shown on the plans. The Contractor shall contact Ken Brock the Traffic Signals Construction Inspector at(817)392-8775 for these items at least 2 days in advance of the Contractor's proposed installation date. The Contractor shall pick up these items at the City's warehouse located at 5001 James Ave. or 2500 Brennan Street, transport, and install them at the project location. The Contractor will install the cabinet and terminate the field wiring. The City will install and turn on the controller. i The Contractor shall furnish all other labor, equipment, and materials for construction of the project except as outlined in plans. All inspection shall be by the City of Fort Worth. .r 32. EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of,to verify locations, elevations, and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the Contractor's expense. Public utilities shall be notified r when proposed facilities conflict with existing utilities. Contractor shall contact the following utility companies 48 hours prior to doing work at any location: Atoms Energy Gas 1-888-286-6700 AT&T 1-800-286-8313 .r TXU Electric 1-888-313-4747 City of Fort Worth Water Department (817) 871-8275 City of Fort Worth Transportation and Public Works Department (817)392-7738 Fiberoptic companies per stakings. If any City of Fort Worth water utility is in the vicinity of a proposed pole foundation (within 3.0 feet), then the Contractor will hand dig to uncover the water line and verify that the proposed pole foundation location is satisfactory. The Contractor shall be liable for all damages done to utilities as a result of his/her operations. 33. CONSTRUCTION: + NON-PAY ITEM No. 1 -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and .• Grubbing." However, no direct payment will be made for this item and.it shall be considered incidental to this Contract. hh 9 NON-PAY ITEM No.2- SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no,direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 3 -PROTECTION OF FENCES TREES PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including fences, lawns,yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance,the Contractor must obtain a permit from the City Forester before any work(trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street right-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by " calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be .. immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No.4-CONCRETE COLORED SURFACE: All concrete sidewalk ramp surface shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non- Pay Item. No direct payment will be made for this item and it shall be considered incidental to this Contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. NON-PAY ITEM No. 5--EXISTING UTILITIES: The location and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of the construction process to provide adequate clearances. The Contractor shall take all necessary precautions to protect all services encountered. No payment will be made for utility adjustments. Should the Contractor damage service lines due to •�• his negligence,the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. 34. PAY ITEMS: 10 �. PART 1: NEW SIGNAL INSTALLATIONS: These bid items consist of Signal Installations at the Intersections of Crowley Rd. (FM 731)/Crowley-Cleburne Rd. N; Riverside Dr.Nickery Blvd. in accordance with the plans and specifications. Measurement and payment shall be on the basis of the .. unit prices bid and shall be total compensation for furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete the work. Traffic signal installation shall be performed with new materials; some of the major materials shall be furnished by the City of Fort Worth. The Contractor shall receive this equipment at the City's warehouse located at 5001 James Ave, or 2500 Brennan Street and transport and install it at the project site. Any salvaged or unused equipment shall be delivered to the City's warehouse. r a PART E SPECIFICATIONS The City of Fort Worth's "Standard Specifications for Street and Storm Drain Construction" will govern this project, except as modified by the Contract Documents and the plans. A copy of these Standard Specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2"d Floor, Municipal Building,Fort Worth,TX 76102. "Texas Department qf Transportation Standard Specifications for Construction of Highways, Sit-eels and Bridges latest edition,are also referenced by the plans and Contract Documents for signal installations. "Standard Speci(cations for Public Works Construction", latest edition, as published by the North Central Texas Council of Governments (NCTCOG) shall cover any remaining items not included by the Fort Worth or TxDOT ` Standard Specifications or modified specifically by the plans or Contract Documents. TRAFFIC SIGNAL SPECIFICATION TABLE OF CONTENTS SECTION DESCRIPTION PAGE NUMBER NUMBER 1.0 GENERAL SPECIFICATIONS FOR 3 CONSTRUCTION OF TRAFFIC SIGNALS Y 2.0 MATERIALS 5 2.1 General Notes 5 2.2 Traffic Signal Heads 6 2.3 LED Traffic Signal Lamp Units 7 2.4 Traffic Signal Head Louvers 8 2.5 Traffic Signal Head Mounting Hardware 8 2.6 International Pedestrian Signal Housing 10 2.7 LED Pedestrian Signal Lamp Unit 10 2.8 Pedestrian Signal Head Mounting Hardware 11 2.9 Pedestrian Pushbutton Assemblies 12 2.10 Push Button Station for Pedestrian Signal 13 2.11 Sign for pushbutton station for Pedestrian Signal 14 2.12 Luminaries 14 2.13 Conduits and Related Hardware 14 4 2.14 Microwave Overhead/Side Mounted Vehicle Detectors 14 2.15 Detector Cable 17 2.16 Multi-Conductor Cable 18 aw 2.17 Power Lead-In Cable 18 2.18 Ground Boxes 18 2.19 Traffic Signal Structures 19 2.20 Foundations 20 2.21 Hardware Paint(Non Streetscape Structures) 20 2.22 Grounding Conductor and Grounding Rod 20 3.0 INSTALLATION OF TRAFFIC SIGNAL 20 COMPONENTS 3.1 Installation of Electrical Service 20 3.2 Installation of Conduit 21 3.3 Installation of Cable 23 3.4 Grounding 27 3.5 Vehicle Detector Loop Installation 27 3.6 Concrete Foundations for Signal Structures 28 } 3.7 Installation of Traffic Signal Structures 29 3.8 Installation of Signal Heads, Pedestrian Heads and Push 31 Buttons 3.9 Controller Cabinet Preparation 31 ow Traffic Signal Specifications-Part E May 2007 City of Fort Worth Page 1 TRAFFIC SIGNAL SPECIFICATION TABLE OF CONTENTS SECTION DESCRIPTION PAGE NUMBER NUMBER 3.10 Installation of Microwave Detector Units 31 3.11 Installation of Emergency Vehicle Detector Units 31 4.0 INSTALLATION AND RELOCATION OF TRAFFIC 32 SIGNS AND DAMPERS 5.0 PRESERVATION OF LANDSCAPING, SPRINKLER 32 SYSTEMS,AND PRIVATE PROPERTY 6.0 REMOVAL OF MISCELLANEOUS ITEMS 32 _ 6.1 Removal of Salvaging of Traffic Signal Equipment 32 6.2 Removal and Replacement of Curbs and Walks 33 6.3 Removal of Foundations 33 6.4 Removal of Ground Boxes 33 6.5 Removal of Signs 33 7.0 SAMPLING AND TESTING 33 7.1 General Notes 33 7.2 Concrete 34 7.3 Vehicle Detector Loops 34 7.4 Signal Cables 34 7.5 Controller Cabinets 35 8.0 WARRANTIESIGUARANTEES 35 k 9.0 TRAFFIC SIGNAL MAINTENANCE DURING 35 CONSTRUCTION 10.0 BARRICADES 36 11.0 PAYMENT FOR FURNISHING AND INSTALLING 37 „ CONTRACT ITEMS 12.0 EXPERIENCE AND QUALIFICATIONS 37 Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 2 TRAFFIC SIGNAL SPECIFICATIONS 1.0 GENERAL SPECIFICATIONS FOR CONSTRUCTION OF TRAFFIC SIGNALS 1.1 This specification, the General Conditions and the Special Provisions for construction in the City of Fort Worth (the City), where applicable, shall govern the materials and installation of traffic control signals, including illumination, at the intersections. In the event of a conflict, the plan set and detail sheets shall control. 1.2 This project shall consist of installing materials and equipment necessary to complete the traffic signal at locations as set out in the construction plan set. The Contractor shall furnish all required materials and equipment not provided by the City, and shall install signal systems in the sequence specified by the Traffic Services Manager or designee. The City will issue the anticipated sequence of work locations at the time the Notice to Proceed is issued. 1.3 All installation work shall be in accordance with the applicable sections of the National Electrical Code (NEC), local ordinances and regulations, these specifications, the standard detail sheets accompanying the plans, and those applicable sections of the City's Standard Specifications for Street and Storm Drain Construction. In the event that these specifications should be less restrictive than the NEC, the NEC shall prevail. Any deviation from these specifications or standard detail sheets shall be considered unacceptable unless authorized in writing by the Traffic Services Manager or designee. All workmanship shall be of the highest quality. Finished work shall be neat and uncluttered aw in appearance. The City will have the authority to bar from this project any Contractor's employee whose work is judged substandard and unacceptable by the project City Inspector with approval of the Traffic Services Manager or designee. The Contractor shall schedule his work so as to cause the minimum interference with traffic and the operation of the existing signal system. Existing signals may be turned off or placed on flash for modification and/or equipment installation only with the approval of the Traffic Services Manager or designee with a minimum of 4R hour notice_ The Contractor's responsibility in regard to Traffic Signal installation work shall consist of - the following items: (A) Furnishing and installing signal equipment including: signal structures, conduits, ground boxes, signal head assemblies, detector units, AC service, conductors, concrete, reinforcing steel, forms for structure foundations, grouting materials, painting materials, detector loop saw cut and sealing materials, signs, miscellaneous nuts, bolts, and washers, and all other miscellaneous equipment as required to complete the project, including all necessary barricades or devices required to maintain proper traffic control in accordance with the latest version of the Texas Manual on Uniform Traffic Control Devices(TMUTCD). - (B) Installing and connecting equipment supplied by the City, including but not limited to Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 3 controller-cabinet assemblies, signal poles, mast arms, emergency pre-emption devices and video detection systems. (C) Maintaining existing traffic signal operations including providing all materials and labor. (D) Removing and salvaging existing traffic signal or street light equipment as designated in the plans. (E) It shall be the responsibility of the contractor to perform the following at no additional compensation: 1. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc.,and repair any damages. 2. Provide access to all driveways during construction. 3. Protect all underground and overhead utilities, including sprinkler systems, and repair any damages 1.4 The Contractor's responsibility for correcting any substandard workmanship and/or materials shall extend for a period of twenty four (24) months from the date the signal is accepted by the City. This workmanship and materials shall include, but not be limited to, signal pole construction, signal head assembly, vehicle detector systems, ground box and conduit installation, signal head and cable installation. 1.5 The Contractor shall coordinate with the Inspector to have a qualified technician on the project site when the traffic signal is placed into operation. During the thirty(30)day test period,the City shall be the first respond to any trouble calls. If the City Troubleshooter determines that the repairs are the result of poor workmanship, the Contractor shall complete the repairs. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. The Contractor's response time to reported calls shall be within a reasonable travel time, but not more than two (2) hours maximum. Appropriate repairs shall be made within 24 hours. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others,the Contractor shall notify the Inspector. .r NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILLING THE REQUIREMENTS STATED ABOVE. 1.6 The City of Fort Worth,Traffic Services Division will furnish the traffic signal controller and cabinet. The Contractor shall connect all field wiring to the controller-cabinet assembly. The City will assist in determining how the detector loop lead-in cables are to be connected in the cabinet. The City will program the controller, the conflict monitor, detector units, and other equipment in the controller cabinet and turn on the traffic signals. The contractor shall obtain - the signal cabinet from the City of Fort Worth, Traffic Services Division, 5001 James Avenue. The Contractor shall notify the Inspector at least 3-working days prior to picking up the controller-cabinet assembly. Traffic Signal Specifications-Part E May 2007 City of Fort Worth Page 4 1.7 The locations of traffic signal foundations, bases, conduit,detectors, etc., shown on the plans are approximate. The Contractor shall give the Inspector 48 hours notice of his intention to establish the final location of any foundations, bases, conduit, detectors, etc., and have the locations approved on the ground by the Project Engineer or an authorized representative. 1.8 The location and depth of all utilities shown on the plans are approximate and there may be other unknown utilities existing not shown on the plans that should be field verified and protected by the contractor prior to the start of construction. The contractor shall contact DIG TESS and all appropriate utility companies as needed 48 hours prior to doing any work in the area including the following City of Fort Worth offices: a. City Utility Mains (Water, Sewer) 817-871-8275 b. City Traffic Signals, Street Lights and Storm Drains 817-392-8100 1.9 Whenever the work provided for and contemplated under the contract has been found by the Inspector to be completed to his/her satisfaction on any individual signalized intersection, or interconnected system of signalized intersections, as shown in the plans, final cleaning up of said signalized intersection has been performed and the traffic signal equipment supplied by the contractor has operated continuously for a minimum of thirty (30) days in a satisfactory manner, the Contractor will be released from further maintenance on that particular intersection. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the contract. 2.0 MATERIALS 2.1 General Notes 2.1.1 It is the Contractor's responsibility to furnish all materials necessary to complete each traffic signal installation, whether the item is specifically mentioned or not. All unspecified materials (i.e., electrical tape, bolts, and nuts, etc.)shall meet the requirements of the National Electrical Code. All materials supplied by the Contractor shall be new un-depreciated stock. - 2.1.2 Certain sections of these specifications list examples of acceptable brands and model numbers of the items described. Items of equal durability, performance, and design may be .. substituted upon City acceptance. Bidders may be required to submit to the Traffic Services Division information on materials they desire to furnish and install. A two year warranty shall be required on all other equipment furnished. A list of cities, towns, etc., where the equipment being bid has been in field service for at least two (2)years may be required by the City of Fort Worth for reference. The list shall contain names and phone numbers of persons who can be contacted for such reference. If the guidelines listed above are not met, the bid and the equipment shall not be accepted. 2.1.3 If more than one unit of a given bid item is required, then the Contractor shall ensure that all units are the product of one manufacturer, unless otherwise directed by the Traffic Services Manager or designee. 2.1.4 All materials furnished by the Contractor shall become the property of the City of Fort Worth, effective upon successful completion of a 30 day test period. Except for materials supplied by the City, the Contractor shall have full responsibility for materials until the date of Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 5 acceptance with respect to damage, theft, or loss. 2.1.5 Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. 2.2 Traffic Signal Heads Each traffic signal head supplied shall meet the following requirements: 2.2.1 The housing and doors of the signal head shall be made of die cast aluminum alloy in accordance with A.S.T.M. Specification B85-57T. Sandcast aluminum alloy shall be used for other parts of the signal head if in accordance with A.S.T.M. Specification B26-57T. The visors shall be fabricated from aluminum sheet conforming to the A.S.T.M. Specification B-209-57T. All miscellaneous parts such as hinge pins, lens clips, locking } devices, etc. shall be made of a non-corrosive material. 2.2.2 The housing of the signal heads shall be constructed of interchangeable sections. All exterior mating surfaces shall be flat to assure waterproof and dust-proof assembly of sections. The top and bottom of the sections will have an opening approximately two (2) inches in diameter to permit the entrance of one and a half(1-%z) inch pipe nipples. Each T section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire mounting brackets. 2.2.3 The housing door shall be equipped with a watertight and dust-tight molded neoprene gasket. The door of each signal section shall be attached to the housing in a watertight and dust-proof manner. Non-corrosive hinge pins and two (2) wing screws will be furnished on each door for opening and closing without the use of special tools. These hinges and screws shall be of such design as to allow even gasket pressure. 2.2.4 Each signal head section shall be furnished with a detachable tunnel type visor unless otherwise specified. Visors shall be a minimum of ten (10) inches in length (depth) for twelve (12) inch signals, or a minimum of seven (7) inches in length (depth) for eight (8) inch signal heads. Visors shall be attached to the door assemblies in a manner that facilitates field removal and installation. Visors shall be fabricated from aluminum and shall not form a complete circle and shall have the bottom open. 2.2.5 Traffic signal housing shall be furnished with LED inserts that comply with section 2.3 of these specifications and shall be in the standard red, amber and green configuration as specified by the most current version of the "Texas Manual on Uniform Traffic Control - Devices" (TMUTCD). 2.2.6 A screw down type terminal block shall be provided with each signal head for facilitating field wiring. The pigtail leads from the lamp receptacles shall be connected to a common terminal block within the head assembly. Each terminal block will be at least a six (6) position,twelve(12)terminal strip securely fastened at both ends to the signal housing. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 6 2.2.7. All traffic signal heads shall conform to the requirements of the most current version of the Texas Manual On Uniform Contral Devices in color and arrangement. The housing and outside surface of the visors shall be "Federal Yellow" in color. The inside surface of visors shall be a "Dull" or "Flat-black" color. The outside surface shall have a minimum of two (2) coats of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3,per FAA Specification L-802-B and ASTM D 1535. 2.3 LED Traffic Signal Lamp Unit 2.3.1 This specification describes the minimum acceptable design and performance requirements for a 12 in. (300mm) or 8 in (200 mm) LED (light emitting diode) traffic signal lamp unit. The equipment furnished shall conform to these Specifications. Further, the equipment shall conform to the applicable requirements of: the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); and other applicable standards and specifications. (A) The LED traffic signal lamp unit shall comply at a minimum with the Institute of Transportation Engineers (ITE) specification for Vehicle Traffic Control Signal Head — Light Emitting Diode (LED) Circular Signal Supplement (VTrSH); adopted June 2005, for circular indications and Vehicle Traffic Cnntrol Signal T4eqd Part 3- T.ight Emitting Diode I RD) Arrow Traffic. Signal Modules for arrow indications. (B) The LED shall have an "incandescent" look, using the minimum number of LED's that comply with the ITE specification. (C) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation(top or bottom). (D) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. 2.3.3 Documentation Requirements (A) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. ow Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 7 - (B) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these specifications in accordance with ITE VTSCH Part 2. 2.4 Signal Head Louvers 2.4.1 Louvers shall be provided for those signal sections indicated in the plans. All louvers shall be of such design as to provide visibility of the lens for the intended lane of traffic as indicated by the plans and block visibility to all other lanes. 2.4.2 The internal arrangement of each louver shall consist of 5 vanes or 7 baffles with 7 degree - cut-off right of center, or unless specifically call for in the plan set. All louvers or baffles shall have a flat black finish. Each louver or baffle shall be of suitable weight and size to fit inside the full circle visor furnished for the intended signal section. 2.4.3 Louvers shall be secured by rivets to the visor. Baffles shall be secured by sponge O-rings. 2.5 Traffic Signal Head Mounting Hardware 2.5.1 Mast Arm Mount Signal Bracket, 1-Way Cable Mount The product bid shall be equal to or better than the mast arm mount signal bracket, 1-way cable mount, for 3 to 5 section head with 84" cable and 74" long gusseted tube manufactured by Pelco,part no. AB-0125. General Specifications are below. 2.5.2 Mast Arm Mount Signal Bracket, 1-Way Cable Mount,Clamp Assembly The product bid shall be equal to or better than the mast arm clamp assembly with 84"cable manufactured by Pelco,part no. AB-3009. General Specifications are below. 2.5.3 Mast Arm Mount Signal Bracket, 2-Way Cable Mount The product bid shall be equal to or better than the mast arm mount signal bracket, cluster cable mount, for 5 section signal head with 84" cable manufactured by Pelco, part no. AB- 0138. General Specifications are below. 2.5.4 General Specifications for Traffic Signal Head Mounting Hardware (A) The bracket shall be completely adjustable such that it is capable of rotational adjustment about the bracket axis, vertical adjustment, rotational adjustment about the mast arm and rotational adjustment right& left from the vertical plane. (B) The bracket shall be provided with aircraft type stranded cable for fastening the bracket to the supporting arm or structure. The bracket shall be easily adjustable to fit all sizes of round, octagonal, elliptical or other shaped structure without special tools or equipment. (C) The bracket shall attach to the signal in a clamping manner holding the signal both top and bottom in order to assure maximum rigidity. For the one-way cable mount, a Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 8 standard bracket shall accommodate all major signal manufacturers' signals from a three (3) section 1-way 8" and 12" signal through a five (5) section 1-way 12" signal and any combination thereof including 3M and ICC configurations. For the two-way cable mount, a standard bracket shall accommodate all major signal manufacturers' signals from a three (3) section 2-way 8" signal through a three(3) section 2-way 12" signal and any combination thereof including 3M and ICC configurations. (D) All electrical wiring shall be completely concealed within the bracket. The vertical support shall be a gusseted "C" shaped extruded aluminum tube to accommodate the signal cable regardless of vertical positioning of the tube. (E) Upper & Lower Arms: Shall be cast from 319 aluminum or equivalent. The lower bracket arm shall be internally threaded to accommodate the threaded vertical support tube. The lower arm shall be furnished with ABS plastic covers,which will slide and snap into position without the use of fasteners or tools. All upper and lower arms shall have 72 tooth serrations cast into the arm to assure a positive lock with signal housing and shall be secured about their rotational axis with setscrews. Both upper and lower arms shall have a tri-bolt arrangement for attachment to the signal housing. Opening in the lower arms shall accommodate a minimum of 3, 12 conductor 14 gauge cables. (F)) Vertical Support Tube: Shall be a double gusseted tube extruded from 6063-T6 aluminum alloy or equivalent and have a cross section. Each tube shall be complete with a vinyl closure strip and be threaded on one end to accommodate the lower arm R assembly. (G) Mast Arm Clamp Assembly: Both male and female halves shall be cast from 713 aluminum alloy or equivalent. The male clamp half shall be secured within the female half, utilizing a spring steel retainer ring. Such assembly shall provide an unobstructed center of 2 3/8"minimum diameter, allowing for 360 degree rotation of the clamp assembly. There shall be no internal cross bracing assembly obstructing the center opening. (H) Aircraft Type Stranded Cable: Shall be fabricated in one piece with a minimum diameter of 3/16" either galvanized or stainless steel. The cable shall be complete with 7/16" stainless steel clamp screw permanently attached to each end. Each clamp screw shall be fitted with a stainless steel hex nut, SAE flatwasher and an aluminum- bearing washer. The clamp screw shall be flattened on two opposite sides for wrench accommodation. The stranded cable shall be of suffici mt length to fasten the clamp assembly to a minimum pole diameter of 8.6". (I) Hardware: Each bracket shall be complete with all necessary bolts, washers, gaskets, etc.to allow assembly of the signal to the bracket and the bracket to the mast arm. (J) Finish: All aluminum parts shall have an Alodine (or equivalent) finish. All steel parts shall have a federal yellow zinc di-chromate finish. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 9 2.6 International Pedestrian Signal Housing 2.6.1 These specifications cover the minimum requirements for a single-section pedestrian signal housing with international hand/walk symbol. The housing shall be fitted with an LED module that has an incandescent look and complies with Section 2.7 of these specifications. 2.6.2 The housing shall be a one-piece corrosion resistant aluminum alloy die-casting with integrally cast top, bottom and sides that are weather proof and dust-tight. It shall be right& left drilled for clamshell attachment and shall have top and bottom ports that are opened and capped and will accommodate standard 1'/2"pipe. 2.6.3 The approximate size of housing (including body, door, and ears) shall be 18.5"H x 18.75"W x 8"D. 2.6.4 The doorframe shall be a one-piece corrosion resistant aluminum die-casting. 2.6.5 The unit shall be powder coated federal yellow. r. 2.6.6 The unit shall have a black z-crate visor that fits inside the assembly door and is secured with screws to minimize movement. 2.6.7 It shall have a standard three-position terminal block, pre-wired to receptacles to permit easy field installation of a power supply. 2.6.8 All necessary hardware shall be provided with housing. Rivets shall be aluminum and bolts, lock washers, screws,eyebolt assembly and pins shall be stainless steel. 2.7 LED Pedestrian Signal Lamp Unit LED pedestrian indications must meet the following requirements: The equipment furnished shall conform to these Specifications. Further, equipment supplied shall conform to the applicable requirements of. the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); and other applicable standards and specifications. 2.7.1 General The single combination WALK (man) and DON'T WALK (hand) LED unit shall be designed to retrofit existing pedestrian signal housings without the use of any special tools. (A) Installation of a retrofit replacement LED traffic signal lamp unit into an existing signal housing shall only require removal of the existing lens, reflectors, and incandescent lamps, fitting of the new unit securely in the housing door, and connecting to existing electrical wiring or terminal block by means of simple connectors. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 10 (B) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). (C) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. 2.7.2. Physical and Mechanical Requirements (A)The LED traffic signal lamp unit shall fully conform to Institute of Transportation Engineers (ITE) Equipment and Materials Standards, Vehicle Traffic Control Signal Heads(VTCSH) adopted June 2005,part 2: LED vehicle Signal Modules. (B)The LED pedestrian signal lamp unit shall be the international hand/man symbol and shall have an"incandescent" look. 2.7.3 Documentation Requirements (A) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation guide. (2) Contact name, address, and telephone number for the representative manufacturer,or distributor for warranty repair. (B) A copy of a test report certified by an independent laboratory that the-LED traffic signal lamp model submitted meets all the requirements of these specifications in accordance with ITE VTSCH Part 2. 2.8 Pedestrian Signal Head Mounting Hardware Each pedestrian signal head mounting hardware must meet the following requirements: 2.8.1 The pedestrian signal head mounting hardware shall be the clamshell mount type v equivalent to or better than the clamshell #4805 manufactured by McCain. v 2.8.2 The subject mounting hardware shall be a two piece, cast aluminum alloy assembly. The two separate castings shall be joined in the final assembly by the use of stainless steel spring pins. Y 2.8.3 The pole half of the assembly shall be designed to adapt to a wide range of pole configurations (4 inch minimum diameter). 2.8.4 Unit construction shall allow band-it type mounting. Band-it type mounting shall be permitted by two recessed slots near the top and bottom of the pole half of the assembly. 2.8.5 The pedestrian assembly shall be capable of being mounted on the pole by lining up the mounting pins of the pole half with the mounting ears of the pedestrian assembly and Traffic Signal Specifications—Part E May 2007 f City of Fort Worth Page 11 lowering it into position. 2.8.6 Three sets of screw terminal pairs shall be located on a terminal block in the upper third of the head half of the clamshell assembly. 2.8.7 A closed cell neoprene sponge gasket shall be provided on the mating surfaces of the two halves of the assembly to compete the rain-tight construction. 2.9 Pedestrian Push Button Assemblies 2.9.1 The product bid shall be equivalent to or better than the Bulldog pushbutton BDLM2-Y with Bulldog Pole Mount BDPM-X manufactured by Polara and shall meet the following specifications. - 2.9.2 Button must be highly vandal resistant and pressure activated with essentially no moving parts. Button must be able to withstand an impact from a baseball bat or hammer. 2.9.3 Button housing must be cast aluminum powder coated federal yellow. 2.9.4 Button cap must be made of 316 stainless steel. 2.9.5 Switch must be solid state electronic Piezo switch rated for 100 million cycles with no moving plunger or moving electrical contacts. 2.9.6 Button must have LED to give indication of button being pushed. ' 2.9.7 Button must give a two toned beep indication of button being pushed (one tone for push, one tone for release). 2.9.8 Button must have built in surge protection. 2.9.9 Button must be able to hold the call for a minimum of 5 seconds. 2.9.10 Button must operate immediately after being completely immersed in water for 5 minutes. 2.9.11 Button must not be able to allow ice to form such that it would impede function of button or button cap. 2.9.12 All switch electronics must be sealed within the cast aluminum housing. 2.9.13 Button must have raised ridges to protect the button from side impacts. 2.9.14 The button shall come complete with a aluminum round housing to be mounted to the signal pole.The housing shall be cast aluminum powder coated federal yellow. 2.9.15 All necessary pole mounting hardware shall be supplied. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 12 R 2.10 Pushbutton Station for Pedestrian Signal 2.10.1 The product bid shall be equal to or better than the 5' X 7' adjustable ,-ast aluminum push button station, without cable guide, with 2" mushroom plunger manufactured by Pelco, part no. SE-2011-08. 2.10.2 The housing and cover shall be cast from aluminum alloy 319 or equivalent and be free of voids, pits, dents, molding sand and excessive foundry grinding marks. All design radii shall be smooth and intact. The exterior surface finish shall be smooth and cosmetically acceptable—free of molding fins,cracks and other exterior blemishes. 2.10.3 The Push Button Assembly shall consist of a Push Button Cover Assembly and body with an integral frame of sign. 2.10.4 The bottom of the Push Button Housing shall be tapped for and provided with a '/z"threaded conduit plug. 2.10.5 The back of the Push Button Housing shall be provided with a hole capable of being threaded for a''/2"threaded conduit plug and capped with a non-threaded %2"plastic plug. 2.10.6 The assembly shall be capable of being bolted or banded to a flat or curved surface and shall be constructed to allow moisture drainage. Mounting slots shall be concealed within the body. 2.10.7 When mounted to a curved surface the station shall be adjustable to securely fit poles from 3" through 14"diameter. 2.10.8 Body of the assembly shall be comprised of a sign mounting surface and an actuation cover surface. 2.10.9 Sign mounting surface shall be drilled tapped to accommodate either a 5" X 7 3/" four hole sign or 5"X 7"two hole sign. 2.10.10.Actuation cover shall be constructed so that it has a weather tight seal and does not collect moisture. 2.10.11. Cover shall be machined for an actuation switch (included),Above the switch there should be space to allow for an LED lens if required. + 2.10.12 All exterior hardware shall be stainless steel, tamper resistant and SAE compliant. Internal hardware shall be either zinc plated with yellow di-chromate or stainless steel. 2.10.13 The switch assembly shall be capable of operating in temperature ranges of approximately— 65°F through+1800 F and have a mechanical life of up to 10,000,000 actuations. 2.10.14 The switch assembly shall have an operating force of approximately 8 oz., but shall not exceed 16 oz. (1 lb.). ow 2.10.15 The switch shall be electrically rated to carry 25 amp at 125 volts AC, 250 volts AC maximum. .. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 13 2.10.16. The switch assembly shall be capable of disengaging from the mounting bracket assembly _. without removing the mounting bracket assembly. 2.10.17. Both housing and cover shall have an alodine conversion coating to prevent oxidation and to provide a proper base for paint adhesion.The assembly shall be painted federal yellow. 2.11 Sign for pushbutton Station for Pedestrian Signal 2.11.1 The sign bid shall equivalent to the sign manufactured by Pelco, part no, SF-1019-05 and shall meet the following specifications. 2.11.2 The sign shall be 5"X& 7 1/4"with four(4)5/16"mounting holes. 2.11.3 The sign shall have standard corner radius. 2.11.4 The sign shall be black on white.063 aluminum. 2.11.5 The sign shall have a double arrow with legends and instruction for: • "Start Crossing" "Don't Start" • "Pedestrians Should Not Be In Crosswalk" 2.12 Luminaries 2.12.1 When luminaries are to be installed on steel mast arm poles, a separate fusetron link shall be provided in the signal pole access compartment. The conductors from the pole base to the luminaire shall be#8 XHHW wire. Luminaries shall have a multi-tap(120/240 volt)ballast. 2.12.2 The luminaire head shall be a `cobra' type with drop lens. Each unit shall come with a photo cell switch mounted on the top. Each luminaire shall contain a 200 watt high pressure sodium bulb. 2.13 Conduits and Related Hardware 2.13.1 Conduit: All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the plans. 2.13.2 Rigid metal: Rigid metal conduit shall be steel,hot-dipped galvanized inside and outside. w 2.13.3 Weather heads shall be made of aluminum and may be the threaded or the clamp on type. 2.14 Microwave Overhead/Side-mounted Vehicle Detector r 2.14.1 General (A) This item shall govern for the minimum acceptable design and installation requirements for an overhead or side-mounted microwave vehicle presence r Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 14 detector. All equipment required to interface with a traffic signal controller will be subsidiary to this pay item. (B) The unit shall detect the continuous presence of every type of vehicle. (C) The horizontal range for detection shall be from a minimum of 1 ft. (300 mm) to a maximum of 80 ft. (24,400 mm.) at a mounting height of 20 feet. (D) The sensor shall be able to hold the detection until the zone is cleared. Additionally, the sensor shall be able to tune-out stationary targets that remain within the detection zone for a minimum programmable time with one (1) minute resolution from one (1) to thirty(30) minutes. (E) The sensor shall self-tune to its detection zone with no external adjustments other than physical alignment after the initial set-up. There will be no tuning controls of any kind which will require an operator once the unit has been properly installed with the set-up software. (F) The detector output must be directly compatible with the controller cabinet detector input. (G) The detector shall be capable of continuous operation over a temperature range of- 35 F to+ 165 F (-31 C to 78 Q. 2.14.2 Functional Requirements (A) The microwave unit must have Federal Communications Commission (F.C.C.) certification. The FCC-ID number must be displayed on an external label. The w detector will operate at a frequency, as allowed under the F.C.C. Rules, Part 15. (B) Cabinet power utilized by a detector power supply will range from 90 to 135 VAC. The detector will be self-contained. The power supply shall be an integral part of the unit. External power supplies shall not be allowed. (C) The unit will have an electro-mechanical SPDT relay to send a signal to the controller. - (D) No component shall be of such design, fabrication, nomenclature or other identification as to preclude the purchase of said component from any wholesale electronic distributor. (E) The unit must employ a circuit for power failure to put the relay to a fail-safe position (recall) during a power failure. (F) The detector must have a monitoring circuit for the transceiver that will change the output relay to the fail-safe position in the event of a component failure. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 15 (G) The detector shall work either as a side of the pole mounted detector or as an overhead mounted detector at a height range of 12 ft. to 24 ft. (3650 mm to 7300 w mm). (H) All set-up and diagnostic software shall be provided to run on a Windows XP or - Windows NT based operating system. 2.14.3 Mechanical Requirements (A) Each sensor shall be enclosed in a finished fabricated plastic and aluminum chassis with a minimum 4 in. (100 mm) wide by 5 in. (130 mm) high front plastic panel. The front plastic panel shall be constructed of a high impact plastic that covers the opening in front of the antenna. (B) Each detector chassis will be water resistant without the use of silicone gels or any other material that will deteriorate under prolonged exposure to ultraviolet rays. (C) The printed circuit board shall be coated with a solder mask material that resists moisture and fungus. The solder mask shall have a silk screen to provide a label for each component on the printed circuit board. (D) The sensor shall be furnished with a bracket designed to mount directly to a pole or overhead mast-arm structure. (E) The sensor shall interface with the set-up software via a RS-232 port with a baud rate of 1200. (F) The maximum size of the detector shall be: Height: 8.00 in. (200 mm) w/mounting bracket Width : 4.25 in. (108 mm) Depth : 10.50 in. (270 mm) 2.14.4 Functional Tests: (A) The manufacturer will test all microwave units to insure compliance to all F.C.C. and department specifications. 2.14.5 Software (A) The set-up software shall be menu driven and shall utilize a Windows XP or Windows NT type format for operating the software. (B) An on-line help shall be provided as an integral part of the system software. (C) The operator shall be able to perform the following functions through the set-up software: 1. View a detection output from the unit. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 16 2. View a low microwave signal from the unit. 3. Program the average intersection cycle time in the set-up software. 4. Program the presence time-out in one (1) minute intervals from one (1) to thirty(30)minutes. 5. Program a delay time from zero (0)to twenty-five(25) seconds in one (1) second intervals. 0=off. 6. Program a delay inhibit time from zero (0) to twenty-five (25) seconds in one (1)second intervals. 0 =off. 7. Provide a quick re-tune feature for re-tuning in an expedited fashion under ideal background conditions. (D) The operator shall be able to perform the following advanced program functions through the set-up software: 1. Select and program a new sensor I.D. for each sensor. 2. Program a response time for the sensor. 3. Program a hysteresis value from a selection of: Low,Medium, or High M 4. Program a profile value for each sensor. (E) The operator shall be able to view the signature of the microwave and the deviation parameters of the microwave for each sensor through the set-up software. 2.14.6 Documents The Manufacturer shall supply a hardware installation guide and a software set up and user manual. 2.15 Detector Cable 2.15.1 Detector Loop Wire: All detector loop wire shall be 414 AWG, or better if required on the traffic signal layout sheet,stranded,type XHHW one(1)conductor cable. 2.15.2 Detector Lead-In Cable: Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 17 Loop detector lead-in cable shall be a single four (4) conductor No. 18 AWQ shielded cable. One (1)cable shall service each loop where practical. 2.16 Multi-Conductor Cable 2.16.1 All cable for intersection signalization shall be multi-conductor capable of operating at 600 volts maximum, and suitable for use at conductor temperatures not exceeding 75 degrees C (167 degrees F). 2.16.2 Multi-conductor cable shall be either stranded IMSA 20-1,#14 AWG, stranded copper wire, IMSA 7-1, #16 AWG, stranded copper, or IMSA 5-1, #16 AWG, stranded copper. The copper wire (before insulating) shall meet the requirements of the latest American Society for Testing and Materials (ASTM) standards for uncoated wire. 2.17 Power Lead-In Cable 2.17.1 Power lead-in cable shall be stranded RHW copper wire and suitable for A/C electric service. 2.17.2 The cable shall be capable of operating at 600 volts maximum and suitable for use at conductor temperatures not exceeding 167 F (75 Q. Material and construction shall be in y accordance with the applicable requirements of IMSA and NEC standards. 2.17.3 Conductors shall be stranded, anneal coated copper. Copper wire before insulating or stranding, shall meet the requirements of the latest edition of ASTM B-033 (for coated wire). Stranding shall be class B,in accordance with the latest edition of ASTM B-8. 2.17.4 Insulation shall consist of cross-linked thermosetting polyethylene, meeting the requirements of IMSA and listed by UL as type USE RHW-75C. 2.18 Ground Boxes ,,. 2.18.1 General Requirements All ground boxes specified for use at signalized intersections shall satisfy the following .. general requirements: A.. The top surface of the ground box cover shall have a minimum co-efficient of friction of 0.5. B. Boxes shall be stackable for extra height. C. Boxes shall be manufactured from Reinforced Polymer Concrete(RPM)composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. Side walls may r be reinforced polymer. D. Enclosures and covers shall be rated for a minimum of 5000 lbs. strength over a 10 in. (250 mm) x 10 in. (250 mm) area. All components shall be designed and tested to withstand temperatures as low as-20 F(-4 Q. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 18 The size and dimensions of the required ground boxes shall be shown on the Ground Box and Detector Details sheet -n the plan set 2.19 Traffic Signal Structures - 2.19.1 Unless specifically required in the construction plan set,all traffic signal mast arm poles shall be furnished by the City. If the plans call for traffic signal structures to be supplied by the Contractor, then the strict compliance with the designs, dimension, strength, and material quality specified in the standard detail sheets and the construction plan set shall be exercised to assure structural consistency of all components. 2.19.2 All pole shafts and mast arms for this project shall be marked with the identification numbers from the traffic signal layout sheets on the plans to facilitate assembly of these items in the field. For projects with multiple intersections, the pole shafts and mast arms shall be identified by intersection. All steel mast arms ranging above 36 ft. (11.0 M) to 60 ft. (17.8 M) in length shall be provided with aluminum vibration dampers. All components of Traffic Signal Structures listed in this subsection shall be hot dipped } galvanized to resist corrosion, unless otherwise required in the construction plan set or bid documents. High Strength Galvanized Steel Bolts: The allowable working stresses for A325 bolts shall be given in the AASHTO Streetscape Structure Specifications for Structural Joints using ASTM A3250-N or A490-N bolts. 2.19.3 Mast Arm Pole Shaft Each traffic signal mast arm pole shall be fabricated from a one piece high strength steel sheet, and shall have no more than two longitudinal full length high frequency resistance .. welded joints and no horizontal welded joints except at the base of the pole. All welds shall have a smooth and consistent external surface appearance. All traffic signal poles shall have a uniform taper. All poles shall have a minimum of 50,000 PSI yield strength. Cold working _ the steel to attain the 50,000 PSI required yield strength is not acceptable. The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. 2.19.4 Mast Arm -- Each traffic signal mast arm shall be constructed from a one piece high strength, steel sheet with a guaranteed minimum yield strength of 50,000 PSI. Arms over 40 ft. (12.2 M) may be two piece but shall arrive at the job site and City yard as welded one piece. The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. All mast arms shall have no more than two longitudinal full length high T frequency resistance welded joints. All welds shall have a smooth-and consistent external surface appearance. All mast arms shall have a uniform taper. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 19 R 2.19.5 Luminaire Arm All luminaire arms shall be fabricated in accordance with the pole detail sheets included on the plan set. 2.19.6 Pedestal Structures All pedestal structures for mounting pedestrian signals or median-mount traffic signals shall .. be furnished with a transformer base, pole cap, and all necessary hardware for proper installation. Height of pole shall be set in the construction plan set,but shall not exceed 15 ft. (4.6 M). r 2.19.7 All other hardware necessary for complete installation of traffic signal structures,i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc. shall be hot dipped galvanized and — conform to the design, dimension, and strength requirements of said items as indicated on the Traffic Signal Pole and Mast Arm Assembly detail sheet. All hardware shall be packed on a per pole basis. 2.20 Foundations 2.20.1 All foundations shall be built in accordance with the requirements stated in the standard detail sheets of the plan set. 'r 2.21 Hardware Paint 2.21.1 The paint to be applied to existing non-galvanized traffic signal structures shall be a durable iodized alkyd enamel with high gloss finish. The drying time shall be approximately three hours with an average dry film thickness of 1.4 mil. The paint quality shall allow for application on surfaces at temperatures as low as 20 F(7 Q. 2.21.2 Hardware paint color shall as called for in the construction plans set or bid documents. 2.22 Grounding Conductor and Ground Rod 2.22.1 The grounding conductor shall be a #8 AWG solid copper wire. The conductor shall be bonded to all ground rods. 2.22.2 Ground rod electrodes shall be copper-bonded steel being at least 5/8 in. (16 mm) in diameter. All ground rods shall be a minimum of 8 ft. (2.4 M). .. 3.0 INSTALLATION OF TRAFFIC SIGNAL COMPONENTS 3.1 Installation of Electrical Service 3.1.1 The Contractor shall install all electrical service connections including conduit, pole risers, meter base, breaker box, breakers etc., in accordance with NEC standards and specifications. .. Installation of conduit and wire in to the Power Company vaults-shall be per the Power Company specifications. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 20 3.1.2 Unless otherwise called for in the plans, the power connection shall be made to a 120-240 volt, two-phase, 60 cycle AC supply. The wire used for the power connection shall be 48 AWG or better (if specifically required on the traffic signal layout plan sheet) stranded and shall be insulated for six hundred (600) volts. One circuit shall supply the controller cabinet and the other shall supply any roadway lighting. The grounding wire shall be bare copper,the common wire shall be white-coded and the power shall be black-coded. 3.2 Installation of Conduit 3.2.1 The Contractor shall provide and install underground cable facilities required to complete the construction plan set. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable,to ascertain exact locations of conflicting underground services. 3.2.2 The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. MW 3.2.3 When Boring is used for under pavement conduit installations, the maximum allowable overcut shall be 1 in. (25 mm)in diameter. 3.2.4 When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 in. (457 mm)as measured from the intended target point. M' 3.2.5 The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a"missile")will not be permitted on this project. 3.2.6 Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. This work shall not be paid for directly but shall be considered subsidiary to this item. 3.2.7 The contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. 3.2.8 New Conduit (A) Unless otherwise shown on plans or standard detail sheets, all underground conductors shall be 40 PVC conduit. All conduit or raceways above ground shall be _ rigid metal. All conduit and fittings shall be of the sizes and types shown on the plans. Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. (B) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit (C) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent--weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the plan sheet. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 21 (D) All conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. In no case shall a cutting torch be used to cut or join conduit. Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water-tight coupling between the conduit. All couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. Where the coating on a rigid metal conduit run has been damaged in handling or installation,-such damaged parts shall be thoroughly painted with rust preventive paint. Ends of conduits shall be capped or plugged until installation of the wire is complete. Upon request by the Inspector,the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. Conduits shall be placed in an open trench at a minimum 24 in. (612 mm) depth below the curb grade in the sidewalk areas, or 18 in.(450 mm)below the finished street grade in the street area. (E) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. (F) PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be made by either boring or jacking a mandrel. Heavy jacks are to be used for jacking. Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. Water jetting will not be permitted. (G) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to cut the existing pavement. Pits for jacking and boring shall not be closer than 2 ft. (612 mm) to the back of the curb or the outside edge of the shoulder. The jacking and boring method used shall not interfere with the operation of streets, highways, or other facilities,and shall not weaken or damage any embankment structure,or pavement. (H) Backfill -Compaction&Density Test for All Ditchlines All ditchlines within paving areas of existing and proposed streets and within 2 ft. (600 mm) back of curb are to be mechanically tamped. All tamping is to be density controlled to 90% standard proctor density at optimum moisture content and no greater than 5% optimum or less than 2% below optimum. All backfill material is to be select native material, 6 in. (150 mm) diameter clods and smaller. It is permissible to put backfill in 6 in. to 8 in. (150 mm to 400 mm) lifts with densities being taken for Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 22 T each Ift. (300 mm)of compacted material on offsetting stations of 50 ft. (15.9 M). (I) The Contractor shall provide adequately bent conduit and shall properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. (J) All conduit runs shall be continuous and of the same material (metal only or PVC only). Where tying into existing conduit,the Contractor must continue with the same material (metal to metal or PVC to PVC). ..r (K) Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or y equal shall be used on threads of all joints. Metal conduit and fittings shall have the burrs and rough places smoothed. Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly TM painted with rust preventive paint. 3.2.9 Existing Conduit (A) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding(The Contractor will not receive extra compensation for rodding). (B) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the engineer. Repair of this conduit will be paid for as "extra work"on a Change Order (C) The Inspector shall be notified prior to disconnection or removal of any existing cable. 3.3 Installation of Cable 3.3.1 General (A) Cables shall be installed in conduit unless indicated as an "overhead" cable run. Conduit must be continuous, reasonably dry, completely free of debris, and without sharp projections, edges, or short bends. If required by the Inspector, the Contractor shall demonstrat; that the conduit is dry and free of debris by pulling a swab and/or mandrel through the conduit. The conductors shall be installed in a manner so as to insure against harmful stretching of the conductors or damage to the insulation. _ Installation methods shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish, at the request of the Traffic Services Manager or designee a copy of the manufacturer's recommendations, which shall include methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend,and the type of lubricant to be used. (B) All cables in a given conduit run shall be pulled at the same-time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is equally distributed to all the cables. Long, hard pulls will necessitate the use of Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 23 pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. _ (C) In existing conduit where new cables are to replace existing cables, the exit cables may be used to pull in the new cables. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulled out, the new cables are to be added to the existing cables to form one cable pull. Installation and removal shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of providing the material and labor for replacement of defective cables at no extra cost to the City. (D) All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. A conduit nun measurements shall take nla .Pin the n seance. of the Inspertor_ The Inspector shall record all cable measurements and include the distances on an as-built drawing. In locations where new cables are to replace existing cables, the Contractor may use the removed cables as a measuring device to determine the lengths of the new cables to be installed. However, this does not relieve the Contractor of his responsibility to record accurate measurements of all w cable lengths. (E) The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Inspector,the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be one of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. (F) Cables shall be neatly trained to their destinations. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. 3.3.2 Wire and Cable (A) All wire and cable shall conform to the requirements shown in the plans, except wire and cable specifically covered by other items of this contract. . 3.3.3 Controller Cabinet Wiring TM Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 24 (A) Wiring for the controller cabinet shall consist of connecting (1) signal wires, (2) loop detector wires, (3) power wires, (4) ground wires, and (5) pedestrian push but�on wires to their respective terminals in the cabinet. In the controller cabinet, stranded signal conductors from the field shall be stripped back and a solderless terminal connector (spade lug) shall be attached by means of a crimping tool. These tenninal Connectors shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be completed as shown on the wiring diagrams and in the instructions furnished with the controller by the manufacturer. (B) All field wiring in cabinets shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. All spare wires shall be trimmed and neatly coiled with the ends taped. Detector lead-in cables shall have their insulation jackets removed from their terminal strip connection to the bottom of the cabinet. (C) Pedestrian push buttons shall have a ground wire that is completely isolated and independent from all other ground wires. This wire shall be connected to the designated tenninal in the controller cabinet. A pedestrian isolation board shall be in place. 3.3.4 Signal Head Wiring (A) Conductors shall run as follows: 1. An unbroken 20-conductor cable one bare #6 shall run from the controller cabinet to each pole pier. 2. An unbroken seven (7) conductor, #16 AWG cable shall run from the signal pole base to each 5-section, 4-section signal head, or the 3-section head located at the end of mast arm; and an unbroken five (5) conductor, #16 AWG cable to each other 3- section or pedestrian signal head. Two (2) signal conductors, #16 AWG shall run to each pedestrian push button. (B) Each cable shall be identified as referenced on the pole wiring detail sheet provided in the construction plan set with permanent marking labels (panduit type PLM standard single marker tie, Thomas and Betts type 548M or equivalent) at each ground box, pole base and controller. TM 3.3.5 Luminaire Wiring - Two (2) #8 cables shall run from service disconnect in parallel around the intersection as on the traffic signal layout sheet of the construction plan set. Luminaire wiring connection may be made in the nearest ground box to the traffic signal pole; such connection shall be placed in a water tight seal. If more than three wires are splice together in the traffic signal cabinet then a Kearney connector shall be used as required in Section 3.3.7 (B)below. 3.3.6 Terminals (A) The ends of all stranded wires from the controller cabinet and from the signal heads Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 25 shall be twisted at least three turns and wire nut applied in the base of the signal structure. 3.3.7 Splices _ (A) Splices are strictly prohibited inside conduit runs. Detector cables shall not be spliced at any point except where transitioning from#14 XHHW loop detector cable to lead- in cable (see Section 3.5.4). Signal cables are to be spliced only at locations that are specified in the plans. Splicing signal cable in pull boxes shall not be permitted. (B) Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be of high quality and specifically intended for this purpose. Cables shall be trained to their final position and cut to proper lengths. The cable's jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connection shall be installed tightly and all burrs, rough edges, etc. shall be removed. If wire nuts are used to secure the connection, then only "Scotchlock" brand connectors shall be utilized. No more than four (4) wires shall be spliced together using "Scotchlock" connectors and the wire shall he twisted- If more than four(4) wires are connected, then a Kearney connector or mechanical clamp shall be used. All snlices involving grounding conductors shall he made by twisting the cables together, =lyi_ng solder then wraMing the connection with a een electrical tape- Heating the connection with a direct flame will not he permitted for cam gang .Mess + than 414- Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning the outside jacket in order to remove the wax finish. Then approved thermo-setting materials shall be used to provide a water tight seal. (C) The Inspector shall select at random at least five (5) splices to be thoroughly inspected. The Contractor shall, in the presence of the Inspector, sectionalize each selected splice to expose the various layers of materials and the connector. These splices shall be thoroughly checked for compliance to these special provisions. Each splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the Contract. All of the splices selected for this inspection shall conform o the requirements of these special provisions. If any splices fail to meet these requirements, then ten more splices shall be selected at random by the Inspector for examination. 3.3.8 Identification of Signal Wires and Cables (A) IMSA color coded signal cable shall be used for all signal systems. Colors shall be continuous from the point of origin to the point of termination. (B) Each signal cable, detector lead-in cable and communication cable shall be designated with permanent marking labels or (panduit type PLM, Thomas and Betta type 548M standard single marker type or equivalent) and color coded tape at each pull box and Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 26 in the controller cabinet. 3.4 Grounding 3.4.1 There shall be a properly installed and connected ground rod for each controller cabinet, power drop and signal pole pier to reduce any extraneous voltage to a safe level. The ground rod shall be located so as to minimize the length of the grounding-conductor run. For pole mounted cabinets a grounding rod and grounding conductor shall be installed at the nearest - foundation or ground box. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by volt-ohm-meter. 3.4.2 Grounding Connectors and Electrodes (A) When the location precludes driving a single ground rod to a depth of 2.4 in (8 feet), or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 6 AWG copper wire. (B) Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. (C) Each grounding rod shall be driven into the ground to a depth sufficient to provide the required resistance(10 ohms)between electrodes and ground. 3.5 Vehicle Detector Loop Installation 3.5.1 Detector lead-in cables shall be identified as shown on the plans (phase 1, etc.) with permanent marking labels (panduit type PLM, Thomas and Betts type 548M standard single marker tie or equivalent)at each ground box,pole base, and controller. 3.5.2 It is required that all work related to the installation of a particular detector loop, with the exception of the layout task, shall be completed in the same work day. All loop installation work shall be performed during off-peak traffic hours. Loop installation shall not be made during any type of precipitation. 3.5.3 Installation of detector loops shall be in accordance with the plans. Lead-in saw cuts from the street to the pull box shall maintain a maximum separation from other loops of 12 in.(500 mm) and a minimum separation of 6 in. (150 mm) from other lead-in saw cuts. The saw cut depth, as specified in the standard detail sheets of the plan set shall be consistent, including the entry point into the curb. The maximum number of wires placed in a single saw slot shall be four(4) wires. Each lead-in shall enter the curb through a separate hole. 3.5.4 3M LooV sealant or aplimmed equal shall be used to seal all loop wire within the roadway. 3.5.5 Detector lead-in cables shall be run continuously without splices from the curbside ground box to the controller. If splices must be made, they shall he elder connected and the splice Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 27 } connection shall be insulated and waterproofed with 3M DBR-6 Direct Bury Splice Kits or approved equal. Splices at the curbside pull boxes shall be made in the same manner (see Section 3.3.6). Rpli . _s in deter-tor cables must heV re-a=proved by the Tnsnectnr in writina- 3.5.6 In all cases where detector loop lead-ins pass from pavement through a curb to an existing ground box for a splice point, conduit shall be installed from the curb entry point up into the ground box. A minimum one inch diameter conduit shall be provided from the curb entry point to the ground box for each loop, 3.5.7 All loop wire from the loop in the street to the ground box shall be tightly twisted a minimum of 5 times per foot(16 times per meter)as it is placed in the lead-in saw cut. 3.6 Concrete Foundations for Signal Structures 3.6.1 All foundations shall be staked by the contractor and approved by the Inspector prior to excavation. While staking the pole locations,the contractor,along with the Inspector, shall be cognizant of pedestrian needs by verifying the location of the push buttons and the pedestrian heads. 3.6.2 Concrete foundations for signal structures shall be located so that the closest face is a minimum of 3 ft. (900 mm) from the face of the nearest vertical curb. The Contractor shall probe before excavating foundations to determine the location of utilities and structures. Foundations shall be paid for once, regardless of extra work caused by obstructions. The Contractor shall furnish all supplementary items necessary for proper foundation installation. 3.6.3 Excavation for all foundations shall be done in accordance with lines and depths indicated on the standard detail sheets of the plan set. All loose material shall be removed from the excavation before concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 3.6.4 Foundations shall be constructed to the dimensions shown on the plans. The Contractor is required to make certain that the top of the finished foundation is level and formed. Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats or other appropriate form of curing, for not less than 96 hours. All bracing and templates for anchor bolts shall remain in place for 96 hours after the concrete is poured. During that time, the anchor bolts and conduit shall not be subjected to any applied strain. Transformer bases shall not be installed on any foundations until approval has been given by the Inspector. 3.6.5 Backfill shall be tamped with mechanical tamps in 6 in. (150 mm) layers to the density of the surrounding ground. Where excavation is made in the roadway shoulder, the shoulder shall be replaced with material equal to the original composition. 3.6.6 All excavated material, not required for backfill, shall be promptly removed and disposed of by the Contractor, outside the limits of the project. The work site shall be kept clean and neat at all times. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 28 3.6.7 No concrete shall be placed when the atmospheric temperature drops below 40 F (40 C) (temperature reading taken in the shade away from artificial heat) unless permission to do so is given by the Inspector. 3.6.8 The City shall supply to the contractor the controller cabinet anchor bolts and specific cabinet templates. The cabinet door shall generally open away from the intersection. 3.6.9 Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that the pole is intended to serve. 3.6.10 Tubing used to form pole foundations shall not be visible and all exposed concrete shall be finished with vinyl concrete patch mix to provide a smooth quality finish with all voids filled and no aggregate exposed. The cost of the work shall be included in the unit bid price for this item. 3.7 Installation of Traffic Signal Structures 3.7.1 The Contractor shall install all traffic signal structures in accordance with the plans. Deviation from the plans because of physical obstructions, such as overhead utilities or in appropriate mast arm length to fit a relocated foundation, shall be worked out with the Inspector and approved prior to installation. Poles shall have nuts on top and bottom of the pole base plate. Anchor bolts for mast arm signal poles shall be set so that two are in tension and two are in compression. The traffic signal pole heights and mast arm lengths shown on the plans and in the material summary are to be used for bidding purposes only. Prior to fabrication, the contractor, in cooperation with the Inspector, shall make field measurements to determine the actual pole height necessary to ensure a vertical clearance of 17 Ft. (5.2M) minimum, and 19 ft. (5.8M ) maximum from the roadway surface to the bottom of the lowest point on the signal head assembly or mast arm and to determine the mast arm lengths required to mount the traffic signal heads over the traffic lanes. The masts arms shall be straight and level in the area where the signal heads are attached. These field measurements and evaluations shall be determined from the actual field location of the pole foundations, considering all above and below ground utilities and the existing roadway elevations and lane widths. 3.7.2 Transformer bases for pedestal poles shall be leveled and tightly secured to the foundatic n before the structure is placed on the base. If shims are required for leveling, total shim height shall not exceed 1f2 in. (127 mm). Foundation anchor bolts shall extend a minimum of 1 in. (25.4 mm)through each nut in the base. 3.7.3 Except as modified herein, erection of traffic signal structures shall be in accordance with the applicable specifications and standards of the AISC Manual of Steel Construction. Erecting equipment shall be suitable for the work and shall be in proper working condition. Where parts cannot be assembled or fitted properly as a result of errors in fabrication or defonnation due to handling or transportation shall be reported immediately to the Inspector. Straightening of plates and angles or other shapes shall be done by approval of the manufacturer. No corrections will be allowed that will void the manufacturer's warranty. A Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 29 letter from the manufacturer approving the corrections shall be required or the material may be rejected by the Inspector. Y 3.7.4 The steel structure frame shall be lifted as shown in the manufacturer's specifications and all match marking shall be followed. Temporary bracing shall be used wherever necessary to support all loads to which the structure may be subjected, including equipment, operation, and material loading. Such bracing shall be left in place as long as may be required for safety. The various members, after being assembled, shall be aligned and adjusted accurately before being fastened. Fastening of splices on compression members shall be done after the abutting surfaces have been brought completely into contact. No welding or bolting shall be done until the structures have been properly aligned. 3.7.5 Bearing surfaces and surfaces which will be in permanent contact with each other shall be cleaned before the members are assembled. Bearing plates shall be set in exact position and shall have a full and even bearing upon the concrete. As erection progresses, the work shall be bolted to take care of all dead load, wind and erection stresses. All erection bolts used in welded construction may be tightened securely and left in place. If removed, the holes shall be filled with plug welds. 3.7.6 Field bolting shall be in accordance with the requirements specified for shop fabrication. Untrue holes shall be corrected by reaming. Where the surface of a bolted part has a slope of more than 1:20, a beveled washer shall be used to compensate for the lack of parallelism. Bolt heads and nuts shall be drawn tight against the work with a suitable wrench not less than 15 inches long. Bolt heads shall be tapped with a hammer while the nut is being tightened. 3.7.7 Field Painting of Structures: Surfaces where the shop coat of paint has been damaged shall be retouched after installation in compliance with Section 2.20.1. The cleaning, pretreatment,and priming of welds and the areas adjacent thereto shall be done promptly after the acceptance of the weld. Care shall be taken to properly mask signals heads, signs, pedestrian pushbuttons and their mounting hardware to keep paint from splashing onto these components. Masking shall be removed after completion of the painting process. A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. All structures shall be air blasted using high pressure air to remove peeled paint and dust prior to application of new paint. .� 3.7.8 Bolted parts shall fit solidly together when assembled and shall iot be separated by gaskets or any other interposed compressible material. When assembled, all joint surfaces, including those adjacent to the bolt heads, nuts, or washers, shall be free of scale, except tight mill scale, and shall also be free of burrs, dirt, and other foreign material that would prevent solid seating of the parts. Each fastener shall be tightened to at least the minimum bolt tension as recommended by the pole manufacturer using ASTM A325 or A490 bolts for the size of fastener used. Threaded bolts shall be tightened with properly calibrated wrenches or by the "turn-of-nut" method. Bolts may be installed without hardened washers when tightening takes place by the "turn-of-bolt" method. Any bolt tightened by the calibrated wrench method (or by torque control) shall have a hardened washer under the element (nut or bolt head) turned in to a point not closer than 7/8ths of the bolt diameter from the center of the washer. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 30 3.7.9 Grouting: The Contractor shall perform all work required to complete the grout work associated with installing the signal structure and furnish all supplementary items necessary for its proper installation. 3.7.10 Where signal poles and/or mast arms exist on raised foundations that are to be removed and _ installed on new foundations, the Contractor shall store these poles, mast arms, street lights, and wiring until they can be installed on their new foundations. 3.8 Installation of Signal Heads,Pedestrian Heads and Pedestrian Push Buttons 3.8.1 The Contractor shall be required to assemble all signal head units as specified in the plans or as directed by the Inspector. Signal and pedestrian heads shall be securely tightened immediately after signal head assembly has been installed. If any signal head assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to - remove and rebuild the signal head assembly to the satisfaction of the Inspector. 3.8.2 The Contractor shall mount signal heads level and plumb. The Contractor shall position and secure the signal heads so they are visible as stipulated, in Table 4-1 of the TMUTCD. 3.8.3 All signal heads or parts of heads not in operation shall be covered with burlap or fabric - material until placed into operation. When the signal heads become operational, all existing heads no longer required shall be removed immediately. 3.8.4 Pedestrian head assemblies installed such that the wiring to each head shall pass from the mast arm through the signal head bracing or attachment hardware to the signal head. No exposed cable or wiring will be permitted. 3.9 Controller Cabinet Preparation 3.9.1 Each controller cabinet shall be modified for use at a specific intersection in accordance with the instructions included in the plans. Each cabinet shall be prepared and tested for on-the- street use by the Traffic Services Division of Transportation and Public Works Department prior to field installation of the cabinet. 3.9.2 All wiring modifications made in conjunction with preparing the cabinet for use at a specific intersection shall be documented on the cabinet prints for that intersection. r, 3.10 Installation of Microwave Detector Units 3.10.1 Microwave detector units shall be installed as shown the Signal Layout Sheet of the signal construction plans. 3.10.2 The Contractor shall provide a technician to assist with adjusting and aiming the detector unit r at the time of traffic signal turn-on, in order to comply with Engineer's desired detection areas as shown on the construction plans. 3.11 Installation of Emergency Vehicle Detection Units 3.11.1 Any emergency vehicle detection (EVD) equipment required in the construction plan set will Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 31 be supplied by the City. Where practical, EVD receiver units shall be mounted to a rigid metal arm supplied by the City and banded to the mast arm pole upright on the intersection .w corner designated on the Traffic Signal Layout sheet of the plan set. The Inspector shall determine if the roadway sight line permits this type of EVD installation. Otherwise the EVD receiver units shall be mounted on the mast arms for the intersection approaches as designated on the Traffic Signal Layout sheet of the plan set. 4.0 INSTALLATION AND RELOCATION OF TRAFFIC SIGNS AND DAMPERS 4.1 The contractor shall furnish, install and relocate existing signs as shown in the plan set. Mast-arm signs shall be mounted with astro-sign brac or signfix aluminum channel or equal as approved by the engineer. — 4.2 Metro street name signs shall be mounted level with the ground as shown on the standard Construction detail sheets. w 4.3 Dampers shall be installed using Astro Sign Brac or Signfix Aluminum Channel or equal. 5.0 PRESERVATION OF LANDSCAPING, SPRINKLER SYSTEMS, AND PRIVATE PROPERTY 5.1 The Contractor shall assume full responsibility for the preservation of existing landscaping " (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the site during the installation of items in this contract document. Damaged landscaping, sprinkler systems, and/or other private property shall be replaced within a reasonable time, by the " Contractor at his own expense,to the satisfaction of the Inspector. 5.2 The contractor shall relocate the existing EVD equipment. 5.3 No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 5.4 Removal of mail boxes in the way of construction requires 48 hours advance notice to the post office. 6.0 REMOVAL OF MISCELLANEOUS ITEMS 6.1 Removal and Salvaging of Traffic Signal Equipment All salvage materials will be delivered by the Contractor to the City at a locations designated v by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. The Contractor will ship and handle all salvage material (heads, poles, cabinets, cable, signs, amplifiers, etc.) in a manner so as to prevent damage to these items. Signal heads will be removed from poles prior to shipping. All cables must be secured in controller cabinets to prevent damage during shipment and handling. All screws will .be tightened into their respective slots to prevent loss during shipping. The controller and all supplemental control equipment (conflict monitors, detector amplifiers, load switches, etc.) will be removed from Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 32 the cabinet prior to cabinet removal and given to the Inspector at the time of the signal turn- on. The Inspector will identify existing damage to salvageable material and mark damaged items in the field before they are delivered to the City yard. If damage to material is the fault of the Contractor, he or she will have three(3) working days to make repairs or supply like items, at his/her expense,for damaged items. If the Contractor fails to repair or replace damaged items in said time, the City may charge the Contractor for the assessed value as determined by the - Traffic Services Manager or designee. 6.2 Removal and Replacement of Curbs and Walks (A) Contractor shall secure permission from the Inspector before cutting into or removing any walks or curbs which might be required during construction. (B) Where possible, dig under sidewalks. If the Contractor chooses to remove or cut the sidewalk, the concrete must be sawed and broken out and then restored to an equal or better condition than the original. 6.3 Removal of Foundations All foundations subject to removal (as indicated on the plans) shall be razed to a level at least 12 inches below the ground surface if the foundation subject to removal is located within a sidewalk, the foundation shall be removed to a depth equal to or greater than the thickness of the walkway. Once the foundation is removed, the ground surface shall be restored to surrounding conditions. 6.4 Removal of Ground Boxes If the construction plans call for the removal of abandoned ground boxes, then the hole remaining from ground box removal shall be filled and the ground surface shall be restored to surrounding conditions. Any conduit elbows found the ground box to be removed shall be cut back to a minimum of 12 inches below the natural ground surface. 6.5 Removal of Signs The existing stop sign panels, or any grounded mounted signs, as shown on the plans, will be removed after the traffic signals are placed in flash and before the signal is turned to full colors by City forces. 7.0 SAMPLING AND TESTING 7.1 General Notes (A) Initial testing of all materials, construction items,or products incorporated in the work will be performed at the direction of the City and at the expense of the Contractor, ` including initial compaction and density tests deemed necessary in connection with the construction of embankment, backfill of structures,or excavation. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 33 (B) In the event that a material, construction item, product incorporated in the work, embankment, backfill, excavation or any other item tested, fails to satisfy the minimum requirements of the initial test described above, appropriate prove-out tests shall be made as directed by the Inspector to determine the extent of the failure and to verify that corrective measures have brought the item up to specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. (C) The failure to require tests of materials by the Inspector shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to these .. specifications. (D) Tests, unless otherwise specified, shall be made in accordance with the latest methods of the ASTM or other approved test methods. The Contractor shall provide such facilities, as the Inspector may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. 7.2 Concrete (A) All concrete materials, reinforcing steel, and preparation shall be in accordance with the requirements of the City of Fort Worth Standard Specifications for Street and Storm Drain Construction. 7.3 Vehicle Detector Loops (A) Prior to termination of the loop lead-in in the controller cabinet an installation test shall be made by applying not less than 500 volts DC to the completed detector loop. A minimum resistance of 1 megohm shall be obtained by use of a meger. (B) After the above tests are completed and the lead-in cable has been terminated in the cabinet,the Contractor shall assist the Inspector in determining the loop inductance of each loop detector. A detector loop analyzer shall be used to determine the total inductance of the loop in the pavement and its associated lead-in cable as well as to determine the percentage shift in loop inductance for various size vehicles that actuate the detector. 7.4 Signal Cables (A) The Traffic Services Manager or designee may require that all cables shall be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts DC applied to the conductors. (B) Each conductor in the multi-conductor signal cables shall be tested for insulation resistance relative to each other and to the outer covering of the cable. The minimum acceptance value for insulation resistance shall be one megohm. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 34 7.5 Controller Cabinets (A) If the controller cabinet is to be supplied by the Contractor for this project, the cabinet shall be tested at a facility located within the Dallas/Fort Worth area. (B) The Contractor shall notify the Inspector or his representative a minimum of three working days prior to beginning the test period of his intent to test a cabinet or group of cabinets. At this point, the City may schedule an inspection team and notify the Contractor of the earliest date and time the team can visit. (C) Each cabinet shall be tested with a controller unit for a minimum of 24 continuous hours. The cabinet test will include conflict monitor functions, detector unit function and load switch operation for conformance with cabinet hardware specifications, etc. The cabinet must successfully pass all items. Otherwise the test is restarted for another 24 hour period. 8.0 WARRANTIES/GUARANTEES 8.1 The Contractor guarantees all work performed and materials furnished under this project for a period of twenty-four (24) months following the date of final acceptance. In addition, the Contractor shall furnish any normal manufacturer warranties with effective beginning dates the same as the date of the project acceptance. 8.2 All faulty equipment shall be repaired within 15 working days of the Contractor being notified. 9.0 TRAFFIC SIGNAL MAINTENANCE DURING CONSTRUCTION n 9.1 While performing work under this contract, the Contractor bears the sole risk of loss for damages to or destruction of any traffic signal equipment or appurtenances, on equipment that was not to be replaced or installed under this Contract, but which was damaged or destroyed through the fault or negligent acts of the Contractor. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the City, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this contract or any warranties under this contract. The Contractor's responsibility shall cease under this paragraph upon written acceptance of an intersection by the City. 9.2 The Contractor's responsibility for full operation and maintenance of all traffic signal equipment shall begin when he starts any type of work which effects active intersection control at the first intersection and shall extend through the period of final project acceptance - of each intersection. This maintenance responsibility includes existing controllers/masters, existing interconnect and cabling systems, existing signal indications, existing vehicle detectors, new controllers/masters, new signal hardware, new cabling systems, and other hardware elements which are considered part of either the existing or the new traffic signal system. 9.3 It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to placing the intersection on flash, replacing load switches or detector amplifiers, erecting temporary control devices, requesting Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 35 immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation. Such action will in no way relieve the Contractor of his operation and maintenance responsibility. 9.4 The Contractor shall be required to notify the Inspector or Traffic Services Division at least y 24 hours in advance of any planned controlled change-outs or any other operational procedures. 10.0 BARRICADES 10.1 The Contractor shall be required to obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W 101h St. The traffic control plan (TCP) for this project shall be as detailed on the Traffic Control Plan Detail sheets of the plan set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 10.2 If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. 10.3 In addition, the Contractor shall be held responsible for all damage to work items and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property. Whenever evidence is found of such damage, the Inspector may order the damaged portion immediately removed and replaced by the Contractor at his expense. 10.4 Subject to the approval of the Inspector, portions of this project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. 10.5 Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. The design of these supports are subject to the approval of the engineer. 10.6 The contractor shall provide and maintain flaggers at such points and for such periods of time .. as may be required to provide for the safety and convenience of public travel and contractor's personnel, and as shown on the plans or as directed by the engineer. These flaggers shall be located at each end of the lane closure and shall be properly attired. The two flaggers shall be in two way radio contact with each other at all times. Paddles will be required for this project. 10.7 The contractor will not be permitted to commence work on the road before sunrise and shall arrange his work so that no machinery or equipment shall be parked closer than 30 ft. (9.14M)to the traveled roadway after sunset except as authorized by the engineer. 10.8 The contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 36 10.9 The use of rubber-tired equipment will be required for moving dirt and other materials along or ., across paved surfaces. 10.10 No lane closures will be allowed prior to 9:00 a.m. or after 4:00 p.m., Monday thru Friday unless otherwise directed by the engineer. 10.11 If at any time the existing traffic signals become inoperable, the contractor shall provide portable stop signs with two orange flags, as approved by the engineer, to be used for traffic control. 11.0 PAYMENT FOR FURNISHING AND INSTALLING CONTRACT ITEMS 11.1 The unit bid price shall be full compensation for placing and testing all materials as well as use of equipment, tools, labor and incidentals necessary to complete the work. Portions of the work that have not been approved by the Inspector will not be considered complete and payment shall be withheld until the Contractor has completed the work to the satisfaction of the Inspector. 12.0 EXPERIENCE AND QUALIFICATIONS 12.1 The Bidder may be required to supply a list of cities, towns, etc., where previous Contract work as been completed. The list shall contain names and phone numbers of persons who can be contacted for such reference. If the guidelines listed above are not met,the bid may not be accepted. 12.2 The Bidder shall also furnish information, as outlined above on each major subcontractor(i.e. manufacturer or fabricator of traffic signal structures, etc.) that will participate in this project. The City reserves the right to reject any and all subcontractors. 12.3 The City reserves the right to reject any and all bids and to waive formalities. Traffic Signal Specifications—Part E May 2007 City of Fort Worth Page 37 PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND AND PAYMENT BOND F-1 'This certificate is executed by Liberty Mutual Insurance Group as respects such insurance as is afforded by those companies. BM0068 Certificate of Insurance This certificate is issued as a matter of information only and confers no rights upon you the certificate holder. This certificate is not an insurance policy and does not amend.extend,or alter the corerage afforded by the policies listed below. This is to certify that(Name and address of Insured) DURABLE SPECIALTIES,INC ����� 1211 S Alexander St Duncanville,TX 75138 Mutual'. is,at the issue date of this certificate,insured by the Company trader the policy(ies)listed below. The insurance afforded by the listed policy(ies)is subject to all their terms,exclusions and conditions and is not altered by any requirement,term or condition of my contract or other docurnent with respect to which this certificate may be issued. Expiration T e EfC/Ex .Date(s) Policy Number(s) Limits of Liability Continuous* 05/31/2007/05/31/2008 WC2-1 91-43 7 877-0 1 7 Coverage afforded under WC law of Employers Liability the following states: Extended Bodily Injury By Accident X Policy Term TX $500,000 Each Accident Bodily Injury By Disease $500,000 Policy Limit Workers Compensation Bodily Injury By Disease $500,000 Each Person 05/31/2007/05/31/2008 T131-191-437877-037 General Aggregate-Other than Prod/Completed Operations General Liability $2,000,000 Products/Completed Operations Aggregate Hx Claims Made $2,000,000 Occurrence Bodily Injury and Property Damage Liability Per $1,000,000 Occurrence Retro Date Personal and Advertising Injury Per Person/ $1,000,000 Organization Other Liability Other Liability Fire Dama e$100,000 Med Pa $5,000 05131/2007 105/3112008 AS2-191-437877-067 Each Accident-Single Limit-B.1.and P.D.Combined Automobile Liability $1,000,000 Each Person X Owned • Non-Owned Each Accident or Occurrence X Hired Each Accident or Occurrence The City,its officers,employees and servants shall be listed as additional insureds as respects to General Liability and Automobile Liability.A Waiver of Subrogation in favor of The City,its officers,employees and servants as respects to Workers'Compensation. C O NI N1 E N T S Nonce of cancellation_(not applicable unless a number ofdays is entered helow) Before the stated expiration date the compam v,ill not cancel or reduce the insurance afforded under the aboae policies until at Least 30 days notice of such carcetlation has been rr,ailed to Office: IRVING.'IX Phone: 972-550-7899 Certificate Holder: VICTORIA MILLER The City of _ort Worth Authorized Representative -000 Throckmorton Street Fort Wortn, T?: 76102 Date Issued: 09/12/2007 Prepared By: KG CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project TWO TRAFFIC SIGNAL INSTALLATIONS AT THE INTERSECTIONS: OF SH 170 WEST BOUND FRONTAGE ROAD/PARK VISTA BLVD AND SH 170 EAST BOUND FRONTAGE ROAD/PARK VISTA BLVD and City of Fort Worth Project No. Project No. C201-20 2 7100417 82; TPW- TS-2007-00022. CONTRACTOR: -0U>r )e I-_roc. . By: Name: O Vy'Y ,,A, C• ✓�L1 Title: ��e5i d en Date: 9 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared -J� ffirgm (,-" 13fTaX-) t known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of R� 4fV, D7ff-J c er D-rr 4V COf&2�L+0 0 for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of 5 tX 20 0-7. �.`'��15;p`•R P�GF,o'% Notary Public in and for th t to of Texas EXPERIENCE RECORD - 5kt C04C(-CkQJ List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Completion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety F-4 DURABLE SPECIALTIES., INC. P.O. BOX 381788 • DUNCANVILLE, TX 75138 • PHONE 1-972-296-6:�24 • FAX 1-972-780-7411 DURABLE SPECIALTIES,INC.WORK EXPERIENCE COMPLETE 2003 CONTRACT SCOPE OF WORK YEAR LOCATED NAME AND AMT COMPLETED_ ADDRESS $ 473,191.50 TRAFFIC SIGNALS 2003/216 NACOGDOCHES MOORE BROS.CONST. PO BOX 35 LUFKIN,TX.75902-0035 $ 342,402 25 TRAFFIC SIGNALS 2003/223 DALLAS CITY OF MESQUITE PO BOX 850137 MESQUITE,TX 75185-0137 $ 91,000.00 TRAFFIC SIGNALS 2003 DALLAS WESTERN BUILDERS PO BOX 15368 AMARILLO,TX.79105-5368 MAJOR CURRENT CONTRACTS IN 2004 CONTRACT SCOPE OF WORK YEAR/JOB# LOCATED NAME AND AMT ADDRESS $ 705,600.00 TRAFFIC SIGNALS 2004/339 DALLAS TXDOT DALLAS PO BOX 133067 DALLAS,TEXAS 75313 DAN TURK 214-320-6681 $ 2,382,000.00 TRAFFIC SIGNALS 2004/401 AMARILLO TXDOT AMARILLO PO BOX 7368 AMARILLO,TEXAS 79114 CHRIS FREEMAN 806-356-3290 $ 263,500.00 TRAFFIC SIGNALS 2004/321 ALLEN CITY OF ALLEN ONE BUTLER CIRCLE ALLEN,TX 75013 $ 192,370.00 TRAFFIC SIGNALS 2004/336 KAUFMAN US 80 TXDOT DALLAS PO BOX 133067 DALLAS,TX 75313 $ 413,000.00 LED SIGNAL HEAD 2004/449 DALLAS TXDOT DALLAS UPGRADE PO BOX 133067 DALLAS,TEXAS 75313 DAN TURK 214-320-6681 MAJOR CONTRACTS 2005 CONTRACT SCOPE OF WORK YEAR/JOB# LOCATED NAME AND AMT ADDRESS $ 628,600.00 TRAFFIC SIGNALS 2005/519 POTTER VARIOUS TXDOT AMARILLO PO BOX 7368 AMARILLO,TX 79114 $ 257,200.00 TRAFFIC SIGNALS 2005/537 FT WORTH CITY OF FT WORTH 1000 THROCKMORTON FT WORTH,TX 76102 DURABLE SPECIALTIES, INC. P.O. BOX 381788 • DUNCANVILLE, TX 75138 • PHONE 1-972-296-6324 • FAX 1-972-780-7411 DURABLE SPECIALTIES,INC.WORK EXPERIENCE MAJOR CONTRACTS 2005 CONTRACT SCOPE OF WORK YEAR/JOB# LOCATED NAME AND AMT ADDRESS $ 592,000.00 TRAFFIC SIGNALS 2005/513 CARRIER PKWY CITY OF GRAND PRAIRIE PO BOX 534045 GRAND PRAIRIE,TX 75053 $ 138,900.00 TRAFFIC SIGNALS 2005/508 VARIOUS BECK GROUP 3178 N.GEORGE BUSH FRWY GARLAND,TEXAS 75040 $ 182,952.00 TRAFFIC SIGNALS 2005/527 VARIOUS TOWN OF FLOWER MOUND 2121 CROSS TIMBERS ROAD FLOWER MOUND,TX.75028 $ 102,850.00 TRAFFIC SIGNALS 2005/528 FM 548&MUSTANG JONES&BOYD,INC. CROSSING 17090 DALLAS PARKWAY,#200 DALLAS, TEXAS 75248 $ 187,316.00 TRAFFIC SIGNALS 2005/533 FM 3537/FM 720 REBCON, INC. AT CUSTER ROAD 1868 W. NORTHWEST HWY DALLAS, TEXAS 75220 $ 257,200.00 TRAFFIC SIGNALS 2005/537 VARIOUS CITY OF FT.WORTH 1000 THROCKMORTON ST. FT.WORTH,TEXAS 76102 $ 457,400.00 TRAFFIC SIGNALS 2005/557 MIDWAY RD REBCON, INC. 1868 W. NORTHWEST HWY DALLAS,TEXAS 75220 $ 184,000.00 TRAFFIC SIGNALS 2005/560 XIT PAVING&CONST., INC. 3934 S. HWY 287 WAXAHACHIE,TEXAS 75149 $ 115,067.50 TRAFFIC SIGNALS 2005/562 MARSH&RUNNING RATCLIFF CONSTRUCTORS, LP DUKE 14901 QUORUM DR.,#715 DALLAS,TEXAS 75254 $ 119,075.00 RED LIGHT 2005/569 VARIOUS DYNAMIC VISION MONITORING SYS. PO BOX 50748 DENTON,TEXAS 76208 $ 259,000.00 TRAFFIC SIGNALS 20051 573 CITY OF DESOTO PATCO UTILITIES FOR TRAFFIC LANE FM 1382 1617 W. HWY 303 MODIFICATION GRAND PRAIRIE,TX.75051 ARTHUR TUCKER 972-641-7901 DURABLE SPECIALTIES,INC.WORK EXPERIENCE MAJOR CONTRACTS 2006 CONTRACT SCOPE OF WORK YEAR/JOB# LOCATED NAME AND AMT ADDRESS $ 537,959.00 TRAFFIC SIGNAL 2006/601 FT.WORTH CITY OF FT.WORTH RECONSTRUCTION BERRY ST. 1000 THROCKMORTON ST. FT.WORTH,TEXAS 76102 DURABLE SPECIALTIES, INC. P.O. BOX 381788 • DUNCANVILLE, TX 75138 • PHONE 1-972-296-6324 • FAX 1-972-780-7411 DURABLE SPECIALTIES,INC.WORK EXPERIENCE MAJOR CONTRACTS 2006 CONTRACT SCOPE OF WORK YEAR/JOB# LOCATED NAME AND AMT ADDRESS $ 340,000.00 TRAFFIC SIGNAL 2006/602 CITY OF ROWLETT NORTH TEXAS CONTRACTING MILLER RD PO BOX 468 KELLER,TEXAS 76244 $ 216,989.00 TRAFFIC SIGNAL 2006/604 DENTON TOWNE SPRING VALLEY CONSTRUCTION TEMP&PERM CROSSING 10950 ALDER CIRCLE DALLAS,TEXAS 75238-1353 $ 561,675.50 TRAFFIC SIGNAL 2006/607 RICHARDSON CITY OF RICHARDSON MAINTENANCE VARIOUS LOCATIONS PO BOX 830309 RICHARDSON,TEXAS 75083-0309 $ 1,272,794.60 TRAFFIC SIGNAL 2006/609 DENTON MICA CORPORATION PERM&TEMP LOOP 288 EAST PO BOX 161609 FT.WORTH,TEXAS 76161 $ 153,000.00 TRAFFIC SIGNAL 2006/610 DALLAS SCR CONTRUCTION COMPANY IH 30&JIM MILLER RD 5420 FM 2218 RICHMOND,TEXAS 77469 $ 655,000.00 TRAFFIC SIGNAL 2006/615 YOUNG COUNTY TXDOT-WICHITA FALLS SH 16 1601 S.W. PARKWAY WICHITA FALLS,TX 76302 $ 157,293.70 TRAFFIC SIGNAL 2006/616 FRISCO CITY OF FRISCO HILLCREST RD 6859 MAIN ST. FRISCO,TEXAS 75034 $ 178,700.00 STREET LIGHTING 2006/618 LITTLE ELM TOWN OF LITTLE ELM ELDORADO PKWY 100 W.ELDORADO PKWY LITTLE ELM,TEXAS 75068 $ 87,900.00 TRAFFIC SIGNAL 2006/623 ALLEN CITY OF ALLEN HEDGCOXE RD 305 CENTURY PKWY ALLEN,TEXAS 75013-8042 $ 253,350.00 TRAFFIC SIGNAL 2006/624 WACO CITY OF WACO VARIOUS PO BOX 2570 WACO,TEXAS 76702-2570 $ 201,725.00 TRAFFIC SIGNAL 2006/626 CITY OF PLANO MCMAHON CONTRACTING RELOCATION MCDERMOTT RD PO BOX 153086 IRVING,TEXAS 75015-3086 $ 194,472.50 TRAFFIC SIGNAL 2006/627 NTTA MICA CORPORATION PROJECT#2038-DNT- PO BOX 161609 01-CN-EN FT.WORTH,TEXAS 76161 DURABLE SPECIALTIES, INC. P.O. BOX 381788 - DUNCANVILLE, TX 75138 + PHONE 1-972-a96-6324 - FAX 1-972-780-7411 DURABLE SPECIALTIES, INC.WORK EXPERIENCE MAJOR CONTRACTS 2007 CONTRACT SCOPE OF WORK YEAR/JOB# LOCATED NAME AND AMT ADDRESS $ 215,250.00 TRAFFIC SIGNAL 2007/702 AUSTIN MICA CORPORATION 183A-TURNPIKE PO BOX 161609 FT.WORTH,TEXAS 76161 $ 219,500.00 TRAFFIC SIGNAL 2007/704 CITY OF DESOTO CITY OF DESOTO SYSTEM UPGRADE VARIOUS LOCATIONS 211 E. PLEASANT RUN RD DESOTO,TEXAS 75115 $ 102,750.00 TRAFFIC SIGNAL 2007/706 GRAND PRAIRIE SPRING VALLEY CONSTRUCTION DORYN DR.&MAGNA 10950 ALDER CIRCLE CARTA DALLAS,TEXAS 75238-1353 $ 357,900.00 ADAPTIVE CONTROL 2007/708 TYLER CITY OF TYLER SIGNAL SYS US 69 PO BOX 2039 TYLER,TEXAS 75710 $ 120,921.50 TRAFFIC SIGNAL 2007/710 SEAGOVILLE DUKE CONSTRUCTION DIVIDEND DR. &POINT 5495 BELTLINE RD#360 WEST BLVD DALLAS,TEXAS 75254 $ 122,750.00 TRAFFIC SIGNAL 2007/711 DENTON ED BELL CONSTRUCTION FM 407 PO BOX 540787 DALLAS,TEXAS 75354-0787 $ 206,150.00 TRAFFIC SIGNAL 2007/712 DALLAS REBCON, INC. N.GALLOWAY AVE 1868 W.NORTHWEST HWY TO BELTLINE RD DALLAS,TEXAS 75220 $ 107,500.00 TRAFFIC SIGNAL 2007/714 WISE TXDOT-TARRANT FM 51 &PRESKITT RD PO BOX 6868 FT.WORTH,TEXAS 76115 $ 201,149.20 TRAFFIC SIGNAL 207/720 TARRANT MICA CORPORATION IH 30&CENTER ST. PO BOX 161609 FT.WORTH,TEXAS 76161 $ 385,700.00 TRAFFIC SIGNAL 2007/721 TARRANT MICA CORPORATION SH 199 PO BOX 161609 FT.WORTH,TEXAS 76161 $ 4,234,419.95 TRAFFIC SIGNAL 2007/723 DALLAS ARCHER WESTERN VARIOUS LOCATIONS 2121 AVENUE J,#103 DART-CMGC-3 LINE ARLINGTON,TEXAS 76006 NW-2, NW-3, NW-4 $ 299,800.00 TRAFFIC SIGNAL 2007/725 DALLAS TRI-CON SERVICES, INC. NAAMAN SCHOOL RD 3010 W. MAIN ST. ROWLETT,TEXAS 75088 $ 397,350.00 TRAFFIC SIGNAL 2007/729 WEATHERFORD ED A.WILSON MAIN ST.-DOWNTOWN PO BOX 11423 FT.WORTH,TEXAS 76110-0423 BIDDER'S EXPERIENCE QUESTIONNAIRE I. List equipment which you do not own but which is available be renting. _ DESCRIPTION OF EOUIPMENT NAME AND DETAILED ADDRESS OF OWNER ?005 F450 W ALTEC BUCKET DURABLE EN a 2005 VERMEER RT650 -0 3 /'° 2006 CATERPILLAR EXCAVATOR Ur,rprIVILLE T 7513E 200E BOBCAT J NID STEER LOP.DER 2000 VERMEERV575O TRENCHER 2000 SPOIL VAC 2003 CHEV DU"�P oco Ip,7T °00%FITm'?,,., CR,_`S ?onj Tr,Im' >=ANE 2004 MACK CH613 CAI; TRUCK 2006 VERMEEP, 424XLOI1 :NAVIGATOR How many years has your organization been in business as a general contractor under your present business name? 23 YEARS 3. How mane years experience in CURRENT construction work has your organization had: (a)As a General Contractor? 23 YEARS (b)Asa Sub-Contractor? 23 YEARS 4. *What projects has your organization completed in Texas and elsewhere? NAME AND DETAILED CONTRACT CLASS OF DATE - LOCATION ADDRESS OF OFFICIAL AMOUNT WORK COMPLETED CITY-COUNTY-STATE TO WHOM YOU REFER SEE ATTAC ED LIST *If requalifying only show work performed since last statement. S. Have you ever failed to complete any work awarded to you? I` If so,where and why? 6. Has any officer or owner of your organization ever been an officer or owner of another organization that failed to complete a contract? NO If so,state name of individual,other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her own name? NO If so,state name of individual,name of owner and reason. S. in what other lines of business are you financially interested? NONE 9. Have you ever performed any work for the U.S.Government?If so,when and to whom do you refer?Give detailed address. ONLY ON STATE CONTRACTS THAT RECEIVE FEDERAL FUNDS; NO DIRECT CONTRACT WITH U. S. GOVERNMENT. EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: F-5 Bond #2023447 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Durable Specialties, Inc. , as Principal herein, and (2) Great American Insurance Company of New York a corporation organized and existing under the laws of the State of(3) New York as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Hundred Sixty Four Thousand Dollars and No Cents Dollars ( $164,000.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors rand assigns,jointly and severally, firmly by these presents: -�- WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 21st day of August , 2007, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: TWO TRAFFIC SIGNAL INSTALLATIONS AT THE INTERSECTIONS: OF SH 170 WEST BOUND FRONTAGE ROADMARK VISTA BLVD AND SH 170 EAST BOUND (� FRONTAGE ROADMARK VISTA BLVD Proiect No. C201-20 2 7100417 82; TPW-TS- (r 2007-00022. NOW THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. rPROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the 'r Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. Igo L 3 lr �r SIGNED and SEALED this 21st day of August , 2007. L Durable Rpecialties, Inc. L PRINC AL [r ATTEST: By: (. QAAJD�J UMLvLJ- Name: �r (Principal) Secretary ,1 Title: (S E A L) Address: P.O. sox 381788', Duncanville, TX 75138 Witness as to Principal Great American Insurance Company of New York SURETY By: Name: Jack M. Crowley Secretary Attorney in Fact (S E A L) Address: 2201 N. Collins #295 Arlington, TX 76011-2698 Wit ss a to Surety Telephone Number: 817-794-1600 .r NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. �r GREAT AMERICAN INSURANCE COMPANY OF NEW YORK GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:580 WALNUT 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 THREE No. 0 16961 POWER OF ATTORNEY KNOW ALL MEN BYTHESE 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 in 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 WAYNE A.COBLE ARLINGTON,TEXAS $75,000,000 PATRICIA A.SMITH This Power of Attorney revokes all previous powers issued in 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 1 Oth day of July 2006 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK SF.A1� +w DAVID C.KITCHIN(513-412-46)2) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 10th day of July,2006 , 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 the 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. KAREN L.BERRY NOTARY PUBLIC,STATE OEOHIO My Commission Expires 02-16-09 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 July 27, 1995. RESOLVED:That the Division President, the several Division Vice Presidents and 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 or 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, RONALD C. HAYES, 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 July 27, 1995 have not been revoked and are now in full force and effect. Signed and sealed this 21st day of August , 2007 Aviv nt t"ran NUN Bond #2023447 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Durable Specialties,Inc. , as Principal herein, and (2) Great American Insurance Company of New York a corporation organized under the laws of the State of(3) New York , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of One Hundred Sixty Four Thousand Dollars and No Cents Dollars ( $164,000.00 ) for the payment of which sum we bind ourselves, our heirs, L executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 219` day of August , 2007, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of TWO TRAFFIC SIGNAL INSTALLATIONS AT THE INTERSECTIONS: OF SH 170 WEST BOUND FRONTAGE ROAD/PARK VISTA BLVD AND SH 170 EAST BOUND FRONTAGE ROADMARK VISTA BLVD Proiect No. C201-20 2 7100417 82; TPW-TS-2007-00022. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. �r/ r la 100 SIGNED and SEALED this 21sT day of August , 2007. L IM Durable/Specialties, Icn. PRIN AL �r AT T EST: By: If Z' 1 C6 hAA vw \l✓ t Na e: 71 C� CO-1 (Principal) Secretary -T ' Title: eiY� jr (S E A L) Address: P•0. Box 381788 Duncanville, TX 75138 L Witness as to Principal Great American Insurance Company of New York SURETY L �C�L �> ame: ack M. Crowley Secretary Attorney in Fact L (S E A L) Address: 2201 N. Collins #295 Arlington, TX 76011-2698 LWines as t Surety- Telephone Number: 817-794-1600 LNOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety C Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. L L GREAT AMERICAN INSURANCE COMPANY OF NEW YORK GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:580 WALNUT 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 THREE No. 0 16961 POWER OF ATTORNEY KNOW ALL MEN BYTHESE 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 w person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute in 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 WAYNE A.COBLE ARLINGTON,TEXAS $75,000,000 PATRICIA A.SMITH This Power of Attorney revokes all previous powers issued in 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 10th day of July 2006 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK �66 DAVID C.KITCHIN(513-412-4602) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 10th day of July,2006 , 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 the 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. ;_• KAREN L.BERRY -`; NOTARY PUBLIC,STATE OF OHIO �L� s1 psyln My Corrxnission Expires 02-16-09 r ti 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 July 27, 1995. RESOLVED:That the Division President the several Division Vice Presidents and 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 or 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. u CERTIFICATION I, RONALD C. HAYES, 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 July 27, 1995 have not been revoked and are now in full force and effect. Signed and sealed this 21 s t day of August 12007 � SEAL,% Icds"nrrr Sr :rrui ow Bond# 2023447 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Durable Specialties, Inc. ("Contractor'), as principal, and, Great American Insurance Company of New York a corporation organized under the laws of the State of New York ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Hundred Sixty Four Thousand Dollars and No Cents Dollars ( $164,000.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 21st of August , 20 07, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: of TWO TRAFFIC SIGNAL INSTALLATIONS AT THE INTERSECTIONS: OF SH 170 WEST BOUND FRONTAGE ROAD/PARK VISTA BLVD AND SH 170 EAST BOUND FRONTAGE ROAD/PARK VISTA BLVD the same being referred to herein and in said contract as the Work and being designated as project number(s) Proiect No. C201-20 2 71 00417 82; TPW-TS-2007-00022 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of �^ the work by the City; and [ WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term "~ of Two Year _; and A WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each of which shall be deemed an original, this 21"t day of August , A.D. 2007. Durabl Specialties, Inc. PR PAL Ai ZEST. By. / Y \,v N me: Ti C. PJC�, , (Principal'�cipal' Secretary !� Title: i (S E A L) Address: P.O. Box 381788 i Duncanville, TX 75138 4� _-MkOL-K-A V Witness as to Principal Great American Insurance Company of New York SURETY By: "e'00'e z�5 �L Name: Jack M. Crowley Secretary Attorney in Fact (SEAL) Address: 2201 N. Collins #295 Arlington, TX 76011-2698 Wit ss s to Surety Telephone Number: 817-794-1600 NO E: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. GREAT AMERICAN INSURANCE COMPANY OF NEW YORK GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:580 WALNUT 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 THREE No.0 16961 POWER OF ATTORNEY KNOW ALL MEN BYTHESE 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 in 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 WAYNE A.COBLE ARLINGTON,TEXAS $75,000,000 PATRICIA A. SMITH This Power of Attorney revokes all previous powers issued in 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 10th day of July 2006 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK p. DAVID C.KITCHIN(513-412-4W2) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this loth day of July,2006 , 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 the 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. KAREN L.BERRY ,I -�` NOTARY PUBLIC,STATE OF OHIO My Commission Expires 02-16-09 .+ 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 July 27, 1995. RESOLVED:That the Division President, the several Division Vice Presidents and 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 or 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, RONALD C. HAYES, 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 July 27, 1995 have not been revoked and are now in full force and effect. Signed and sealed this 2 1 s t day of August , 20C17 � SEAL` Vm!i nil S.r r.6in PART G CONTRACT G-0 Y CITY OF FORT WORTH, TEXAS CONTRACT Y THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: } COUNTY OF TARRANT This agreement made and entered into this the 21st day of August , 2007 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and Durable Specialties, Inc. HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. - That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: TWO TRAFFIC SIGNAL INSTALLATIONS AT THE INTERSECTIONS: OF SH 170 WEST BOUND FRONTAGE ROAD/ PARK VISTA BLVD AND v SH 170 EAST BOUND FRONTAGE ROAD/PARK VISTA BLVD Designated as project number, C201-20 2 71 00417 80; TPW-TS-2007-00022 . 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. C-1 u The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Department of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 45 (Forty Five) working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 210.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such inium damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged ne_gli_gence of Owner, its officers, servants or employees. C-2 In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) _ provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and -. such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A shall be ONE HUNDRED SIXTY FOUR THOUSAND DOLLARS AND NO CENTS $164,000.00 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Transportation and Public Works Department. 10. C-3 The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. i It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. R IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its .. duly authorized officers in Six 6 counterparts with its corporate seal attached. C-4 r� Done in Fort Worth, Texas, this the 21ST day of August , 20 07 . CITY OF FORT WORTH ASSISTANT CITY MANAGER APPROVED: f f. 4 DIRECTOR, TRANSPORTATION AND PUBLIC WORKS 1oyC091 e SPeuaI es ,--r-nC-- ATTEST: (Contractor) _ CITY SECRE Y (SEAL) .- C CC;.. _I a � � BY: /3 � :�ri zation ( epresentati e) D��te (TITLE) I� U) I ?�' AP;ROD AS F M & (Address) LE TUOU0V 11 e l �5138 (City/State/Zip) AT CI ATTOR Y November 1960 Revised May 1986 Revised September 1992 Revised January 1993 y Revised April 1999 Revised June 1999 Revised June 2001 i f7