Loading...
HomeMy WebLinkAboutContract 397789 SPECIFICATIONS CITY SECRETARY�q-�-�� CONTRACT NO..y.LLL.L� AND CONTRACT DOCUMENTS FOR ORDER STREET LIGHT CONSTRUCTION SERVICES AT, VARIOUS LOCATIONS CITY WIDE, IN THE CITY OF FORT WORTH, TEXAS TPW PROJECT NO. TPW-TS-2009-001 AUGUST 2009 MONCRIEF DALE A. FISSELER, P.E. AYOR CITY MANAGER WILLIAM A. VERKEST, P. E., DIRECTOR NSPORTATION AND PUBLIC WORKS DEPARTMENT GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TRAFFIC SERVICES DIVISION M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA Fol rWoRTH COUNCIL ACTION: Approved on 1/12/2010 DATE: 1/12/2010 REFERENCE `,,C-24016 LOG NAME: 20STLTCONSTTASKORDERSVCS NO.. CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with C & S Utility Contractors, Inc., for Task Order Street Light Construction Services at Various Locations Citywide for an Annual Amount Up to $489,744.50 -- RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with C & S Utility Contractors, Inc. for task order street light construction services at various locations citywide fc an annual amount up to $489,744.50. DISCUSSION: In order to improve the Street Light Program and put more focus on maintenance, staff will be dedicated to maintenance and most new street light installation will be outsourced. This contract will also be used to fulfill the City's commitment to install street lights within new subdivisions funded by the developers through Community Facilities Agreements. Staff anticipates that 203 street lights will be installed using this contract. The expected annual — maintenance cost for each new street light is $116.00 per year. The project was advertised for bid in the Fort Worth Start Teleqram on August 13, 2009 and August 20, 2009 and the following bids were received: BIDDER 11 AMOUNT IC & S Utility Contractors, Inc. 11 $ 489,744.501 IForcecon Services, LLC 11 $ 514,516.001 Independent Utility Construction Inc. 1 $ 602,380.501 - Highway Intelligent Traffic Systems, Corp. 11 $ 774,532.501 JBean Electrical, Inc. 11 $ 836,144.501 (MasTec North America, Inc. 11 $ 986,084.351 lConatser Construction, TX LP 11 $1,184,212.501 Staff considers C & S Utility Contractors, Inc.'s bid to be fair and reasonable and recommends approval. C & S Utility Contractor's, Inc., is in compliance with the City's M/WBE ordinance by committing to 1', percent M/WBE participation. The City's goal on this project is 11 percent. This project is citywide. FISCAL INFORMATION/CERTIFICATION: http://apps.cfwnet.org/c.ouncil_packeti'ine _review.asp?I D=12776&councildate=1/12/2010 1113/2010 M&C Review Page 2 of 2 The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the New Development and Street Light and Signal Improvements Fund: TO Fund/Account/Centers FROM Fund/Account/Centers C201 5VARIOUS 20VARIOUS $177.050.00 C202 5VARIOUS 20VARIOUS $312.694.50 Submitted for Citv Managers Office bv: Fernando Costa (6122) Originating Department Head: William Verkest (7801) Additional Information Contact: George Behmanesh (7914) ATTACHMENTS http://spps.cfwnet.org/c(iuncil_packet/mc review.asp?ID=12776&councildate=l/l2/2010 1/13/2010 4 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 Street Light Construction Specifications Part F Certificate of Insurance and Bonds Certificate of Insurance •• Contractor Compliance With Worker's Compensation Law Experience Record Equipment Schedule Maintenance Bond Performance Bond �. Payment Bond Part G Contract no PART A NOTICE TO BIDDERS AND SPECIAL INSTRUCTIONS TO BIDDERS -10 wo no NOTICE TO BIDDERS wo Sealed proposals for the following: FOR: TASK ORDER STREET LIGHT CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITY WIDE PROJECT NO. TPW-TS-2009-001 The project consists of the complete installation of street lights, underground conduit, cables, concrete pole foundations, etc. at various locations based on task orders. Task orders may come in the form of sealed engineering drawings or work orders issued by staff engineers. Quantities listed in the bid proposal represent annual estimate of quantities for the installation of 250 new street lights. Actual quantities required will vary F based on the task orders issued during the year. The task orders may include quantities or items to be removed. Addressed to Mr. Dale A. Fisseler, P.E., City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursday, September 3, 2009 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained beginning Thursday, August 13, 2009 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 $15.00; such deposit will be nonrefundable. These documents contain additional information for prospective bidders. A non -mandatory Pre -Bid Conference will be held at 10:30 AM on Tuesday, August 25, 2009 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 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 T 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. t 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 Jeremy Lovell, at (817) 392-6596. Advertising Dates: August 13, 2009 and August 20. 2009 ar "V 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. aw 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 -W 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. r 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 IM 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 no 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. 00 MW 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 .. Im FJ Im 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. 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 ;nr SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. LIOUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General _ Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of ,. prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. .. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of 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 bw ($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 may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. VW ADDITIONAL INSURANCE REOUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 _ Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS r -3- .. 06 or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal ' funds The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort 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. "W Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: aw • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a .. particular month, place a "0" or "no participation" in the spaces provided, and provide a brief explanation. SPECIAL INSTRUCTIONS TO BIDDERS ..r -5- • The Contractor shall provide the M/WBE Office proof of Davment 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 Reauest for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. VW 2. If the change affects the committed M/WBE participation goal, state clearly how IF and why in documentation. M a. All requests for changes must be reviewed and pre -approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. "' • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total .. participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 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 determined 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. IF 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 M. 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. No 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. 10 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. ow Persons providing services on the project ("subcontractor" in_ 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken SPECIAL INSTRUCTIONS TO BIDDERS -7- to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or �. materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage UW vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification .. codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor 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. ,. E. The contractor shall obtain from each person providing services on a project, and provide to the City: .• (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or " personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. .. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 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 }f of the person providing services on the project, for the duration of the project; MW (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 notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive ., information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, •• members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. .. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless SPECIAL INSTRUCTIONS TO BIDDERS aw - 10 - rn against any and all claims or allegations filed by third parties against City arising out of go Contractor's alleged failure to comply with the ADA in the performance of this contract. 19. COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS (a) Dutv to Dav 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) ComDlaints of Violations and Citv 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 .. 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 MW 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 lth 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 r� -11- (f) Pav 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 Wale 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. (i) Davis — Bacon Act: Some task orders may be funded using grants through the Federal Housing and Urban Development Administration. On these tasks orders, the selected contractor will be require to submit payroll documentation showing wage rates in compliance with the Davis — Bacon Act. v SPECIAL INSTRUCTIONS TO BIDDERS -12- rs IM CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 2008 CLASSIFICATION no AIR TOOL OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER CARPENTER CONCRETE FINISHER (PAVING) CONCRETE FINISHER HELPER (PAVING) CONCRETE FINISHER (STRUCTURES) CONCRETE RUBBER ELECTRICIAN FLAGGER FORM BUILDER (STRUCTURES) FORM LINER (PAVING & CURB) FORM SETTER (PAVING & CURB) FORM SETTER (STRUCTURES) tir LABORER, COMMON LABORER, UTILITY �* MECHANIC OILER SERVICER PAINTER (STRUCTURES) PIPELAYER PIPELAYER HELPER BLASTER ASPHALT DISTRIBUTOR OPERATOR ASPHALT PAVING MACHINE BROOM OR SWEEPER OPERATOR wm BULLDOZER CONCRETE CURING MACHINE CONCRETE FINISHING MACHINE CONCRETE PAVING JOINT MACHINE CONCRETE PAVING JOINT SEALER CONCRETE PAVING SAW CONCRETE PAVING SPREADER SLIPFORM MACHINE OPERATOR CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL FOUNDATION DRILL OPERATOR (CRAWLER MOUNTED) FOUNDATION DRILL OPERATOR (TRUCK MOUNTED) RATE $10.06 $11.01 $8.80 $14.15 $12.80 $12.85 $9.70 $13.27 $10.61 $18.12 $8.43 $11.63 $10.23 $11.83 $9.73 $9.18 $10.65 $16.97 $14.98 $12.32 $13.17 $11.04 $6.75 $11.50 $13.99 $12.78 $9.88 $13.22 $12.00 $13.63 $12.50 $9.00 $13.56 $14.50 $12.33 $14.12 $13.67 $16.30 CLASSIFICATION FRONT END LOADER MILLING MACHINE OPERATOR MIXER (OVER 16 CF) MOTOR GRADER OPERATOR (FINE GRADE) MOTOR GRADE OPERATOR (ROUGH) PAVEMENT MARKING MACHINE ROLLER, STEEL WHEEL (PLANT -MIX PAVEMENTS) ROLLER, STEEL WHEEL (OTHER (FLATWHEEL OR TAMPING) ROLLER, PNEUMATIC SELF- PROPELLED SCRAPER SCRAPER TRACTOR -CRAWLER TYPE TRACTOR -PNEUMATIC TRAVELING MIXER WAGON -DRILL, BORING MACHINE REINFORCING STEEL SETTER (PAVING) REINFORCING STEEL SETTER (STRUCTURAL) STEEL WORKER -STRUCTURAL SPREADER BOX OPERATOR WORK ZONE BARRICADE TRUCK DRIVER -SINGLE AXLE (LIGHT) TRUCK DRIVER -SINGLE AXLE (HEAVY) TRUCK DRIVER -TANDEM AXLE (SEMI -TRAILER) TRUCK DRIVER-LOWBOY/FLOAT TRUCK DRIVER -TRANSIT MIX TRUCK DRIVER -WINCH VIBRATOR OPERATOR (HAND TYPE) WELDER END OF SECTION RATE $12.62 $11.83 $11.58 $15.20 $14.50 $10.04 $11.28 $10.92 $11.07 $11.42 $12.60 $12.91 $12.03 $14.00 $14.86 $16.29 $17.43 $10.92 $10.09 $10.91 $11.47 $11.75 $14.93 $12.08 $9.80 $7.32 $13.57 SPECIAL INSTRUCTIONS TO BIDDERS -13- w .. .. PART B PROPOSAL VENDOR COMPLIANCE TO STATE LAW CONFLICT OF INTEREST DISCLOSURE REQUIREMENT M/WBE FORMS 6J wo T PROPOSAL TO: Dale A. Fisseler, P.E. City Manager City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 FOR: TASK ORDER STREET LIGHT CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITY WIDE PROJECT NO. TPW-TS-2009-001 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the specifications and the proposal, 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 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 for task order street light construction services. Proposal t Annual Estimate for the Completion of Street Light Task Order Construction Services PAY UNIT ITEM APPROX.QTY UNIT ITEM DESCRIPTION COST TOTAL COST Conduit -Schedule 40, PVC 2 33 7 � p D l 461, o0 1 29300 LF Inch Open Cut — Install Conduit -Schedule 40, PVC 1- 11/4 3 D 3.21 550.'0 2 9300 LF Inch Open Cut — Install • Jper a-4-4 Conduit -Schedule 40 PVC, 2 ` �� • 00 .3,5/� p00• °6 3 ?400 LF Inch Bore — Install )P6^ A e/� Conduit -Schedule 40 PVC 1- �d • ep p pD• °D 4 300 LF 1/4 Inch Bore — Install '331 _ I Conduit -Rigid Metal 2 IInch—Install d goo, ° ° 5 200 LF I Conduit -Rigid Metal 1-1 /4 I •00 a O 0. o 6 200 LF Inch — Install Conduit Rigid Metal 2 Inch For Riser With Hardware — °� eD S.Z S 7 3 EA Install Conduit Rigid Metal 1-1/4 Inch For Riser With Hardware ! %'Q°0 ,o 3'SIDD , 8 20 EA — Install ' Cable-Num. Cable-Nu1 Insulated I /• sd I SQ,00 7S6.00 9 500 LF THHW — Install f Cable-num. 2 insulated ��/ p� p , 00 10 10000 LF Stranded THHW — install Cable-Num. 4 Insulated 83 Sd ;2 9 7. jO 11 60600 LF Stranded THHW— Install I Cable-Nu6 Insulated �9 I 0 9860 • ° 12 20000 LCable-Num.I Stranded THHW—install Cable-Num. 8 Insulated • 60 I 36 Opp, 13 50000 LF Stranded THHW—install t� 14 500 I LF Cable-Num. 14 Solid — Install /d S• 'O ` I �GaD`,Aera I I Cable #6 Tri-plex Overhead - (Install ,5.t; ��aa• p0 15 0.5 LF • ��sav fera%I I I Cable #6 Du-plex Overhead I s6 I ���� • e' 16 0.4 LF Install _ /pro' ft����• I Cable #4 Tri-plex Overhead — (Install ` -5.6 oe f 17 0.7 LF Light-100 W HPS Cobra Head 00 Fixture; Photo -Cell & Lamp — /yl�, D SO • 18 25 EA Install .. Light-200 W HPS Cobra Head Fixture; Photo -Cell & Lamp — 19 25 EA Install Proposal B - 2 Light-100 W MH Cobra Head Fixture; Photo -Cell & Lamp — °D 20 25 EA Install Light-150 W MH Cobra Head 00 Fixture; Photo -Cell & Lamp — / 7,s,. ° ° •el3 7s . 21 25 EA Install Light -Concrete Foundation x/00, o8 371 ;�00. 00 22 93 EA Type 7 — Install Light -Concrete Foundation S915. 06 ffa , 00 23 24 EA Type 1, 2 & 4 — Install Light -Concrete Foundation 6 dd ! °D /S/ 000. 00 24 25 EA Type 3— Install Light -Concrete Foundation d Oda• �O 25 50 EA Type 5,6,8, or 9 — Install Light -Type 1, 4, & 6 Pole & ee Arm — Install item supplied by /3 7..S6 / 376. 26 10 EA the City Light -Type 11, 8, D-25,18. 18A Pole & Arm — Install 13 7 SD 6 � s • Gb 27 50 EA istall supplied by the City Light-Type,D-40 9 or oo 9TPole& Arm — Install item 137. S6 9 8 7S . 28 50 EA supplied by the City Wood Pole Arm Install item S 5.. s 5S D . 00 29 10 EA supplied by the City 30 10 EA Wood Pole 30' or 35' — install /aS. /o2SO. do Light -Ornamental Pole & Fixture — Install item supplied 50.. bD q&1 5-v.,Pa 31 93 EA by the City Light -Salvage Existing Street ISO. o0 6,060.10 32 40 EA Light Equipment — Remove Electrical Ground Box with IS 6. °° ^3SO. 00 33 69 EA Lid - Small — Install Electrical Ground Box with :22 S. ° ° 'ids oo. 00 Lid and Apron - Small — 34 20 EA Install Light -Photo -Cell Contact a ° p6 Closure Circuit Control Pad o2 SO. /S 00 • mount— Install item supplied 35 6 EA by the City Light -Photo -Cell Contact o Closure Circuit Control Pole '2JO. mount— Install item supplied 36 2 EA by the City 37 160 SF Walk — Install /, e0 /140. ad Proposal B - 3 38 39 I 40 41 Proposal 160 SF Walk —Remove Maintain roadway traffic 10 EA control Furnish right of way work 10 EA permits Cable- Nuan 10 Insulated 52650 LF Stranded T RWAnstall TOTAL $iD -$y89 7y9'-6'0 I JI I:� CONTRACTOR WILL BE SELECTED ON BASIS OF TOTAL BID i 9 9 Proposal 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 one calendar year 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 formal contract and will deliver an approved Surety Bond and other bonds required by the Contract Documertg for the faithful performance of they Contract. The attachi-A 1%;,4:-Urity in the amount of 5% in the sum �Ky'yyati►.7�i�tw,►���^i(t_Zoll�a'S�Bpa' _� 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 each task order, and to complete the contract within reasonable time as agreed unon with the Droiect en ig neer after beginning construction as set forth in the written work order to be furnished by the Owner. (I/we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) C 14)6 Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully Submitted:: I By: C%� +r•% 5 As/e°y 5"I T`S Title: Contractor: Address: 1> Telephone: .91 %— 2a9— 96.7-3 (SEAL) Date B - 5 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out -of -State contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out -of -State or nonresident bidders in order for your bid to meet specifications. The failure of out -of -State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in to underbid resident bidders. (give State), our principal place of business, are not required B. Our principal place of business or corporate offices are in the State of Texas. [?/ 1101007�f:7i G'7'5 �j� %y C.i•,�/r�L By. 6WawlS �Cs�,Gysicy�r'S (Please print) �7�s ag7 City State Zip Signature: Title: /t�S, �A4r/Gs c✓ S•�y/oiS (Please print) THIS FORM MUST BE RETURNED WITH YOUR OUOTATION 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 i 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. J Name of person doing business with local governmental entity. I 21 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.) J 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. J Describe each affiliation or business relationshipwith a person who is a local government officer and who p g appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Amended 01113/2006 FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is ��% of the total bid (Base bid applies to Parks and Community Services). r� } 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 i 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. h"�Wsfwlal I . _ w6Wn 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: _ 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. I FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11 / 1 /05 ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY Any C I Check applicable block to describe prime PROJECT NAME: I M/W/DBE I I NON-M/W/DBE I BID DATE 9/3�0 9 City's MAYBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER /S % TfW -Ts- a009 _ as Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional ■f and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications MfWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 ".. tier, a payment by a subcontractor to its supplier is considered 2nd 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 Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 I FORTWORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N SUBCONTRACTOR/SUPPLIER (check one) T T � Detail Detail Company Name ; N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M W Telephone/Fax r B B R O B E E C T E A / v fUhY 4 d -4- e 6? va►.ac10 / / x -79 p 07 I 111 r r 1 r 7 S7'A e :S FoM 7yj 66 5. r Rev. 5/30/03 FORT x ATTACHMENT IA Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T Company Name i N T Detail Detail Address M yy C x M Subcontracting Work Supplies Purchased Dollar Amount T D hone/Fax B Telephone/Fax P r E E R O C T E A r f� l� 1 Rev. 5/30103 10 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 7 y / d J( 00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ % / 1 6 �y• 00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ / � j y/ 3 D 9 , " The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. r� w J, Authoriz ignature P�slos,.�— Title S 1 Com ny Name 6,70r 141*y .2e,7 Address Wa yr to 600/ City/Staterzip 1 44"Ies GJ 5,4y/o rS Printed Signature Contact Name/Title (if different) ga-R?9-96V 3 - f Al- 8/?-5-41-lme Telephone and/or Fax b- k-5/eySay/orr ewo/.C'a.h E-mail Address Date 9/L/got 9 Rev. 5/30/03 No .� ATTACHMENT 113 FORT NORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: I MNV/DBEL I NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managinq Department on or before 5:00 p.m., five f 5) City business days after bid pnenina, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? I YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. I Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information 06 regarding actual work performed by all subcontractors, including MMBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MIWBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or -- debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of M 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. h; Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address I_ City/StateMp Date F Rev. 5/30/03 a ATTACHMENT 1C Page 1 of 3 FORT WORTH AM City of Fort Worth Good Faith Effort Farm PRIME COMPANY NAME: I Check applicable block to describe prime PROJECT NAME: ! MNV/DBE I -I NON MNV/DBE— BID DATE City's MNVBE Project Goal: PROJECT NUMBER If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your w` DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the .. Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES swOF FIRMS1 On Combined Projects, list each subcontracting and or supplier opportunity through the 2"° tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities r r r so Rev. a5 WO3 .. ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's MIWBE Office. Yes No No am aw am Date of Listing 3.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (if yes, attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MIWBE firm, person contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide MW dispute concerning quotes, the bidder will provide for confidential in -camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection VW ATTACHMENT1C Page 3of3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and - accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder alsoL-ag-rees to allow an audit and/or examination of any books, records and •- files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature ,. Title Printed Signature Contact Name and Title (if different) Company Name Phone Number Fax Number „ Address City/State/Zip r Email Address Date rs Rev. 0513E M Joint Venture Page 1 of 3 PORT WORTH .. '/ CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA "if applicable. a Name of City project: A joint venture form must be completed on each project _ RFPBid/Purchasing Number: 1. Joint venture information: •• Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the .. joint venture M/WBE firm I Non-M/WBE name: firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular uor Certification Status: E-mail address ' Name of Certifying Agency: ML111000 M'' 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: I I I Rev. 5iMV0 3 Joint Venture Page 2 of 3 am 3. What is the percentage of NI/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: .. a. Estimating ------------------------------------- b. Marketing and Sales , ---------------------------------------------- c. Hiring and Firing of management personnel ---------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations .. The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. 4M a Rev. 5/30/03 Joint Venture Page 3 of 3 AFFIDAVIT ..� The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds •� for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. ----------------------- ------- -------------------- --------- - ----- - - - Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Signature of Owner �r Printed Name of Owner �+ Signature of Owner Title Date State of On this Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Date Notarization County of day of ,20 , before me appeared r and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name ,.. Notary Public Signature Commission Expires (seal) Rev. 5/30/03 PART C GENERAL CONDITIONS See city of Fort Worth Standard Specifications For Street and Storm Drain Construction. PART D SPECIAL PROVISIONS i 40. t i� VAW Im SPECIAL PROVISIONS FOR. STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ...................................................... ....................................... ....... SP-4 2. AWARD OF CONTRACT..........................................................................................SP-4 3. PRECONSTRUCTION CONFERENCE, ................................................................. _SP-4 4. EXAMINATION OF SITE ..................... ........ ......................... .................................... SP-5 5. BID SUBMITTAL.......................................................................................................SP-5 6. WATER FOR CONSTRUCTION............................................................... ................ SP-5 7. SANITARY FACILITIES FOR WORKMERS..............................................................SP-5 8. PAYMENT.......................................................................................I......... I ............... SP-5 9. SUBSIDIARY WORK....... .................................. I ............... ........ .............................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC.......................................................................................................SP-6 11. WAGE RATES ................ .......................................................................................... SP-6 12. EXISTING UTILITIES .......................... .................. ............................................. .......SP 7 13. PARKWAY CONSTRUCTION...................................................................................SP-7 14. MATERIAL STORAGE ...................... ........................................................................ SP-7 15. PROTECTION OF EXISTING UTILITIES ANDIMPROVEMENTS ................................... .......................................................... SP 7 16. INCREASE OR DECREASE IN QUANTITIES .................. ......................................... SP-8 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS..................................SP-8 18. EQUAL EMPLOYMENT PROVISIONS......................................................................SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (MIWBE) COMPLIANCE...........................................................................................SP-9 20. FINAL CLEAN UP ... ......... ...................................................................... .............. ....SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ............................................... ............................................ SP-10 22. SUBSTITUTIONS..................................................................................................... SP-13 23. MECHANICS AND MATERIALSMEN'S LIEN...........................................................SP-14 24. WORK ORDER DELAY........................................................................................... SP-14 25. WORKING DAYS.................................................................................................... SP-14 26. RIGHT TO ABANDON............................................................................................. SP-14 27. CONSTRUCTION SPECIFICATIONS..................................................................... SP-14 28. MAINTENANCE STATEMENT................................................................................ SP-14 29. DELAYS....................................................................................................... SP-14 30. DETOURS AND BARRICADES............................................................................... SP-15 31. DISPOSAL OF SPOIL/FILL MATERIAL.................................................................. SP-15 32. QUALITY CONTROL TESTING.............................................................................. SP-15 33. PROPERTY ACCESS............................................................................................. SP-16 34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ...................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS................................................... SP-17 36. RIGHT TO AUDIT.................................................................................................... SP-17 37. CONSTRUCTION STAKES .................................... ............................................ ..... SP-17 38. LOCATION, OF NEW WALKS AND DRIVEWAYS ................................................. SP-18 39. EARLY WARNING SYSTEM FOR CONSTRUCTION.... ........................................... SP-18 40. AIR POLLUTION WATCH DAYS............................................................................. SP-18 06/20/08 SP-1 uw SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM - UNCLASSIFIED STREET EXCAVATION ....................................... SP-19 42. PAY ITEM - 6" REINFORCED CONCRETE PAVEMENT ................................... SP-19 43. PAY ITEM - SILICONE JOINT SEALING........................................................... SP-21 44. PAY ITEM - 7" CONCRETE CURB ........... ............... ,........................ ,................ SP-25 45. PAY ITEM - RETAINING WALL......................................................................... SP-25 46. PAY ITEM - REPLACE EXIST. CURB AND GUTTER ........................................ SP-25 47. PAY ITEM - HMAC TRANSITION...................................................................... SP-25 48, PAY ITEM - 6" PIPE SUBDRAIN........................................................................ SP-25 49, PAY ITEM - TRENCH SAFETY.......................................................................... SP-26 50. PAY ITEM - 8'" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION....................................................... SP-26 51. PAY ITEM - 6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES)............................................................. SP-26 •• 52. PAY ITEM - CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS)................................................................................. SP-27 „. 53. PAY ITEM- REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEELCHAIR RAMPS ..................... SP-28 54. PAY ITEM - REMOVE EXISTING CURB AND GUTTER ................................... SP-28 55. PAY ITEM - REMOVE EXISTING CURB INLET ................................................ SP-28 56. PAY ITEM - 6" REINFORCED CONCRETE DRIVEWAY ................................... SP-28 57. PAY ITEM - REMOVE AND CONSTRUCT CONCRETE STEPS ....................... SP-28 58. PAY ITEM- 4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP.................................................................... SP-29 59. PAY ITEM - REMOVE AND REPLACE FENCE ................................................. SP-29 60. PAY ITEM - STANDARD 7" CURB AND 18" GUTTER ....................................... SP-30 61. PAY ITEM - REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUSSP-30 62. PAY ITEM - BORROW...................................................................................... SP-30 63. PAY ITEM - CEMENT STABILIZATION............................................................. SP-30 64. PAY ITEM - CEMENT........................................................................................ SP-30 65. PAY ITEM - NEW 7" CONCRETE VALLEY GUTTER ........................................ SP-30 66. PAY ITEM - STORM DRAIN INLETS................................................................. SP-31 67. PAY ITEM - TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN...................................................................... SP-31 68. PAY ITEM - STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) ...................... SP-31 69. PRE BID ITEM - PROJECT DESIGNATION SIGN ................................................... SP-33 70. PRE BID ITEM - UTILITY ADJUSTMENT ......... ,...................................................... SP-34 71. PRE BID ITEM - TOP SOIL...................................................................................... SP-34 72. PRE BID ITEM - ADJUST WATER VALVE BOX...... ................................................ SP-34 im 06/20/08 SP-2 ow SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 73. PRE BID ITEM - MANHOLE ADJUSTMENT....................................................... SP-34 74. PRE BID ITEM - ADJUST WATER METER BOX ................................................ SP-36 75. NON -PAY ITEM - CLEARING AND GRUBBING ......................................... ...... SP-36 76. NON -PAY ITEM - SPRINKLING FOR DUST CONTROL ....................................... SP-36 77. NON -PAY ITEM - PROTECTION OF TREES, PLANTS AND SOILS .................... SP-36 78. NON -PAY ITEM - CONCRETE COLORED SURFACE ........................................ SP-36 79. NON -PAY ITEM - PROJECT CLEAN-UP.............................................................. SP-37 80. NON -PAY ITEM - PROJECT SCHEDULE............................................................. SP-37 81. NON -PAY ITEM - NOTIFICATION OF RESIDENTS...... ....................... ............... SP-37 82. NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ............................................... SP-37 83. NON -PAY ITEM - PRE -CONSTRUCTION NEIGHBORHOOD MEETING ............ SP-38 84. NON -PAY ITEM - WASHED ROCK...................................................................... SP-38 85. NON -PAY ITEM - SAWCUT OF EXISTING CONCRETE ..................................... SP-38 86. NON -PAY ITEM - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES............................................................. SP-38 87. NON -PAY ITEM - TIE-IN INTO STORM DRAIN STRUCTURE..... .......... ............. SP-39 88. NON -PAY ITEM - SPRINKLER HEAD ADJUSTMENT .......................................... SP-39 89. NON -PAY ITEM — FEE FOR STREET USE PERMITS AND RE -INSPECTIONS... SP-39 90. NON -PAY ITEM - TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN1 ACRE)......................................................................... SP-40 91. NON -PAY ITEM -- 'GREEN' CEMENT POLICY ...................................................... SP-41 92. PAY ITEM - TRAFFIC CONTROL............................................................... SP-41 06/20/08 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: TASK ORDER STREET LIGHT CITY PROJECT NO.: TPW-TS-2009-001 CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITY WIDE 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Construction of STREET LIGHTS and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. The Contractor can bid either the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid. MW Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City - City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and 06/20/08 SP-4 .. progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. As used herein, the term "Engineer" shall mean the design engineer who prepared and sealed the plans, specifications and contract documents for this project. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit _ the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. During 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. 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 as appropriate and as determined by the Director of the Engineering Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, 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 or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from 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. MW 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's DQM particular attention is directed to the requirements of Item 7, "Legal Relations and 06/20/08 SP-5 Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Dutv to r)av Prevailina Waae 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. sm 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. Complaints of Violations and Citv Determination of Good Cause. ., On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial 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. 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 11th day after the date that .. arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. VW 06/20/08 SP-6 no 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. Pav 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. MW Postina of Waae Rates. .. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 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. (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES: The locations 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 location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services �- encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Engineering Department. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. —W 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. MW The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, VW they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. aw 06/20/08 SP-7 %s •• 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field k measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will hrNr be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. I 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants k. 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 City, 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, w employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and V all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City 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 negligence of City, its officers, servants or employees. M In the event City 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 City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort L Worth public work from a Contractor against whom a claim for damages is outstanding AW as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 06/20/08 SP-8 VW ow •• 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City ., contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. 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 MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission 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 statement. Further, any such ., misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non -responsive to specifications. Contractor shall provide copies of subcontracts or co -signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- " responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the .. M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. .. 06/20/08 SP-9 Mr During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's ,. Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. C. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. _ 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and ow appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification 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's employees "" 06/20/08 SP-10 providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services 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. 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) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor 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. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and AM (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the .. duration of the project. f. 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 (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. "' 06/20/08 SP-11 "I h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, 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: (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 form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person 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; .e (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) 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 (e) 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. 06/20/08 SP-12 w 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 worker's 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 appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. �f k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. B. 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 Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's 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 identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 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". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that 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 that 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 approvable, 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 substitutes is �- procured by the Contractor. Where the term "or equal", 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 "" 06/20/08 SP-13 have the full responsibility of providing 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 the sub -section as related to .. "substitutions" shall be applicable to all sections of these specifications. aw 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 26. RIGHT TO ABANDON: 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. 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call -out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. r. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the .. failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Engineering Department and if by him .. 06/20/08 SP-14 f1� am found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of .. extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. 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 protect construction as required by Engineer by providing barricades. 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. Construction signing and barricades shall conform with the latest version of the "Texas .� Manual on Uniform Traffic Control Devices for Streets and Highways" 31. 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. 10056). All disposal sites must be approved by the Administrator to ensure the filling 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 materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) 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. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at MW 06/20/08 SP-15 1W least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor 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. .. um (e) 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. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. 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: "WARNING —UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage -type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six 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. " 06/20/08 SP-16 .r WMP VW (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). .. 35. WATER DEPARTMENT PRE -QUALIFICATIONS: 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 described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) 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. (b) 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. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered 06/20/08 SP-17 by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re -locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor '! receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to we interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the 06/20/08 SP-18 MW Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON .. OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. 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 Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION 41. PAY ITEM - UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be �- given as such. During the construction of this project, it is required that all parkways be excavated and .. shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or .. measurement costs necessary to verify the actual quantities. 42. PAY ITEM - 6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. 06/20/08 SP-19 (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: (1) When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed. (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 43. PAY ITEM - SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: M TMO CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 06/20/08 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. SP-20 •s 2.3 Self -Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self -leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686- 0994, or an approved equal. Self -Leveling Silicone Joint Sealant Test Method Test AS SUPPLIED **** Non Volatile Content, % min. MIL-S-8802 Extrusion Rate, grams/minute ASTM D 1475 Specific Gravity **** Skin -Over Time, minutes max. **** Cure Time, days **** Full Adhesion, days AS CURED - Requirement 96 to 99 275 to 550 1.206 to 1.340 60 14to21 14to21 ASTM D 412, Die Mod. Elongation, % min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) .� 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1 /4 inch width "green" saw -cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the 06/20/08 SP-21 joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw -cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow -tube shall fir into the saw -cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw -cut to the width and depth as shown on the "Construction Detail' sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one -direction to prevent joint contamination. 06/20/08 SP-22 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown -out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack -free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement 06/20/08 SP-23 material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. 44. PAY ITEM - 7" CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM - RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk" where applicable. -- All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM - REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM - HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. 06/20/08 SP-24 .n This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 48. PAY ITEM - - 6" PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49. PAY ITEM - TRENCH SAFETY: VAN Description: This item will consist of the basic requirements which the Contractor must comply with 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. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50. PAY ITEM - 8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE �- STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing this .= item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. 51. PAY ITEM - 6" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testinq Procedures): AW The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. 06/20/08 SP-25 .im All provisions of Standard Specification No. 312.7 `Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot -mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot -mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre -Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. "' 06/20/08 SP-26 BW .- Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 52. PAY ITEM - CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS,. LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. 53. PAY ITEM — REMOVE EXISTING CONCRETE SIDEWALK. DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks, driveways, steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 54. PAY ITEM — REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job. 55. PAY ITEM — REMOVE EXISTING CURB INLET: This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 56. PAY ITEM — 6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No. 504, "Concrete Sidewalks and Driveways" for specifications governing this item as well as details S-S5 and S-SSA. The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment, tools o" and incidentals necessary to complete the work. W. 57. PAY ITEM — REMOVE AND CONSTRUCT CONCRETE STEPS: 06/20/08 SP-27 %W See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this item as well as details SM-3. The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps. 58. PAY ITEM — 4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and .. Marking Division, TPW (Phone 817-392-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry -shake type, and shall be used in accordance with manufacturers instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." 59. PAY ITEM — REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM — STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: 06/20/08 SP-28 ,. low .. Subsidiary to the unit price bid per linear foot shall be the following: A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 61. PAY ITEM — REMOVE AND RECONSTRUCT MAILBOXES / MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes, brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM — BORROW: The non -expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a T minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non -expansive earth fill. 63. PAY ITEM — CEMENT STABILZATION: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 64. PAY ITEM — CEMENT: All allow pplicable provisions of Item 214, `Portland Cement Treatment' shall apply. 65. PAY ITEM — NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. 06/20/08 SP-29 No f Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement', Item 312 "Hot -Mix Asphaltic Concrete", Item No. 104, 'Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter .. will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non -reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar .. days. 66. PAY ITEM — STORM DRAIN INLETS: An alternative method of construction for these items will be "Pre -Cast' manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre -Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM — TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfi I led. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. so All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall so be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68. PAY ITEM - STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a y Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small " 06/20/08 SP-30 NK Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies 06/20/08 SP-31 I. M of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not _ required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the aw construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. no PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 23 - 40 SHALL BE APPLICABLE. 69. PRE BID ITEM - PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times — on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. 06/20/08 SP-32 It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/<" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 70. PRE BID ITEM - UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 71. PRE BID ITEM - TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on -site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 72. PRE BID ITEM - ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 06/20/08 SP-33 73. PRE BID ITEM - MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold -applied preformed _ flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 74. PRE BID ITEM - ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified. No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75. NON -PAY ITEM - CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be i., 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. 76. NON -PAY ITEM - SPRINKLING FOR DUST CONTROL: F 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. 77. NON -PAY ITEM - PROTECTION OF TREES. PLANTS AND SOIL: 1' All property along and adjacent to the Contractor's operations including 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. MW 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 rights -of -way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class 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. 78. NON -PAY ITEM - CONCRETE COLORED SURFACE: 06/20/08 SP-34 .. Concrete wheelchair ramp surfaces, excluding the side slopes and curb, 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 manufacturers 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. 79. NON -PAY ITEM - PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. 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. 80. NON -PAY ITEM - PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre -construction .. conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81. NON -PAY ITEM - NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw -cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw -cutting joints during the construction of paving projects. `m 06/20/08 SP-35 4 All costs involved with providing such written notice shall be considered subsidiary to this contract. no 82. NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any low construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within '" the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 817- 392-8306. All work involved with the pre -construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83. NON -PAY ITEM — PRE -CONSTRUCTION NEIGHBORHOOD MEETING: After the pre -construction conference has been held but before construction is allowed to low begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. 84. NON -PAY ITEM - WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer •• shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) ,MP Sieve Size % Retained 1" 0-10 1 /2" 40-75 1, 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 06/20/08 SP-36 85. NON -PAY ITEM - SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 86. NON PAY ITEM - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the recycling process commences for a particular street. The Contractor shall attempt to include the construction engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. .• It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later .r adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number AT&T 817-338-6275 Imp TXU 1-800-233-2133 ATMOS Energy 817-215-0366 Dig TESS 880- 344-8377 Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working -- days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut -. down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most .r accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87. NON PAY ITEM - TIE IN INTO STORM DRAIN STRUCTURE: The cost for making _ lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88. NON PAY ITEM - SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. 06/20/08 SP-37 89. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE -INSPECTIONS: A fee for street use permits is in effect. In addition, a separate fee for re -inspections for parkway .. construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: The street permit fee is $50.00 per permit with payment due at the time of permit application. A re -inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re -inspection. Payment by the Contractor for all street use permits and re -inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 90. NON PAY ITEM - TEMPORARY EROSION. SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. L B. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible -earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible -earth material low exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -control measures shall Im be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and `" constructed in a manner that will minimize the amount of sediment entering streams. •• 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise 06/20/08 SP-38 .w approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations -- so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil -erosion -control work and his plan to keep the area of erodible -earth material to a minimum. He shall also submit for acceptance his proposed method of soil -erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil -erosion control schedules and methods of operations have been reviewed and approved by the Engineer. F. MEASUREMENT AND PAYMENT: 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. 91. GREEN CEMENT POLICY: As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding 1.7 pounds of NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available, and where cement from a non -compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form of letters from two North Texas cement suppliers of green cement stating that no stock 4! of green cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if green cement continues to remain unavailable. All related costs for complying with the Green Cement Policy shall be considered subsidiary to the applicable project pay items. The contractor shall submit the Green Cement Policy Compliance Statement or the good faith effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of this section. Failure to comply with the Green Cement Policy may result in rejection of the bid as non -responsive. "�' 06/20/08 SP-39 r•. 92. TRAFFIC CONTROL : The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. 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, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above -referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of -" the City of Fort Worth Traffic Control Handbook for Construcfion and Maintenance Work Areas." .• The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. 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, 2nd Floor, Municipal Building, Fort Worth, TX 76102. "Texas Department of Transportation Standard Specifications for Construction of Hizhways. Streets and Bridges latest edition, are also referenced by the plans and Contract Documents for street light installations. "Standard Specifications 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. FORTWORTH Detailed Specifications For Street Light Installation 1.0 SPECIFICATIONS FOR CONSTRUCTION AND INSTALLATION OF STREET LIGHTS 1.1 These specifications for construction in the City of Fort Worth (the City), where applicable, shall govern the materials and installation of street lights in residential areas, along arterial roadways or on or under bridges. In the event of a conflict, the plan set and detail sheets shall control (Appendix A). These specifications should be used in conjunction with the following standard detail sheets: Street Luminaire General Notes; Street Luminaire Electrical Connection Details; Street Luminaire Pole Foundation Details; Street Luminaire Pole Details; and Ground Box Details. 1.2 This agreement shall consist of installing materials and equipment necessary to complete the street light construction at locations as set out in the task order. The Contractor shall furnish all required materials and equipment not provided by the City, and shall install and shall activate the lighting systems completed in the sequence specified by the Traffic Services Manager or designee. The City will issue task order for work locations via electronic mail. A pre -construction meeting shall be held before any work may commence on the project. The Project Inspector will set the meeting time and place The contractor shall meet with the Project Inspector within five working days after receiving a task order. The work shall commence within ten working days after meeting with the Project Inspector. Invoices will be paid per task order completed and shall be submitted both electronically and by hard copy for processing. 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 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. The Contractor shall schedule his work so as to cause the minimum interference with traffic on surrounding roadways. Existing lighting systems may be shut down for modification and/or equipment installation only with the approval of the Traffic Services Manager or his designee with a minimum of 48 hour notice. Detailed Specifications for Street Light Installations 1 The Contractor's responsibility in regard to street light installation work shall consist of the following items: 1.3.1 Furnishing and / or installing street light equipment including: structures, conduits, ground boxes, luminary assemblies, conductors, concrete, reinforcing steel, forms for structure foundations, grouting materials, painting materials, miscellaneous nuts, bolts, and washers, and all other miscellaneous equipment as required to complete the project, including all necessary barricades or devices required to maintain proper traffic control in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD). Installing and connecting equipment supplied by the City. 1.3.2 Maintaining existing lighting system operations including providing all materials and labor. 1.3.3 Removing and salvaging any existing lighting equipment as designated in the plans. 1.3.4 It shall be the responsibility of the contractor to perform the following at no additional compensation: Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. • Provide access to all driveways during construction. Protect all underground and overhead utilities, including sprinkler systems, erosion control and repair any and all damages. • In developed areas, it shall be contractors responsibility to provide sod and replace any shrubbery to leave the work site in good clean condition. 1.4 The Contractor shall coordinate with the Inspector to commence the thirty (30) day test burning period. The Contractor shall have a qualified technician on the project site when the system is energized for the test period. During the thirty (30) day test period, the City shall be the first response to any trouble calls. If the City Troubleshooter determines that the problem is 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. Appropriate repairs shall be made within 24 hours. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others, the Contractor shall notify the Inspector. NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILLING THE REQUIREMENTS STATED ABOVE. 1.5 The City of Fort Worth, Traffic Services Division, will furnish lighting poles and arms and service center enclosures to the project in accordance with the bid proposal. The Contractor shall erect all poles and connect all field wiring to the luminary assembly. The Contractor shall notify the Inspector via e-mail at least 3-working days prior to picking up Detailed Specifications for Street Light Installations 2 poles. The Inspector will make arrangements on when and where to pick up the poles. 1.6 The locations of pole foundations, bases, conduit, etc., shown on the plans are approximate. The Contractor shall give the Inspector 48 hours notice of his / her intention to establish the final location of any foundations, bases, conduit, etc., and have the locations approved on the ground by the Inspector. 1.7 The location and depth of all utilities shown on the plans are approximate and there may be other unknown utilities existing not shown on the plans that should be field verified and protected by the contractor prior to the start of construction. The contractor shall contact the following utility companies 48 hours prior to doing any work in the area: ■ Dig Tess 1-800-344-8377 ■ City Utility Mains (Water, Sewer) 817-392-8275 • City Traffic Signals, Street Lights and Storm Drains 817-392-8100 • Charter Cable 817-246-5538 ■ Southwestern Bell Telephone Enterprise 9800 ■ AT&T 1-800-878-8711 ■ Western Union Cable 214-939-1930 ■ Oncor Electric 1-800-233-2133 ■ Tri-County Electric 817-379-4703 ■ Co-Sery Electric Coop 1-800-274-4014 ■ Atmos Gas 214-263-3444 NOTE: The contractor should be cautious of private gas collection and distribution lines from well sites. 1.8 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 light, or lighting system shown in the plans, final clean up of said location has been performed and the 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 location or system. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the contract. 1.9 The Contractor, including own employees and employees of subcontractors, shall comply with all applicable safety regulations as established by Occupational, Safety and Health Administration (OSHA), including wearing personal safety equipment and / or harnesses. 1.10 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: Detailed Specifications for Street Light Installations 3 "WARNING —UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage -type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within ten feet of high voltage electric lines, notification shall be given the electric service provider 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 electric service provider and shall record action taken in each case. (d) The Contractor is required to make arrangements with the electric service provider for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 2.0 MATERIALS 2.1 General Notes 2.1.1 It is the Contractor's responsibility to furnish all materials necessary to complete each street light, whether the item is specifically mentioned or not, with the exception of those materials that will be provided by the City as specified in the bid. All unspecified materials (i.e., electrical tape, bolts, and wire 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 Some sections of these specifications may cite 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 materials 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 for reference. If required, 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, 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 Citv. effective upon successful completion of a 30 day test period. Except for materials supplied by the Citv, the Contractor shall have full responsibility for materials until the date of acceptance with respect to damage, theft, or loss. 2.1.5 Prior to final acceptance by the City, the Contractor is responsible for removal, Detailed Specifications for Street Light Installations 4 replacement and reinstallation of any damaged material at the Contractor's expense, including, but not limited to, grass, irrigation and erosion control. 2.2 Standard Street Luminaire Poles (Section 2.2 is for information only and is not applicable to this bid request since the City will be providing these poles.) 2.2.1 Pole Dimensions Poles shall conform to the "Street Luminaire Detail Sheets" and the dimensional requirements layout therein as provided. Any deviations from the dimensions of the "Street Luminaire Detail Sheets" shall be noted in the bid submittal. 2.2.2 Design Standards Pole Assembly: The pole assembly shall consist of a tapered steel shaft complete with a steel anchor base, conforming to ASTM standard A36/A36M- 03a and A595-98 (2002), of adequate strength and appropriate size, secured to the lower end of the shaft by telescoping the shaft into the base and placing two continuous welds around the pole, one on the end of the shaft and the other at the top of the plate base on poles to be mounted on anchor bolts. On poles to be embedded in the ground, a #7 gauge minimum ground sleeve 24" in length shall be installed at designated height as specified from bottom of pole and secured by two continuous welds around pole at the bottom and top of the sleeve and a #7 gauge minimum steel strap at lease 2" wide shall be welded across the bottom opening of the shaft to support it in the hole. A pole plate or plates will be required as specified near the top of the shaft for mounting light arm. The shaft shall be one piece for poles 40' and less; two piece for poles over 40' is optional. Two-piece shafts shall assemble by telescoping the upper section over the lower section with a firm tapered fit. The telescoping length of the joint shall not be less than 1 '/2 times the diameter of the pole at the joint. The telescoping field joint shall not be welded but shall be keyed with a through bolt. The tapered shaft tube or tubes shall have a constant taper of .10" to .14" per linear foot. Strength: Luminaire support and lighting poles shall be designed to withstand test loads equivalent to a velocity pressure of 23.0 PSF at the nominal mounting height above ground line with appropriate coefficients of and with a factor of safety of not less than 1.80. The lighting standard shall also be designed to withstand test loads, which are calculated equivalent of 80 MPH without destruction. Shape: Poles shall be round with a maximum "ovalness" not to exceed 1.5% of the nominal diameter. Measurements shall be made at 900 to each other in the same cross-section. Straightness tolerance shall be no more than 3/8 inch per 20 feet of length, or not more than 1/16 inch in any four -foot section of pole. NOTE: Actual dimensions of poles to be supplied shall be included in bid submittal. 2.2.3 Design Details Detailed Specifications for Street Light Installations 5 2.2.3.1 Base of Pole: The base anchor hole pattern shall conform to the "Street Luminaire Pole Foundation Details" sheet as provided. The base flange shall be provided with four (4) slip holes for mounting on four anchor bolts. The anchor bolt hole on the base flange shall be slotted. 2.2.3.2 Transformer Bases: When required on the bid form, the standards shall be furnished with an aluminum "Breakaway Base." 2.2.3.3 Breakaway Transformer Base: A cast aluminum breakaway type transformer base with all necessary fittings and attachments shall be furnished so as to afford to the lighting standard the quality of breaking away under vehicular impact. The base shall have a vertical height of 20" to provide bumper area contact with a passenger vehicle and shall have the ability to shear on impact when struck by a vehicle of approximately two thousand pounds or more and traveling at a speed of twenty miles per hour or more. It shall meet necessary structural and wind loading requirements and, as a minimum, withstand the effects of a load of five hundred pounds eighteen inches from the tip of the shaft to which the base is attached without any permanent distortion, overstress or failure. A door opening shall be provided in the side of the base approximately 8" x 10" in size. Aluminum base material shall conform to ASTM B108 alloy SG 70A-T6. 2.2.3.4 Access Door: A removable access door shall be furnished in the base of the pole assembly, measuring at least 4 inches by 6 inches, secured by #20 stainless steel tamper proof screws. A #20 ground stud shall be provided opposite the access door opening. 2.2.3.5 Anchor Bolts: Anchor bolts shall be provided with each pole. Anchor bolts shall comply with ASTM standard F1554-99. Anchor bolts shall be galvanized steel and shall comply with the dimensional requirements as set out in the "Street Luminaire Pole Base Detail Sheet" as shown under "Anchor Bolt Detail" as provided. 2.2.3.6 Pole Cap: The pole cap shall be sloped to shed rain and shall be secured with at least three locking screws. The pole cap shall be made of cast aluminum or pot steel. Cast iron is not acceptable. 2.2.3.7 Arms: Arms shall be capable of withstanding a test load, the calculated equivalent of an 80 MPH wind. Luminaire arms shall be capable of supporting 75 pounds of weight with a 3 square feet luminaire surface. 2.2.3.8 Support Arm Mounting Flange: The pole shall have a simplex fitting plate conforming to the "Street Luminaire Pole Details" sheet as provided. The plate shall have two-%2 inch tapped diameter holes, 4 inches apart to secure the support arm to the pole. The plate shall accept a saddle plate on the support arm. A hole shall be provided in the pole flange that is not less than 1-1/2 inches in diameter. The hole shall be smooth and free of burrs so as to prevent damage to cable jacketing when pulled through the opening. Extra pole mounting flanges are a line on the itemized bid list. These flanges shall not be galvanized to permit welding to the pole to make repairs or modify the pole to accept truss type support arms. 2.2.3.9 Finish: The pole shall be hot dipped galvanized, unless otherwise Detailed Specifications for Street Light Installations 6 required in the bid items list. All galvanized materials shall be dipped in accordance to ASTM A123 / A123M-01 standard. Each component must be completely coated in a single dip. Double dipped materials will not be accepted. The finish shall be smooth and free of imperfections. 2.3 Luminaires (Cobra Head Type) 2.3.1 General Specifications - All luminaires shall be adapted for both 1'/4' and 2" adjustable slip fitter mounting with leveling screws to securely clamp to mast arm or bracket. Two clamping brackets shall be provided to prevent the head from turning from wind or vibration. All luminaire housings shall be cast or drawn from a non-ferrous alloy and shall be free of cracks and excessive porosity. The exterior surface shall have uniform natural aluminum or painted finish. Mogul base sockets shall be nickel -plated copper and shall be rigidly attached to a high-grade porcelain base, which shall extend and completely enclose the metal shell. Sockets shall be mounted to provide for latest requirements for the IES-ANST Standards for highway and roadway lighting. Sockets shall be of one-piece construction; no split socket construction acceptable. All nuts, screws, clips, washers and attaching hardware shall be fabricated from highly corrosion resistant alloys. Lamp shall be mounted in a horizontal position. The optic assembly shall be provided with resilient gaskets and so constructed that a positive seal against weather and other contaminates will be maintained. The hinge shall be lift-off type with a means for preventing unintentional separation. The latch shall be an automatic type or quick release thumb latch and designed such that a spring failure will not cause the refractor assembly to open. The reflector shall be processed to a highly specular finish. It shall be secured in such a manner that no tools will be necessary for removal or replacement. The edges of the reflector if not covered by a gasket, shall be smooth and all corners rounded to prevent injury to bare hands. The reflector shall have sufficient strength to prevent being distorted during routine operations. The refractor shall be crystal clear glass with refracting prism (IES Type III, semi -cut off, unless otherwise specified). 2.3.2 Ballasts Ballasts shall be the regulated type designed to operate high-pressure sodium or metal halide lamps in a horizontal position, and manufactured by Advance (or approved equal), voltage to be specified, on each order. Total assembled weight of luminaire and ballast shall not exceed 50 pounds on 400-watt units and 75 pounds on 1000-watt units. Ballast input wattage during fluctuations of the primary voltage of plus 5% or minus 10% shall not exceed the value given in the table below: Lamp Wattage Maximum Ballast Input (Average for Group Sample) Detailed Specifications for Street Light Installations 7 100 145% of Normal lamp Wattage 150 145% of Normal lamp Wattage 200 130% of Normal lamp Wattage 250 130% of Normal lamp Wattage 400 130% of Normal lamp Wattage 1000 130% of Normal lamp Wattage Lamp wattage shall average within plus or minus 3% of wattage measured at nominal line voltage applied to the ballast, shall not be less than 0.90. Each ballast shall permanently and clearly indicate the following: Type, Catalog Number, Voltage Rating, and Connection Diagram 2.3.3 Starter The Electrical starter shall be a solid-state device capable of withstanding ambient temperature of 85 degree C. All components shall be sealed and protected from dirt, moisture, or other foreign material. The starter shall have a minimum pulse repletion rate of 1 pulse per cycle. The minimum amplitude of the pulse shall be 2500 volts for the 100, 150, 200, 250, and 400 watt lamp; 3000 volts for the 1000 watt lamp, and shall be applied within 20 electrical degrees of the center of the open circuit voltage wave. 2.3.4 Receptacle for Photo Electric Eye Luminaires with 120/208/240/277 volt multi tap ballast shall be furnished with receptacle for photo electric eye. 2.4 Antiaue Stvle Pole (Section 2.4 is for information only and is not applicable to this bid request since the City will be providing these poles.) 2.4.1 Lantern Assemblv The lantern shall conform to the following specifications and description: 2.4.1.1 Dimensions: The lantern shall be approximately 33 inches high overall and approximately 16 inches in overall diameter. 2.4.1.2 Globes: All globes shall have 8 inch opening with spun aluminum collar to prevent set screws from meeting with any part of the acrylic globe. Each style of globe shall be available to purchase with or without the lantern. All mounting hardware and screws shall be stainless steel. 2.4.1.3 If finial is requested, the finial shall be composed of cast aluminum & shall be fastened to the globe with machine bolt from inside the globe and shall be sealed with a silicon style adhesive. 2.4.1.4 Globe I: This globe shall be a one-piece UV resistant DR Acrylic globe equal to or greater than Dynamic Lighting Globe # AO25DR-CL or Lightning Inc. Globe # FP127. 2.4.1.5 Globe II: This globe shall be a two piece made up of the globe and roof. The globe shall meet American Association of State Highway and Transportation Officials (ASSHTO) Type III refractive pattern with house side cut-off. It shall be composed of clear acrylic material that is ultra- violet resistant for up to 10 years and shall be heat resistant. The globe Detailed Specifications for Street Light Installations 8 shall be equal to or better than Dynamic Lighting globe # ARP23/AC8/T3. The globe roof shall be a vertically ribbed "Fort Worth" style with no finial. It shall be composed of clear impact -resistant acrylic material that is ultra -violet resistant for up to 10 years and shall be heat resistant. The roof shall have a one piece stainless steel band to make a single permanent assembly that is sealed with a utility grade silicone. The roof shall come with a semi -cut off reflector. The reflector shall be a one- piece aluminum assembly treated with an ALZAK process. 2.4.1.6 Globe III: This globe shall be a two-piece assembly made up of the globe and the roof. The globe shall meet American Association of State Highway and Transportation Officials (ASSHTO) Type III or Type V refractive pattern. It shall be composed of a clear impact -resistant acrylic material that is ultra -violet resistant for up to 10 years and shall be heat resistant. The globes shall come with a house side cut-off and shall be equal to or greater than Dynamic Lighting globe A028AC-T3 or A028AC-T5 Series. The globe roof shall be "Victorian" style with no finial. It shall be composed of impact -resistant acrylic material that is ultra -violet resistant for up to 10 years and shall be heat resistant. The roof shall be secure to the globe with at least 4 stainless steel screws and sealed with utility grade silicone. The roof shall come complete with a semi -cut off reflector. The reflector shall be a one-piece aluminum assembly treated with an ALZAK process. 2.4.2 Ballast shall be the regulated type designed to operate high-pressure sodium or metal halide lamps in a vertical position and manufactured by Advance Ballast & Transformers or Universal Lighting Technologies, voltage to be 120v, unless specified on each order. s 2.4.3 Socket: The Sockets shall be mounted to provide for latest requirements for the IES-ANST Standards for roadway lighting. Sockets shall be of one-piece construction, no split socket construction is acceptable. 2.4.4 Lamping: The following lamping options shall be provided. Specific lamping types and quantities shall be listed on the itemized bid sheet. • 70 watt, mogul base, 120 volt metal halide with integral internal ballast socket combination; • 100 watt, mogul base, 120/240 volt metal halide with integral internal ballast socket combination; • 100 watt, mogul base, 120/240 volt high-pressure sodium with integral !. internal ballast socket combination 2.4.5 Photo Control: A twist lock photo control receptacle shall be provided. The photo control shall fit under the globe within the fixture pod with access door hinged and fasten with an external tool less latching method and shall have a clear acrylic lens. 2.4.6 Seat and Fitter: The seat and fitter shall be cast aluminum. A neoprene gasket shall be provided as to help prevent dust from entering inside the globe area. 2.4.7 Finish: All metal parts (pod and seat) shall be painted with a Superpolyester r Detailed Specifications for Street Light Installations 9 ,. Black powder coating. The finish shall be smooth and free of imperfections. 2.5 Post The post shall conform to the "Street Light Luminaire Detail Sheet" under Antique Style Street Light Pole detail as provided. Pole shall be patterned with 16 flutes. 2.5.1 Dimensions: The pole dimensions shall be as follows: ■ Height: 10 feet, 10 inches & 13 feet, 10 inches (as required on the itemized bid sheet); ■ Sections: Column at base - 7 inches outside diameter; Column at top — 3.5 inches outside diameter; Base at base - 20 inches outside diameter; TENON - 3 inches outside diameter & shall be 3 inches in height. Pole should be designed to withstand an 80 mph wind load. NOTE: Actual dimensions of poles to be supplied shall be included in bid submittal. 2.5.2 Material: The pole assembly shall be a one-piece heavy wall aluminum casting. The castings are to be true, smooth and clean of cast burs (inside and outside). 2.5.3 Base and Hole Pattern: The base anchor hole pattern shall conform to the "Street Luminaire Detail Sheet" as provided 2.5.4 Access Door: A removable access door shall be furnished in the base of the pole assembly, measuring at least 4 inches by 6 inches, secured #20 stainless steel tamper proof screws. A #20 ground stud shall be provided opposite the access door opening. 2.5.5 Base of Pole: The base flange shall be provided with four (4) slip holes for mounting on four anchor bolts. The base flange shall be provided with at least an 8-inch diameter hole for conduit projection. Leveling shims will be provided. 2.5.6 Anchor Bolts: Anchor bolts shall be provided with each pole. Anchor bolts shall be galvanized steel and shall comply with the dimensional requirements as set out in the "Street Luminaire Pole Base Detail Sheet" as provided. 2.5.7 Finish: The pole shall be painted with a Superpolyester black powder coating. The finish shall be smooth and free of imperfections. The supplier shall supply sufficient primer and enamel for field touch-up after installation. 2.6 Conduits and Related Hardware 2.6.1 Conduit: All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC or schedule 80 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. Only "stick" PVC conduit will be permitted. Roll conduit is not acceptable. 2.6.2 Rigid metal: Rigid metal conduit shall be steel, hot -dipped galvanized inside and ow Detailed Specifications for Street Light Installations 10 outside. 2.6.3 Weather heads shall be made of aluminum and may be the threaded or the clamp on type. 2.7 Power Lead-in Cable 2.7.1 Power lead-in cable shall be stranded THHW copper wire and suitable for A/C electric service. 2.7.2 The cable shall be capable of operating at 600 volts maximum and suitable for use at conductor temperatures not exceeding 167 F (75 C). Material and construction shall be in accordance with the applicable requirements of IMSA and NEC standards. 2.7.3 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. 2.7.4 Insulation shall consist of cross -linked thermosetting polyethylene, meeting the requirements of IMSA and listed by UL as type USE THHW-75C. 2.8 Ground Boxes 2.8.1 General Requirements All ground boxes specified for use shall satisfy the following general requirements: 2.8.1.1 The top surface of the ground box cover shall have a minimum co -efficient of friction of 0.5. 2.8.1.2 Boxes shall be stackable for extra height. 2.8.1.3 Boxes shall be manufactured from Reinforced Polymer Concrete (RPM) composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. Sidewalls may be reinforced polymer. 2.8.1.4 Enclosures and covers shall be able to withstand a minimum 12,000 lb. per wheel load. Load requirements shall be tested by an independent laboratory and a certification of such tests shall be supplied for approval. 2.8.1.5 All components shall be designed and tested to withstand temperatures as low as -20 F (-4 C). 2.8.1.6 The size and dimensions of the required ground boxes shall be shown on the Ground Box Details sheet in the plan set 2.9 Foundations All foundations shall be built in accordance with the requirements stated in the standard detail sheets of the plan set. All foundations shall be continuous pour in place. 2.10 Hardware Paint (Section 2.10 is for information only and is not applicable to this bid request since the City will be providing poles.) The contractor shall supply the following primer coating and finishing coating. Specific finish coat color shall be specified on each task order and will vary accordingly. The follow descriptive names of finish coat colors are permissible within the City: Detailed Specifications for Street Light Installations 11 ■ Brick Red (RAL 3009) ■ Black Green (RAL 6012) • Yellow Olive (RAL 6014) ■ Grey Beige (RAL 8022) ■ Duranotic Bronze RAL (8019) • Black (RAL 9004) ■ Pure Aluminum (RAL 9006) 2.10.1 Primer Coating The primer coat shall be Kwal Paint #5810 G-Prime Premium Acrylic Universal Primer or approved equal. This is a 100% acrylic primer for all types of surfaces, including galvanized finishes. 2.10.2 Finish Coat The finish coat shall be Kwal paint #6300 Accupro 100% Acrylic Exterior Flat Finish or approved equal. This is a 100% acrylic finish that durable and chalk resistant. The paint to be applied to existing non -galvanized street light structures shall be a durable iodized alkyd enamel with semi -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 C). 2.10.3 Hardware paint color shall as called for in the construction plans set or bid documents. 2.11 Groundinq Conductor and Groundinq Rod 2.11.1 The grounding conductor shall be a #8 AWG solid copper wire. The conductor shall be bonded to all ground rods. 2.11.2 Grounding rod electrodes shall be copper -bonded steel being at least 5/8 in. (15.875 mm) in diameter. All ground rods shall be 8 ft. (2.4 M). 2.12 Electric Service Center 2.12.1 Electric service center or contactor control box shall meet or exceed the product shown in Appendix A for either pole mounted or ground mounted units. 2.12.2 Vendors requesting to supply a different box than the shown in Appendix A, shall v submit a sample unit for review and approval by the Traffic Services Manager or his / her designee. 2.12.2 Ground mounted service centers shall be mounted on a concrete base that is 3- 1/2 inches thick , and four feet by four feet square, with eight #3 bars and 6 inch long "J" hook anchor bolts. (See ground box apron detail for typical steel layout.) Detailed Specifications for Street Light Installations 12 3.0 INSTALLATION OF SREEET LIGHT COMPONENTS 3.1 Installation of Electrical Service 3.1.1 Unless otherwise noted on the plan sheets, power shall be direct wired to the appropriate phased transformer provided by the electrical service provider. This connection will only be made by authorized personnel. 3.1.2 If electrical service is required to be metered, then 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 electrical service provider vaults shall be per the electrical service provider's specifications. 3.1.3 Unless otherwise called for in the plans, the power connection shall be made to a 120-240 volt, single-phase, 60 cycle AC supply. All wiring shall be done in accordance with NEC. 3.2 Installation of Conduit 3.2.1 The conduit size will generally be specified on the street light plan sheets or task work order. 3.2.2 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. 3.2.3 The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. 3.2.4 When boring is used for under pavement conduit installations, the maximum allowable overcut shall be 1 in. (25 mm) in diameter. 3.2.5 When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 in. (457 mm) as measured from the intended target point. 3.2.6 The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile') will not be permitted under streets or roadways on any street light installation projects. Boring shall be done by use of directional boring machinery. 3.2.7 The contractor shall place duct seal or foam (maximum of 3 inches) at the ends of all conduit where conductors and/or cables are present. 3.2.8 New Conduit 3.2.8.1 Unless otherwise shown on plans or standard detail sheets, all underground conduit shall be schedule 40 PVC conduit except if the conduit is to be placed under a roadway at a depth of less than 24 inches (600 mm), then the conduit shall be schedule 80 PVC. 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. 3.2.8.2 Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches (76 mm) above the concrete foundation. Field bends in conduit shall have a minimum radius of 12 diameters of the nominal so Detailed Specifications for Street Light Installations 13 size of the conduit. 3.2.8.3 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. 3.2.8.4 All rigid 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 or four wheel pipe cutter 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 sections. 3.2.8.5 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. (600 mm) depth below the curb grade in the sidewalk areas, or 18 in. (450 mm) below the finished street grade in the street area. 3.2.8.6 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. 3.2.8.7 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. 3.2.8.8 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 Assistant Director of Transportation and Public Works Department over Infrastructure for the Contractor to cut the existing pavement. Pits for jacking and boring shall not be closer than 2 ft. (600 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. 3.2.8.9 Backfill - Compaction & Density Test for All Ditchlines Detailed Specifications for Street Light Installations 14 "M The Inspector shall be notified prior to commencing any backfill of all trench lines. 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 each 1ft. (300 mm) of compacted material on offsetting stations of 50 ft. (15.9 M). Note: 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 at no additional cost to the city. The inspector may provide access to a city owned location to deposit debris. 3.2.8.10 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 that is too short. 3.2.8.11 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). 3.2.8.12 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 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 painted with rust preventive paint. 3.2.9 Existing Conduit 3.2.9.1 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). 3.2.9.2 If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Inspector. 3.2.9.3 The Inspector shall be notified prior to disconnection or removal of any existing cable. 3.3 Installation of Cable 3.3.1 General 3.3.1.1 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 demonstrate that the conduit is dry Detailed Specifications for Street Light Installations 15 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 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. 3.3.1.2 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 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. 3.3.1.3 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. 3.3.1.4 All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. Conduit measurement shall take place in the presence of the Inspector. 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 cable lengths. 3.3.1.5 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. 3.3.1.6 Cables shall be neatly trained to their destinations. The Contractor shall Detailed Specifications for Street Light Installations 16 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 "' 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 Circuit Control Wiring 3.3.3.1 Wiring for the contactor control cabinet shall consist of (1) power and field wires, (2) ground wires, (3) photo -controls and (5) contactor wires to their .. respective terminals in the cabinet. Wiring for the controller shall be completed as shown on the Street Luminaire Electrical Connection Details and in the instructions furnished with the controller by the manufacturer. 3.3.3.2 All field wiring in the contactor control cabinet shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. 3.3.4 Luminaire Wiring (contactor to each pole pier) 3.3.4.1 Conductors shall run as follows: • Four unbroken electrical cables shall run from the contactor to each pole pier for circuit lighting, or three electrical cables from the transformer connection to a single light standard. • Each cable shall have the color jacketing as required on the Street Luinaire Electrical Connection Details. 3.3.5 Luminaire Wiring (pole base to luminaire) Two (2) cables shall run from pole base up to the luminaire in each pole. All connections will be made above ground. The grounding conductor shall be connected to the ground lug in the pole hand hole. A 7 amp in -line fuse shall be required for the positive conductor in the base of the pole. 3.3.6 Terminals The ends of all stranded wires from the luminaires shall be twisted at least three turns and wire nut applied in the base of the lighting structure. 3.3.7 Splices 3.3.7.1 Splices are strictly prohibited inside conduit runs and, if made in ground boxes, must be made water tight. All splices shall be made only at .. locations that are specified in the plans. 3.3.7.2 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. When doing this, use proper care to insure against nicking the conductors. The connection shall be installed tightly and all burrs, rough edges, etc. shall Detailed Specifications for Street Light Installations 17 be removed. If wire nuts are used to secure the connection, then only "Scotchlock" brand connectors shall be utilized. No more than two (2) wires shall be spliced together using "Scotchlock" connectors and the wire shall be twisted. If more than two (2) wires are connected, then a split -bolt connector or mechanical clamp shall be used. All splices involvina aroundina conductors shall be made by twistinq the cables together, applvina solder then wrappinq the connection with preen electrical tape. Heatinq the connection with a direct flame will not be permitted for cable gauge less than #14. Approved thereto -setting materials shall be used to "" provide a watertight seal. 3.3.7.1 The Inspector may 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 to 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. 3.4 Ground Boxes All ground boxes shall be installed according the standard construction detail sheet. The cost of installing ground boxes shall be complete and in place, including the concrete apron. 3.5 Groundinq 3.5.1 There shall be a properly installed and connected ground rod for each controller cabinet, power drop and street light 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. 3.5.2 Grounding Connectors and Electrodes 3.5.2.1 When the location precludes driving a single ground rod to a depth of 8 feet (2.4 m), 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. 3.5.2.2 Connection of grounding circuits to grounding electrodes shall be by devices that 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. 3.5.2.3 Each grounding rod shall be driven into the ground to a depth sufficient to provide the required resistance (10 ohms) between electrodes and ground. Detailed Specifications for Street Light Installations 18 3.6 Concrete Foundations for Liqhtinq Structures 3.6.1 All foundations shall be staked or flagged by the contractor Inspector prior to excavation. 3.6.2 Concrete foundations for street light structures shall be located so that the closest face is a minimum of 2 ft. (600 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. All foundations shall be continuous pour concrete. 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 at no additional cost to the city. The inspector may provide access to a city owned location to deposit debris. 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 Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that the pole is intended to serve. 3.6.9 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 Liahtina Structures 3.7.2 The Contractor shall install all structures in accordance with the plans. Deviation from the plans because of physical obstructions, such as overhead utilities to fit a relocated foundation, shall be worked out with the Inspector and approved prior to Detailed Specifications for Street Light Installations 19 installation. Poles shall have nuts, lock washers and flat washers on top and bottom of the pole base plate. 3.7.2 Transformer bases for poles, if required, shall be leveled and tightly secured to the foundation before the structure is placed on the base. If shims are required for leveling, total shim height shall not exceed 1/2 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 lighting 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. Parts that cannot be assembled or fitted properly as a result of errors in fabrication or deformation 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 letter from the manufacturer approving the corrections shall be required or the material may be rejected by the Inspector. 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 Bolted parts shall fit solidly together when assembled and shall not 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 "tum-of-nut" method. Bolts may be installed without hardened washers when Detailed Specifications for Street Light Installations 20 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. 3.7.7 Field Painting of Structures: 3.7.7.1 Surfaces where the shop coat of paint has been damaged shall be retouched after installation. 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 signs and lantern glass 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 primer coat. 3.7.8 Where 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, arms, street lights, and wiring until they can be installed on their new foundations. 3.8 Installation of Luminaires 3.8.1 Luminaires shall be securely tightened immediately after the assembly has been installed. If any assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the street light head assembly to the satisfaction of the Inspector. 3.8.2 The Contractor shall mount luminaires level and plumb. 3.8.3 No exposed cable or wiring will be permitted. 4.0 PRESERVATION OF LANDSCAPING, SPRINKLER SYSTEMS, AND PRIVATE PROPERTY 4.1 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. 4.2 No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 4.3 Removal of mailboxes in the way of construction requires 48 hours advance notice to the post office. 5.0 REMOVAL OF MISCELLANEOUS ITEMS 5.1 Removal and Salvaoina of Existina Liahtina Equipment 5.1.1 All salvage materials will be delivered by the Contractor to the City at a locations designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. 5.1.2 The Contractor will ship and handle all salvage material in a manner so as to prevent damage to these items. Luminaires will be removed from poles prior to Detailed Specifications for Street Light Installations 21 shipping. All screws will be tightened into their respective slots to prevent loss during shipping. 5.1.3 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. 5.2 Removal and Replacement of Curbs and Walks 5.2.1 Contractor shall secure permission from the Inspector before cutting into or removing any walks or curbs, which might be required during construction. 5.2.2 If it is agreed that a sidewalk must be cut and removed, then the concrete must be sawed and broken out and then restored to an equal or better condition than the original. 5.3 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. 5.3 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 in the ground box to be removed shall be cut back to a minimum of 12 inches below the natural ground surface. 6.0 SAMPLING AND TESTING 6.1 General Notes 6.1.1 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. 6.1.2 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. 6.1.3 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 Detailed Specifications for Street Light Installations 22 specifications. 6.1.4 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. 6.2 Concrete All concrete materials, reinforcing steel, and preparation shall be in accordance with the .. requirements of the City Standard Specifications for Street and Storm Drain Construction. 6.3 Cables 6.3.1 The Traffic Services Manager or designee may require that all cables 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. 6.3.2 Each conductor in the multi -conductor street light 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 meg-ohm. 7.0 WARRANTIES/GUARANTEES 7.1 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. 8.0 STREET LIGHT MAINTENANCE DURING CONSTRUCTION 8.1 While performing work under this contract, the Contractor bears the sole risk of loss for damages to or destruction of any lighting 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 a street lighting project by the City. 8.2 The Contractor's responsibility for full operation and maintenance of all lighting equipment shall begin when he starts any type of work which effects operations of existing lighting systems and shall extend through the period of final project acceptance. This maintenance responsibility includes existing cabling systems, existing lighting systems — including lamps, new controllers, new hardware, new cabling systems, and other hardware elements which are considered part of either the existing or the new lighting system. 8.3 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 determining the cause of the problem, and notifying the contractor of the problem. Such action will in no way relieve the Contractor of his operation and maintenance responsibility. Detailed Specifications for Street Light Installations 23 8.4 The Contractor shall be required to notify the Inspector or Traffic Services Division at least 24 hours in advance of any planned change -outs or any other field repairs. 9.0 PERMITTING AND BARRICADE REQUIREMENTS 9.1 The Contractor shall be required to obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W 10"' St. A copy of the typical traffic control set-up shall be supplied with the permit submittal request. The contractor shall supply a typical traffic control set-up in accordance with the MUTCD. 9.2 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. (The contractor will not be compensated for this additional requirement.) 9.3 In addition, the Contractor shall be held responsible for all damage to work items and No other public or private property due to the failure of waming 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 no removed and replaced by the Contractor at his expense. 9.4 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. 9.5 Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the street 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 Inspector. 9.6 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 contractors personnel, and as shown on the plans or as directed by the Inspector. 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. 9.7 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. 9.8 The contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. 9.9 The use of rubber -tired equipment will be required for moving dirt and other materials along or across paved surfaces. 9.10 No lane closures on arterial class roadways will be allowed prior to 9:00 a.m. or after 4:00 p.m., Monday thru Friday unless otherwise directed by the Inspector. 10.0 QUANTITIES 10.1 The quantities listed on the Bid Solicitation page are merely estimates based on past Detailed Specifications for Street Light Installations 24 • ,o i rM Y i expenditures. The City does not guarantee a specific amount of services will be requested or any future purchases. 10.2 The City is obligated to pay for only those materials and services actually ordered by an authorized City employee and then received as required by the City. Detailed Specifications for Street Light Installations 25 .. Wd ! �o ... i mo ! Y PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE MAINTENANCE BOND PERFORMANCE BOND PAYMENT BOND F-i aw r w 4w mw ,f c-_] CERTIFICATE OF INSURANCE Use the current ACCORD Certificate of Liability Insurance form. r am ,. ab F-2 as _ 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 Task Order Street Light Construction Services at Various Location Citv Wide and City of Fort Worth Project No.TPW-TS-2009-001. CONTRACTOR: A' 6CA-We --s' /dG Name: Title: �lcS�l�ad' Date: //21�Zb Io STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same t as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this -� Aday of .t1 , 20 /0 �ALt�i.+�-� Notary Public m and for the State of Texas vaaaeaeAe..�r►fl�l DtrBBIE TFi'VINd t Notary Pubilo STATE OF TEAS E119, 2010 .NIPS EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award 4P /, 3 S 5�, 6 S 3 - All ),Os /,,s t� 7,7Slv00 x 0/ems � �-60,l Japt ao7 /cam l 7/ .S°O .0 ;L-/Sao List of projects your organization is now engaged in completing: Amount Of Contract Type of Award Work Anticipated Date of Completion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Bond Bond Name and Address of Owner Name and Address of Surety F-4 w.w EQUIPMENT SCHEDULE moo List of Equipment owned by Bidder that is in serviceable condition and available for use: moo a�a9 l�h,S�XcocUG� ao�s l�on��s� �xeaUo�ov� eS-� Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: f W WO moo r* F-5 Or Bond# 'H -3% % o 3 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) C & S Utility Contractors. Inc. , as Principal herein, and (2) !3ure--%A- S'nsurv.-Ac�c- 4�0+wPaaA,1- , a corporation organized and existing under the laws of the State of (3) T6)( S , 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 Four Hundred Eighty Nine Thousand. Seven Hundred Forty Four Dollars and Fiftv Cents Dollars ($489,744.50) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 12"' day of January , 2010, 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: Task Order Street Light Construction Services at Various Locations Citvwide. 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. 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 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. SIGNED and SEALED this 12"' day of January , 2010. ATTEST: AW (Principal) S g)etary (S E A L) Witness as to Principal ATT ST: i ecretary (SEAL) a.� Witness as to Surety G4-o r-rI 6DAtf4.eTor1:, =ne . PRINCIPAL By: Name: Gkcrte'e- e5 ��y. Svj low Title: PCV-0 s>�* Address: _670 S 14eml 267 76001 SURETY _ Name: eo j ar Attorney in FacV = ` Address: 57� ( Geg'u''�, Dom- S�►`�er�ro PI a.ito. `7`� 7 5OAq Telephone Number. t' �t �Ll ! % lf 98 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. POA #: 4221394 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Roger K. Cunningham its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Three Million Dollars and no/100 ($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/11 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 28th day of October, A.D. 2008. 5� , SURETEC INS A CE COMPANY uiu%> B.J.Ki esident L State of Texas ss: ,' ,r County of Harris .... On this 28h day of October, 2008 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors ofsaid'Company; and that he signed his name thereto by like order. MIchelle Denny f�•y Sao State of Texas M�ytmr 87, sots W t'n.eA1<. i� hv W A . Michelle Denny, NotaryP ti-c My commission expires August 27, 2012 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Hoard of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 1 ZA day of Z:Y—Aww*7 , 20 Leh A.D. - M. Brent Beaty, Assis ant Secretary Any Instrument issued in excess of the penalty stated above is Wally -Woldan6 without any validity. For verification of the authority of this power you may call (711.) tt2-0800 -any business day between 8:00 am and 5:00 pm CST. Bondill PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 14377087 KNOW ALL BY THESE PRESENTS: That we, (1) C & S Utility Contractors. Inc.. as Principal -herein;._, and (2) �J ��'���- ZNs�raMce, 1�0w-at j , a corporation organized under the laws of the State of (3) .C—V-4 S , 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 Four Hundred Eiqhtv Nine Thousand. Seven Hundred Forty Four Dollars and Fifty Cents Dollars ($489,744.50) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 12s' day of January , 2010, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Task Order Street Light ht Construction Services at Various Locations Citywide. 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. SIGNED and SEALED this 12'h day of January , 2010. PRINCIPAL ATTEST- : BY �✓ y//� Name: , f'[ar ( k) es 6e. Sall o e4 (Principal) tary Title: (S E A L) Address: 6705 gY -287 'neis as to Principal SURETY 7EST: By c RolName: 1� Qr Secretary Attorney in Fact (S E A L) Address: 5741 L-".wj Or. SK1 re 2.v 00-". 'ric 750�� Witness as to Surety Telephone Number. NOTE: (1) Coned 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. POA #: 4221394 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Roger K. Cunningham its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Three Million Dollars and no/100 ($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/11 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: .ittvrnewin-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20t' of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 28th day of October, A.D. 2008, ' SURETEC INSIKAZICE COMPANY = yl w > B.J. Ki 4 , hsident State of Texas as: `-7= County of Harris On this 28h day of October, 2008 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle ©tinny Noury Pub6o State of Texas a t i #� �.C• Eq*w AuVM ar, aaa 1vt.1 Michelle Denny, Notary P tic My commission expires August 27, 2012 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. • Given under my hand and the seal of said Company at Houston,'toxg this ty -day of a 20_L0 , A.D. w - M. Brent Beaty, Assis ant Secretary -r Any Instrument issued in excess of the penalty stated above Is tritally void and without any validity. ' For verification of the authority of this power you may call (713) 8 12-0300 any business day between 8:00 am and 5.00 pm CST. Bond# '. 37 7O P? MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That C & S Utility Contractors. Inc.. ("Contractor"), as principal, and, �c c rye'% NSu ram► « Go *t(Q** r a corporation organized under the laws of the State of 5 , ('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 Four Hundred Eighty Nine Thousand. Seven Hundred Forty Four Dollars and Fifty Cents Dollars ($489,744.50) 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. l 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 12'" of January , 20 10, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Task Order Street Liqht Construction Services at Various Locations Citywide the same being referred to herein and in said contract as the Work and being designated as project number(s) TPW Proiect No. TPW-TS-2009-001 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 2 (Two) Years ; and 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 Transportation and Public Works, 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 it 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 Bond# 11517097 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 le day of January , A.D. 20J0. ATTES : (Principal) Slecretary (SEAL) Witness as to Principal C ZetATTEST: ary -e+s I C, PRINCIPAL / 1.4, Name: r Title: I ram' Address: 70 lrt 297 -76 001 Z f Name: RcAer �,4+�K�'a•,� �a-- Attorney in Fact (S E A -L) Address: (r,oj Dr. 5��W- 24O _ pla ►�, �x- 75oz� s (� AA A� Witness as to Surety Telephone Number. *bq -240 108 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 Attomey-in-Fact. The date of bond shall not be prior to date of Contract. POA #: 4221394 SureTec Insurance Company LIMITED POWER OF ATTORNEY �. Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Roger K. Cunningham its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Three Million Dollars and no/100 ($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/11 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is .� hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey4n-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary, Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 200 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 28th day of October, A.D. 2008. SURETEC INS A CE COMPANY B.J. Ki , esident State of Texas ss: as ' County of Harris On this 28h day of October, 2008 before me personally came H.I. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, 'Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of r Directors of said Company; and that he signed his name thereto by like order. f Wheile Denny NMY PUNO State at Texas bb*w August 27, 201a Michelle Denny, Notary Pikkilic My commission expires August 27, 2012 r I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. --- --- Given under my hand and the seal of said Company at HoustaQ+,titslbis.ay of 20 1 O A.D. M. Brent Beaty, Assis ant Secretary Any instrument issued in excess of the penalty stated above is totally void And without any validity. r For verification of the authority of this power you may tali (713) O'k2-0800 any business day between 8:00 am and 5:00 pm CST. in C ] PART G CONTRACT G-0 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the le day of January , 2010 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 C & S Utility Contractors. 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: TASK ORDER STREET LIGHT CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITYWIDE Designated as project number. TPW-TS-2009-001 . 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 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 3. 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 One Calendar Year 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 calendar 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 cant' 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. CJ 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 anv such iniurv. damage or death is caused. in whole or in varrt by the noulivence or alleged neglioence of Owner. its offlcers. servants. or emp/ovess. 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 C-2 Contract, whether or not anv such iniury or damaae is caused In whole or in ,Dart by the nealiaence or alleved near//pence of Owner, its officers. servants or emabvees. 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. 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. 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 by -weekly 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 FOUR HUNDRED EIGHTY NINE THOUSAND, SEVEN HUNDRED FORTY FOUR DOLLARS AND FIFTY CENTS $489.744.60 OFFICIAL RECORD CITY SECRETARY C-3 171 woPTH, TX a 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. 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. 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 goveming all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. 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. C4 Done in Fort Worth, Texas, this the APPROVED: DIRECTO , TRANSP TATION AND PUBLIC WORKS DEPARTMENT (Contractor) m (Representative) (TITLE) (Address) (City/State/Zip) Revised June 200E 12'h day of January , 2010 CITY OF FORT WORTH 11-74'00� 4�21- ASSISTANT CITY MANAGER ATTEST: CITY SECRE ARY (SEAL) APPROVED AS 1 LEGALITY: q�aLl-1 A SrTANT CITY ATTORNEY C 40 Contract Aiit.horiaation II► I I o Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX GENERAL CONSTRUCTION NOTES: PRE -CONSTRUCTION ELECTRICAL 1. Contractor shell notify Traffic Services Inspector (817-392-7738) 7 days minimun before beginning work on this project. 2. Contractor shall attend a pra-donstruction meeting before beginning work on this project. 3. Developer shell list the type of Street Light polo or poles to be installed for the proposed project site. 4. Developer shall state weather a contractor or city forces shall install the proposed Street Light poles. FOUNDATIONS 1. Dimensions shown on plans for locations of street light foundations, conduit and other items may be varied to meet local conditions, subject to approval of Engineer. 2. Contractor shall contact the City for inspections prior to pouring street light foundations and digging for conduit runs. 3. No street light polo* shell be placed on foundations prior to seven days following pouring of concrete. 4. Contractor shell clean up end remove all loose material resulting from construction operations. 6. Street light pole foundations shall be Class C ( 3000 P.S.1. ) concrete. e. All foundations shall be 24 inches in diameter unless shown other wise. 7. Foundation plans shell be drilled plum, the top of foundation poured level, the fop 3 Inches of the exposed pier (height) above finished grode shall hove the sonotube removed. 8. Top of foundation shall be 3 Inches above the finished grade unless shown different on plans. 9. Anchor bolt. shall extend above the top of the foundation concrete as shown on Anchor Bolt Detail. 10. Anchor bolts, ground rod, all reinforcing and conduit shall be in place before pouring concrete in pier foundations. Also pier foundations shall have one continuous concrete pour. 11. Street light foundations shell have a chamfered edge (beveled) at the top; see foundation details on sheet 2. FOUNDATION PLACEMENT 1. Foundations in medians shall be placed in the canter of the median between the two curbs. 2. Foundations shall not be drilled within 3 feet of a water fins or Fire Hydrant. 3. In residential areas foundations shall be placed In the street right of way (R.O.W.) in line with the property line between lots and at the break of the radius ooint of the street curb at street intersections. 4. Foundations shall not be placed in sidewalks (or location of future sidewalks) or sidewalk ramps. CONCRETE POURS Contractor shall notify the Traffic Services Division (817- 392-7738) inspector In advance (between 8:00 AM a, 5:00 PM) of all concrete pours. Inspector must be present when concrete Is placed on the project sits. EXISTING UTILITIES I. Approximate locution of known underground utilities has been shown on the plan shoots for the .treat luminalre project. The Engineer assume* no responsibility for the accuracy of the utility locations shown on the plans. 2. Contractor shall contact the following utility companies and agencies 48 hours prior to doing any work at any locations: 2.1. TXU Use 1-80D-817-8090 215. TXU Electric 1-800-233-2133 22, Southwestern Bell Enterprise 980C 2.7. City of Fort Worth Water Dept. 817-871-8275 23. AT&T 1.800-878.8711 28. City of Fort Worth TIPW Dept. 817-392-8100 2A. Charter Communications- 1-800-395-0440 2.9. Dig Test 1-600-395-0440 25. We.t*rn Union Coble 214.939.1930 2.10. City Traffic Services Division- 817-392-7738 3. Contractor shell be responsible for the following at no additional cost to the City: 3.1, Preventing any property damage to property owner's pole., fame, shrubs, mailboxes, etc. Any damaged property will be restored me directed by Engineer. 32. Landscaping and Sprinkler System - the contractor shall adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of oil street light equipment, This shall be done in a manner noual to or better than the areas adjacent to the damaged areas. 33. Providing access to all driveways during construction. 3A. Protecting all underground and overhead utilities and repair any damages. 4. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. S. Taxes State Low, Article 1436C, makes unlawful the operation of equipment or machines within 10 foot of any overhead electrical line unless danger against contact with high voltage overhead lines has been effectively guarded against pursuant to the provisions of the article. When construction operations require working near an overhead electrical line, the Contractor shall contact the owner/operator of the overhead electrical line to make adequate arrangements and to take necessary safety precautions to ensure that all laws, electrical line owner/opeutor requirements and standard Industry asfety practices are met. e. If any City of Fort Worth water utility is In the vicinity of a proposed pole foundation (within 3.0 Mot), 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 damage. done, and restoration to utilities as a result of marker operations. 7. Water and newer main* must be located prior to construction by contacting 871-8275. Any damages to the utilities as a result of Contrsctofs operation shall be repaired by the Contractor's expense. DRAINAGE Any obstruction to existing drainage due to Contractors operations shell be removed by the contractor as required by the Engineer at the Contractor's expense. PERMITS Contractor shall obtain and pay for all permits as required to work in parkway. 1. All conduit under ground shall be 1 1/4' or 2 Inch schedule 40 PVC and placed 24 Inches to 36" desp as directed by Engineer. 2. Conduit above ground shall be 1 1/4' or 2 Inch ridgid metal u. directed by Engineer. 3. Conduit shall be installed in a trench free of rocks that would damage the conduit and first 2 inches of backfill shall be free of racks. 4. All conduit shell start or and in a ground box, foundation or at a transformer pod along with a 1/4 Inch polly line (pull string) with a break strength of 500 pounds or more [ Greenlee part No. 5037959.3 or approved equal or better ). S. Each change of direction in the conduit run requires a ground box (pull box) unless It is less then 20 Mot to the and of the run. 6. The unit of measure for conduit placement Is the straight line distance between ground boxes, foundations or transformer pods. 7. Conduit shall be placed inside a easement or street right of way (R.O.W.). When placed in easements, the location of conduit shall be 30 inches off lot lines to avoid being damaged by fence post placement. S. All electrical conduit, wiring, electrical connections, act. shall be Installed according to the National Electric Code. 9. For locution of City of Fort Worth underground streatilght cable and conduit call (617-392-7736 at 817-392-81100). LUMINAIRE POLES All now atreetiight pole types will be determined by the area of Fort Worth they are being Installed, the developer shall call (817-392-7738) for pole types, templet* dimensions and anchor bolts, and any questions about installing the foundations and conduit for stre*tughts. REV. 1-. FOR GENERAL NOTES .Y JOE Al 204-tr-N REV. FOR PRE -CONSTRUCTION MOTES BY JOE MDENZ REV..-Oe-Oa FOR NOTE CHANGES BY JOE MDENZ lEv. 2.114e FOR NOTE CHANGES BY JOE MDENZ DEPT OF TRANSPORTATION AND PUBLIC WORKS ........ y 7RAFFIc sErmcEs Dlwewx e2:e STREET LUMINAIRE GENERAL NOTES THE SEAL APPEARING ON THIS I--- Joe Rxessaw"E..r,Oa .rr.a..a a .case ROHNIE VANN- vn, aEPT. soy I Loc. N.. E DOCUMENT WAS AUTHORIZED BY Ik RONNIE R. VARNELL, P.E. 52202 ON 1-M-04L cow n JOE RxaEML e-1.y r.. RONNIE VARNELL ten' ENT. ass ,jsuLe: NQ.a. xswlxs r.: 3257 I.NUT... 1 or e DRILLED SHAFT FOUNDATION GROUND CLAMP DIM. "CC" CLEARANCE 1dLjLr� DIA. FOR LOCATION OF CONDUIT GROUND ROD S B GROUND WIRE J 12" PVC CONDUIT 2" PVC CONDUIT — a 6 BARE GROUND WIRE. CONNECT TO POLE BONDING LUG 11" PVC CONDUIT FINISHED GRADE PLAN VIEW (ENLARGED) I "BB" I I B0 T J n I, •1C'LE •. LINE THROUGH ANCHOR BOLTS. 30' MINIMUM I► I TOP VIEW I I BEE ANCHOR BOLT DETAIL I — TOP OF FOUNDATION MUST BE LEVEL. w w ANCHOR BOLT w z 11'..CHAMPER O 'p < i I W y` O m 0 D BARE COPPER T GROUND WIRE \ 'PITCH GROUND GROUND CLAMP — 2" CONDUIT. UNDISTURBED EARTH INSTALL COPPER CLAD STEEL GROUND ROD; OR GROUNDED AS DIRECTED BY ENGINEER OR INSPECTOR. .K CLASS C 3000 P.6.1. 2— SPIRAL, 2 FLAT TURNS TOP S 1 FLAT TURN BOTTOM. (SEE DESIGN TABLE FOR SIZE a PITCH.) CONCRETE N 5 VERTICAL BARS LOOSE DIRT. WATER (SEE DESIGN TABlEB FOR SIZE S NUMBER) /h AND DEBRIS TO BE REMOVED PRIOR TO CONC. POUR JJI� I DRILLED SHAFT DIA. ELEVATION FOUNDATION DETAILS CURB FOUNDATION DESIGN TABLE DRILLED REINFORCING STEEL DRILLED ANCHOR BOLT DESIGN DIY. "Cc" FIND SHAFT SHAFT GROUND ANCHOR ANCHOR ROD BOLT ANCHOR DISTANCE CLEDIA.ARANCE TYPE DIA VERT SPIRAL LENGTH SIZE BOLT BOLT TOTAL CIA TYPE ACROSS BOLTS LOCATION BARS 3 PITCH (FEET) DIA LENGTH DIA No. DIM. "BB" OF CONDUIT 1 24" 4/5 18"x 03 at 8" 5 518" x V 1" 40" 10" 47 7 1/18" 8 12" 2 24" 445 1 B"x N3 at 6" 1 5/8" X 6' 1 •' 40'• 11" 4T 7 3/4" 7" 3 24" 4-05 18"x 93 at 6" S 5/8" x V 1" 40" 11 12" 47 6 1/B" 7 12" 1 24" 445 1 B"x /3 at S"' ISIB" x B' 1" 40" 12" 4T 7 7110" 8 1 /Y' I{ 5 30" 645 24"x 03 at 8" E 6/8" x B' 1 1/4" 1., 110 13" 51 9 3/16" B 12" S 30" 645 24"x t3 at 9" 5 516" x B' 1 1/4" 54" 13 12" 51 991161, 9 12" 1 24" 445 18"x f3 at 8" 5 5/8" x V 3/4" 24" 15" N/A 10 5/B" 10" S 30" 645 24" z f3 at 8" / 5/B" x B' 1 12" Boll 15" 49 105181, 10" 9 30" 645 24"x 03 at 8" 9 SIB" x S' 1 1/4" 54" 17 1/4" 51 12" 10" Al NOTES: 1. IF ROCK IS ENCOUNTERED, THE DRILL SHAFT SHALL EXTEND " A MINIMUM OF TWO DIAMETERS INTO SOLID ROCK AND HAVE A MINIMUM OEM FEET SHAFT DEPTH FOR END. TYPE 3, B, BANDS. O= ;OPENING 2. ANCHOR BOLTS SHALL BE GALVANIZED THE FULL LENGTH. iN FL 1. SUPPLY 2 NUTS. 2 WASHERS B 1 LOCK WASHER WITH EACH ANCHOR BOLT. O 4. ANTIOUE STYLE ANCHOR BOLT TO BE SUPPLIED WITH 1 NUT, 1 FLAT WASHER, S 1 LOCKWASHER. ANCHOR BOLT INSTALLATION PROCEDURE 15" IA CIRCLE ANCHOR BOLT THREADS SHALL BE TAPED PRIOR TO POURING CONCRETE. THREADS OF ANCHOR BOLTS SHALL BE COATED WITH PIPE JOINT COMPOUND PRIOR TO INSTALLATION OF UPPER NUTS WHEN ERECTING POLE. AFTER POLE IS 24"DIA PIER PLUMBED AND IN PERMANENT ALIGNMENT, THE EXPOSED THREADS OF PAINTED BOLTS SMALL BE CLEANED AND AN ADDITIONAL COATING OF ZINC -RICH PAINT NOT APPLIED TO SEAL THE BOLT THREAD -NUT JOINT. LOCK WABNF4 3„ FLAT WARNER POLE NUT n COVER TYPE BOLT LENGTH HOOK THREAD HEIGHT 1: U4" DIA.x24" HOT DIP GALVANIZED L-TYPE DIA. "L" I NO. (IN.) (INJ "H" "T" ABOVE —3 (IN.) (IN.) FOUNDATION i - POLE -- BASE -- ANCHOR BOLT6 (4 PER PIER) 4T 1 >0 1 6 1 12' L NOTE CONDUIT 4 GROUND ROD 49 1 12" 54 a D T' ,O,S NOT SHOWN FOR CLAIRITY. I S1 1 1l4" 48 6 9 5 1/4" i SEE FOUNDATION DESIGN TABLE IANTIGUE 3/4" 24 3 3 3 m USE TYPE 7 FOUNDATION ANCHOR BOLT DETAIL FOR ANTIQUE STYLE NOTE: ANCHOR BOLTS SHALL BE �..I MooK' FI GALVANIZED THE FULL LENGTH. LENGTH A STREET LIGHT POLE 1-- BASE PLATE TO BE SLOTTED AND SIZED TO ACCEPT REQUIRED ANCHOR BOLTS. O POLE BASE PLATE FOR POLE TYPE 11 9 d D30.6 1e 025-8 D40.8T, •040-9 19A "`Al l20 & A14/20 19,41 416 REV. 1-2" DETAIL CHANGES MY JOE RADEN2. REV. 2-01-05 FOR POLE GROUNDING DETAIL 9 FOUNDATON BY JOE RADEW REV. 2-1S-M FOR POLE NAME AND ANC11DA BOLTS NY JOE RAOENZ DEPT. OF TRANSPORTATION ORTVKo .� AND PUBLIC WORKS � • !A 1RAF FIC SERVKXMDMSOR s STREET LUMINAIRE a rt4 POLE FOUNDATION DETAILS THE U" APPlARINO ON THIS JnE RAOEIa aPJ4W1 J.TAA&V, s •nm �'� DOCUMENTWMAUTHORIMOSY I�R:JOE RAOEIR •"—� RSNl1111No1 ►11m &DROPS R. VARAMILL. P.E. RIM ON 14149 �4ASf I W arA f aSasa.: Sw _ I N/r. t. _ 5 G t s 11 If 1 11 i A 1 POLE SHAFT SHAFT DIAMETER DRILLED TYPE LENGTH BOTTOM TOP GAUGE SHAFT FOUNDATION 11 24.0' 7.0' 3.5' 11 ' TYPE 1 5 27.5' OR' 4.22" 11 TYPE 2 16 33.5' 6.5• 6.1T' 11 ' TYPE 1SA 'w 10.0" 614' 11 ''YPES 10 27.5' 11A' TAW T " TYPES SEE FOUNDATION DESIGN TABLE SINGLE ARM SIMPLEX ARM PLATE No. 45 TO MATCH POLE PLATE No. 44 RM SIDE ELEV. 1/4"i2' GUSSET OF POST PLATE YIELD TO CASTING POLE S ARM 1• CONNECTOR CASTING. b 1/P HOLE FOR GALV. BOLTS POLE CAP 2 1/2' HOLE IN / N1 SIMPLEX No. 46 POLE; SMOOTH _ ARM PLATE ALL EDGES, _ 1 B"� \ BOLT HOLE------=+. FRONT ELEV. POLE \ ARM CONNECTOR DET. FOR SIMPLEX POLE PLATE No. /4 `t AND ARM PLATE No. 45 _ BOLT MOLE. — NOTE: f SIMPLEX No. /4 POLE TYPE 6, 11, { 19 HAVE LL POLE SHAFT 1 SIMPLEX POLE PLATE No. 44 { POLE TYPE 18 { 1SA HAVE S N' ATTACHMENT FOR LUMINAIRE SUPPORT 2 SIMPLEX POLE PLATES No. 44. ARM PLATE SIMPLQ No. 46 SEE DET. ABOVE 4'X S• HANDHOLE WITH 112* TAPPED HOLE FOR ON GROUND FITTING. TYPICAL AT ALL POLES —SASE PLATE SINGLE PIECE STEEL POLE SHAFT FOR POLE TYPE No'S S. 11, 16, 1SA { 1/ W M BOLT C HOLE --I 27" a/. 1732* ¢ BOLT -- HOLE SINGLE PIECE DAVITT POLE MINIMUM DRILLED TYPE MOUNTING SPAN WUOE SHAFT SHAFT SIZE NUMBER HOT. FT (MIN.) FOUNDATION AT BASE TYPE D25-6 25 T.6' S' B11 R TYPE 4 D30_5 90 6.0• B /11 TYPE 2 F7. DAVITT $'JµD�RD ' n I D4S-9 I 10 140 I TYPE 5 SINGLE DAVITT ARM 040-5 I WA I WA I S' I /11 I WA GLOBE DOUBLE DAVITT ARM D40-OT NIA NIA r MIA _3"O.D.x 3" `D40•/T I WA I WA I B' WA -, HIGH TENON --�--. 3.5'DIA SEE FOUNDATION DESIGN TABLE - 2 3/8' O D. DO%DOUBLE B POLE //� 7-ISE ABOVE SHAFT J - .A9 DHORIZONTAL b 6 S SPECIFIED 11 0 RY OR B' SPAN DAVIT POLES i `�` ,�/ SHALL BE 3.25'x5.25"XS'H -1 i < < rL 2 PIECE POLES DOOR OPENING TOP OF CONTACTOR 7"DIA BOX IF SPECIFIED BASE 1y I 1 I I 20'bIA ANTIQUE STYLE POLE (2 DIFFERENT HEIGHT POLES) LENGTH 2 3/3' O.D. END 1.2 s' NANDNO WITH 1/2' TAPPED HOLE FOR GROUND FITTING. TYPICAL AT ALL POLES GROUND LINE B" STRAIGHT B" STRAIGHT SECTION SECTION ' VARIES 4 2 2 3/S" O.D. END �DAVIT• POLE 43'-75" TYPE RISE LENGTH 229 5.6. B' 23A 5.5. 10, 24A 516" 12' 25A 516. 15' 25 3' 15, TRUSS TYPE LUMINAIRE SUPPORT ARM m BOLT HOLE TYPE 33A ARM TYPE 33B ARM SINGLE MEMBER LUMINAIRE SUPPORT ARM h S50NNIE.2.03RReus THE SEAL APPEARING ON THIS DOCUMENT NAB AUTHORIZED BY RONNIE R. YARNELL. P.E. B220B ON /J1-0S. REV.: 1.2644 REMOVE EMSEDDED POLES BY JOE RADENZ REV.3-024M TO CHANGE ARM TYPES BY JOE MDENZ REV. TO ADD EMBEDDED POLES 4 SIMPLEX No. M PLATE 2.1YOF BY JOE RADENZ DEPT TRANSPORTATION AND AND PUBLIC WORKS TRAFFIC SERVICES DIVISION - FSTREET LUMINAIRE POLE DETAILS .••••••• •• IO! RADIJM�n anmI ....... •r RONNIE VARNELL '•r" ERR raM ••••• •• pE R102YL �•' L14W I "^"n.. ••' RONNIE VARNCLL ue' Wf.IFM ..L.: ­11._ i r.: 3267 _ 1 .E . 3 0. 5 i I I 1 4 120V1240 V 3-WIRE SERVICE FROM T-X U. LINE 120V2AOV LINE 110V1210V NEUTRAL PHOTO EYE CONTROL - WEATHER HEAD (MOUNT ON SIDE) M BUCK 1M RED BB WHITE NETURAL WIEGMANN No. RHC 202008 (OR APPROVED EQUAL) NEMA 311 BOX WITH HINGE COVER & BACK PANEL. HVID DONTROL BOU-E D PMT NP. —am 7 AMP INUNE FUSE WEATHER If 0 (MOUNT ON SIDE) SERVICE BREAKERS (MAX. 100 AMP) { J CLEAfl INTER"-E ,OP1101MLPNOT._ .�O VPREUMDTSQUARED BBO3-SQD-1 2 POLE 100 AMP LIGHTING CONTACTOR WITH ELECTRONICALLY HELD COIL . CIRCUIT BREAKERS li0i;f (MAX, 100 AMP) CITY �iI INSTALL POLE �� ;'j. 1 114' OR 2' RIGID METAL CONDUIT (AS j DIRECTED) WITH WEATHER HEAD. COIL SUFFICIENT WIRE i FOR POWER COMPANY TO !�)) CONNECT CONDUCTORS I741 TO THEIR TRANSFORMER OR POKIER LINES. GROUND BOX WITH I..., CONCRETE APRON. FIN. GRADE I \r BS RED I BLACK TO POLE GROl/D q p �S �) SO t8 WHITE BB GREEN V SERVICE CONDUCTORS 2-PVC CONDUIT TO STREET LIGHT POLE. 1- CRUSHED STONE 16' DEEP MIN. ALTERNATE ELECTRIC SERVICE POLE MOUNTED TRANSFORMER AND/OR SERVICE SEE ELECTRICAL GENERAL NOTES FOR CIRCUIT BREAKERS AND FUSE TYPES. PHOTO ELECTRIC CONTROL S � � m f *7 AMP INLINE _ 1201210 DUAL FUSE AT POLE VOLTAGE LAMP HANDHOLE OALLAST ED IN LINE FUSE I=t FOR 1120 TVOLT INSIDE TRANSFORMER OPERATION SAME AMPERAGE AS SERVId.K--.K CONNECT TO HW BLACK GROUNDLUOIN HANDHOLE FB XHHW WHITE — L-x-HW GREEN STANDARD 1201240V CONNECTED TO GROUND ROD TRANSFORMER. AT TRANSFORMER FOR USE WITH INDIVIDUAL LIGHTS ON POLES CONNECTED TO 1=40 OR 2401480 VOLT TRANSFORMER, TYPICAL ELECTRICAL CONNECTIONS FOR SINGLE STREET LIGHT SEE ELECTRICAL GENERAL NOTES FOR CIRCUIT BREAKERS AND FUSE TYPES. ELECTRICAL GENERAL NOTES: 1. CONNECTIONS TO TRANSFORMERS TO BE MADE ONLY BY POWER COMPANY PERSONNEL OR CITY QUALIFIED PERSONEL. CALL 817.3924033 AT LEAST THREE (3) WEEKDAYS (MONDAY-FRIDAY) IN ADVANCE TO ARRANGE FOR TRANSFORMER CONNECTIONS. 2. ALL CONDUCTORS IN CIRCUIT SHALL BE STRANDED COPPER i WITH XHHW INSULATION. 3. ALL INSULATION TO HAVE CONTINUOUS COLOR CODING J. ALL ELECTRICAL CONDUIT, WRING, ELECTRICAL CONNECTIONS, ECT. SHALL BE INSTALLED ACCORDING TO THE NATIONAL ELECTRIC CODE. M6. ALL SERVICE BREAKERS i CIRCUIT BREAKERS SHALL BE SQUARE D (MAKE). MODEL FAIL 14 (STYLE) OR APPROVED EQUAL AND SIZED ACCORDING TO THE CIRCUIT LOAD AS PER THE NATIONAL ELECTRIC CODE, ALL 7 AMP INLINE FUSES SHALL BE FERRAZ SHAWMUT (MAKE OR APPROVED EQUAL) MODEL TRM 7 260V AC WITH THE FEB-11-11 FUSE HOLDER. 11 REV. 1-30JM TO CHANGE ELECTRIC CONTACTOR E ADD CONDUIT BY JOE RADEMZ REV. 2-13� TO ADD GEMERAL NOTE No. 6 BY JOE RADENZ DEPT OF TRANSPORTATION T 1-0 AND PUBLIC WORKS TRAFFIC BERVICEt DMSON 52203 STREET LUMINAIRE THE SEAL MPEMING ON TNm ELECTRICAL CONNECTION DETAILS DOCUMENT WAS ADTHOR¢ED BY RONNIE A. —NELL. P.F. 6]]D] ON 1-31-04. _ �nJ.T.R.A.R.V.••A-1 "m'^'JTR.N.RV 10.1-0 I�—^.MIE RADENE "R1a1BOl ^'�'�^ AGNNIE VMNELL w�. 1a160J I I t I IDENTIFICATION PLATE POLYMER CONCRETE COVER LIFT EYE — MAINTAIN MINIMUM CLEARANCE OF S' BETWEEN BOTTOM OF LID AND TOP OF 2' CONDUIT. E" f. /B 1S' MIN. n j 1" CRUSHED STONE �j '�,L✓'s NOMINAL NOMINAL BOX DIMENSIONS COVER DIMENSIONS PULLBOX S H L 12 1.SMALL 16114. 23 1/4' 12" 11 3/5' 1B 1/S' LARGE 20 3/4' 32 1/2' 12' iB ill' 31 1/2' GROUND BOX DETAIL ( PULL BOX) 3 1/2' CONCRETE APRON WITH 2 03 BARS AS SHOWN TO BE INSTALLED FOR STREET LIGHT CONDUIT ONLY ON ARTERIAL 1r ROADS NOT RESIDENTIAL STREETS. TYP ALL SIGNAL CONDUIT SHALL HAVE CONCRETE APRONS AT ALL LOCATIONS. _ JJIIl _ BOLT TO ATTACH 1 6/S' X 4' LIFTING SLOTS --T TO GROUND BOX SKID RESIST. LI HT i POLYMER SION m ' D CONCRETE —BOLT TO ATTACH COVER TO GROUND BOX COVER GROUND BOX NOTES GROUND BOXES AND COVERS SHALL BE MANUFACTURED FROM REINFORCED POLYMER CONCRETE (RPM) COMPOSED OF BOROSILICATE GLASS FIBER, A CATALYZED POLYESTER RESIN AND AN AGGREGATE. SIDE WALLS MAY BE FIBER REINFORCED POLYMER. BOTTOM EDGE OF BOX OR EXTENSION SHALL BE FOOTED WITH A MINIMUM 1 1/4" FLANGE. COVER LIFT EYE ----MOLDED WITH COVER COVER LETTERING-----1" INCISED LETTERS "LIGHT i SIGNAL' GROUND BOX AND COVER MUST BE ABLE TO WITHSTAND A MINIMUM 12,000 LB PER WHEEL LOAD. LOAD REQUIREMENTS SHALL BE TESTED BY AN INDEPENDENT LABORATORY AND A CERTIFICATION OF SUCH TESTS SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL, THE GROUND BOXES FOR THIS PROJECT SHALL MEET THE REQUIREMENTS SHOWN ABOVE. THE CONTRACTOR WILL BE PERMITTED TO FURNISH LIKE MATERIALS OF ANY MANUFACTURER PROVIDED THEY ARE OF EQUAL QUALITY AND COMPLY WITH THE SPECIFICATIONS. POLYMER CONCRETE 12' GROUND BOX AND COVER B TYP. CUSS A 3112' CONCRETE APRON lwx CUSS A CONCRETE APRON 2- /3 BARS TYPICAL O OPENING AT END OF 3" CONDUITS SHALL BE SEALED WITH DUCT SEAL. Ixx { PVC CONDUIT WITH YO "ELBOW ' '. . . 18"- 22" 1 1" CRUSHED STONE.' , ' `-- PVC CONDUIT WITH BQ ELBOW SECTION A -A SHOWING DIMENSIONS OF BOX AND ACCOMPANYING FIELD INSTALLATION INSTALL 2' PVC CONDUIT AT ALL DRIVEWAYS WITH LOCATOR BALLS. W DRIVEWAY APPROACH� R z LEGEND ■ GROUND BOX WITH �"� TRAFFIC SIGNAL CONCRETE APRON 0 LOCATOR BALL 3" CONDUIT FOR MAJOR ROADWAY i FUTURE SIGNALS �-� --.--- STREET LIGHT 3 I r SCHEDULE 40 PVC CONDUIT STREET LIGHT 1 J ------ TRAFFIC SIGNAL I' CONDUIT WITH I 3' SCHEDULE 40 LOCATOR BALLS --T� 1 I MAJOR ROADWAY PVC CONDUIT LOCATOR BALLS SHALL BE PROVIDED BY CITY. --------------------------- -- NOTES: rII GROUND SOX 1. ON ARTERIAL ROADS ALL CONDUIT S CONC, APRON (TYPICAL). SHALL TERMINATE IN A GROUND G. BOX WITH A CONCRETE APRON, GROUND BOXES SHALL BE INSTALLED i AFTER THE ROADWAY & LANDSCAPING Z ARE COMPLETE. SEE GROUND BOX DETAIL. TYPICAL CONDUIT PLACEMENT AT NEW ROAD CONSTRUCTION DEPT OF TRANSPORTATION AND PUBLIC MRKS TRAFFIC SERVICES DNISON +I STREET LUMINAIRE THE SEAL AFPEARINO ON TNM CONDUIT EI GROUND BOX DETAILS DOCUMENT VIAE AUTHORIZED /Y RONNIE A VARNELL. P.E. -H)S ON•- _rJDERADENZ 14" I—JOE RADEYZ 1-2Eq '^"r'" RONMNe..NELL r.a I.i0.EE 12. 6. . u. 5 OF 5 1 1 M