Loading...
HomeMy WebLinkAboutContract 25991 � I 06-20-OOAO$:41� RCVD , �,,, CITY SECRETARY """"""SCM CONTRACT No. loonapp, PLANS SPECIFICATIONS --'--C"UNU4M . AND mgmemm. CONTRACT DOCUMENTS FOR SCHOOL FLASHER IMPROVEMENTS, PHASE 2: LOCATION MAPSCO Long Avenue: Clinton - Ellis 48X Mojave Trail: Santa Fe - Calmont 73K9L Riverside Drive S.: Mulkey - Colvin 77U Crenshaw Avenue: Bishop - Campbell 78U ftp Miller Avenue: Whitehall - Baylor 78Z Stadium Drive: South Hills - Brady 90A,E PROJECT No. C115-020115031111 IN THE CITY OF FORT WORTH, TEXAS APRIL 2000 KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER r. .r. g OF HUGO A. MALANGA, P. E. - DIRECTOR14 b JOE S. TERNUS JOE S. TERNUS, P.E. - ASSISTANT DIRECTO �-. 27427 s w ` TRANSPORTATION / PUBLIC WORKS DEPARTlow ME 0)FRUAL PEC-015 CITY gE'r mQy City of Fort Worth, Texas qV61yor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 5/30/00 **C-18028 1 20FLASHERS 1 of 2 SUBJECT AWARD OF CONTRACT TO STANFIELD ENTERPRISES, INC. D/B/A S & J ELECTRIC FOR SCHOOL FLASHER IMPROVEMENTS, PHASE 2 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Stanfield Enterprises, Inc. d/b/a S & J Electric, in the amount of $75,600 for the construction of new school flashers at six locations. DISCUSSION: The 1998 Capital Improvement Program included funds for traffic signal improvements. School flashers are included in these funds to develop safer transportation routes in the vicinity of schools. For Fiscal Year 1999-2000, a school flasher construction program has been prepared. The project was advertised for bid on March 31 and April 7, 2000. On April 27, 2000, the following bid was received: BIDDER BID AMOUNT CONTRACT TIME Stanfield Enterprises, Inc. d/b/a S & J Electric $75,600 45 calendar days Staff considers the contractor's bid to be fair and reasonable and recommends approval. Stanfield Enterprises, Inc. d/b/a S & J Electric, is in compliance with the City's M/WBE Ordinance by committing to 10% M/WBE participation. The City's goal on this project is 6%. Locations of the new school flashers are as follows: STREET LOCATION SCHOOL COUNCIL DISTRICT MAPSCO Long Avenue Washington Heights Elementary 2 48X Stadium Drive McLean Middle and Applied Learning Academy 3 90A Crenshaw Avenue Sims Elementary 5 78U Miller Avenue Eastland Elementary 5 78Z Mojave Trail Western Hills Elementary 7 73K Riverside Drive South Briscoe Elementary 8 77U City of Fort Worth, Texas "floor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 5/30/00 **C-18028 1 20FLASHERS 2 of 2 SUBJECT AWARD OF CONTRACT TO STANFIELD ENTERPRISES, INC. D/B/A S & J ELECTRIC FOR SCHOOL FLASHER IMPROVEMENTS, PHASE 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) ARRovEn Mike Groomer 6140 CITY COUN09- Originating Department Head: MAY 30 2000 Hugo Malanga 7801 (from) 0,0.. C115 541200 020115031111 $75,600.00 ��4.41 Additional Information Contact: C111 Secretary of the Citi of Fort Worth,Texas Hugo Malanga 7801 ADDENDUM No. 1 SCHOOL FLASHER IMPROVEMENTS, PHASE 2 PROJECT No. C115-020115031111 City of Fort Worth Transportation/Public Works Department RELEASE DATE: Tuesday, April 18, 2000 BIDS TO BE RECEIVED: Thursday, April 27, 2000 The following additions shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this addendum on the bid proposal and on the outside of the sealed envelope. SPECIFICATIONS: PART B — MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS SPECIAL INSTRUCTIONS FOR BIDDERS M/WBE PROJECT GOALS Revise the project goal as follows: "The City's MBEMBE goal on this project is 6% of the base bid value of the contract." APPENDIX: GENERAL NOTES: Insert the following notes for the project: "SCHOOL FLASHERS 1. Each school flasher installation consists of the following principal items: a. Installing school flasher cabinet, all signs and metal sign posts. b. Furnishing and installing signal heads, conduit, signal cable, wood and metal poles and ground boxes. c. Furnishing and installing any other items not listed above which are needed to provide a complete school traffic signal as called for in the plans and specifications. School Flasher Improvements, Phase 2 Page 1 of 4 ADDENDUM No. 1 r 2. Contractor shall notify Russell O'Neal of the Traffic Services Division (999-9740 mobile) at least one week prior to starting work on this project. 3. The school flasher cabinet, all signs and their metal posts are supplied by the City and will be available for pick up from the Transportation/Public Works (TPW) Department Traffic Services Division at 3409 Harley Avenue. 4. Contractor will only be allowed to work from 9:00 a.m. to 4:00 p.m. unless otherwise authorized by Engineer. 5. A representative from the Traffic Engineering Division shall be present when the signal is placed in operation. The Contractor shall contact Russell O'Neal (999- 9740 mobile) to arrange time and date of signal turn-on. 6. Test period for signals: once the school flasher signals have been installed and placed in operation, they shall operate continuously for a minimum of 30 calendar days in a satisfactory manner. During the test period, the Contractor shall repair any malfunctions to equipment he supplied on the project. Any failures during the 30 days may cause the test period to start over. FOUNDATIONS 1. Dimensions shown on plans for locations of poles, conduit, and other items may be varied to meet local conditions, subject to approval of Engineer. 2. Contractor shall clean up and remove from the work area all loose material resulting from construction operations each day before work is suspended. Ilk POLES 1. Wood poles shall be 30' Class 3 and Pentachlorophenol pressure treated (Reference Specifications.) 2. Metal poles shall be the City of Fort Worth Transportation and Public Works Department Type 6, which has an 8.7" bottom diameter x 4.64" top diameter x 29' tall x 3 gage thickness (Reference Specifications.) L SCHOOL FLASHER CABINET 1. Contractor shall install school flasher cabinet and connect all field wires. 2. City will program school flasher pager unit. CONDUIT 1. Rigid metal conduit (1-1/4") shall be used for conduit attached to poles as noted on plans. an School Flasher Improvements, Phase 2 Page 2 of 4 ADDENDUM No. 1 2. 1-1/4" Schedule 40 PVC shall be used for underground conduit runs. 3. A continuous grounded system shall be provided in PVC conduit by running 1- #10 bare copper in conduit between poles and grounding at each pole ground rod. 4. If it is determined that it is impractical to place conduit by jacking or boring across a street or roadway, open trench methods may be used (with authorization of the Engineer) at no additional cost to the City. In the event that open trench methods are used, the trench shall be reconstructed as shown in the "City of Fort Worth Standard Specifications for Street and Storm Drain Construction" for trench repair of the various types of pavement. SIGNAL HEADS 1. Contractor shall supply all signal heads and mounting hardware. "Astro" style mounting brackets shall be used. 2. Contractor shall supply 60-watt lamps with an 8000-hour life rating for all signal heads. TRAFFIC SIGNS AND PAVEMENT MARKINGS 1. All traffic signs shown on plans will be furnished by the City. 2. Contractor will install or relocate all signs as shown on pians. 3. All permanent pavement markings will be installed by the City. DIMENSIONS 1. All dimensions shall be to the nearest face of curb. EXISTING UTILITIES 1. Contractor shall contact the following utility companies 48 hours prior to doing any work at any location: Lone Star Gas Metro (214) 263-3444 Southwestern Bell 1-800-344-8377 AT&T 1-800-878-8711 Marcus Cable 246-5538 Western Union Cable (214) 939-1930 TU Electric 1-800-233-2133 City of Fort Worth Water Department 871-8275 City of Fort Worth T/PW Department 871-8100 Fiberoptic companies per stakings. School Flasher Improvements, Phase 2 Page 3 of 4 ADDENDUM No. 1 2. If any City of Fort Worth water utility is in the vicinity of a proposed pole foundation (within 3.0 feet), then the Contractor will hand dig to uncover the water line and verify that the proposed pole foundation location is satisfactory. 3. The Contractor shall be liable for all damages done to utilities as a result of his/her operations. Any damaged property will be restored as directed by the Engineer. 4. Contractor shall be responsible for the following at no additional cost to the City: Preventing any property damage to property owner's poles, fences, shrubs, trees, mailboxes, etc. Providing access to all driveways during construction. Protecting all underground and overhead utilities and repair any damages. 5. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 6. Texas State Law, Article 1436C, makes unlawful the operation of equipment or machines within 10 feet 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/operator requirements and standard industry safety practices are met. MATERIALS 1. City will provide the school flasher cabinets, pager units, and signs for the Contractor to install. 2. Contractor shall provide all other items required for the project." School Flasher Improvements, Phase 2 Page 4 of 4 TABLE OF CONTENTS Part A Notice to Bidders Special Instructions to Bidders Part B Proposal Vendor Compliance to State Law Minority and Women Business Enterprise Specifications Part C General Conditions (See City of Fort Worth Standard Specifications For Street and Storm Drain Construction,Part I. General Provisions) Part D Special Provisions Part E Specifications Installation of School Flashers Pentachlorophenol Pressure Treated Poles Metal Poles Silicone Joint Sealing for Concrete Pavement Part F Certificate of Insurance and Bonds Certificate of Insurance Contractor Compliance With Worker's Compensation Law Equipment Schedule Experience Record Performance Bond Payment Bond Part G Contract Appendix: General Notes Plans Standard Details PART A NOTICE TO BIDDERS AND SPECIAL INSTRUCTIONS TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following SCHOOL FLASHER IMPROVEMENTS, PHASE 2: LOCATION MAPSCO .Long Avenue: Clinton - Ellis 48X ,Mojave Trail: Santa Fe—Calmont 73K,L Riverside Drive S.: Mulkey—Colvin 77U Crenshaw Avenue: Bishop—Campbell 78U Miller Avenue: Whitehall—Baylor 78Z Stadium Drive: South Hills—Brady 90A,E The project consists of the complete installation of 6 school flashers. �• Bids should be addressed to Mr.Bob Terrell, City Manager of the City of Fort Worth,Texas and will be received at the Purchasing Office until 1:30 P.M.,Thursday,April 27, 2000 and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Transportation and Public Works Department, Second Floor,Municipal Building, 1000 Throckmorton Street,Fort Worth,Texas. One set of documents will be provided to prospective bidders for a deposit of$20.00, such deposit will be refunded if the documents are returned in good condition within(10)days after bids are opened. Additional sets may be purchased on a nonrefundable basis for twenty dollars($20.00)per set. These documents contain additional information for prospective bidders. 6 A non-mandatory Pre-Bid Conference will be held at 3:00 P.M.,Thursday, April 13, 2000 in Room G14 of the Public Safety Building(north of the Municipal Building). All bidders are encouraged to attend. Bid security is required in accordance with the Special Instruction to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract, if made, will be within forty-nine(49) days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be Lobtained by contacting the Transportation and Public Works Department at(817) 871-7800. In accord with City of Fort Worth Ordinance No. 11923,as amended by Ordinance 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. LA copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBEIWBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")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 Ms. Caroline Jones at(817) 871-8770. Advertising Dates: March 31, 2000 April 7, 2000 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 L amount of not less than five(5%)percent of the 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(10)days after the contract has been awarded. LTo be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S. Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. 2. 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. In this connection,the successful bidder shall be required to furnish Performance,Payment and Maintenance Bonds,all 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 Article 5160 of the Revised Civil Statutes of Texas,as amended. In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which 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. A Payment Bond and Maintenance Bond shall be executed, in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. A Performance Bond shall also 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. r 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the "General Provisions"of the Standard&eci ications for Street and Storm Drain Construction of the City of Fort Worth,Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT:All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. 6. 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. Special Instructions to Bidders Pagel of 7 7. FINANCIAL STATEMENT:A current certified financial statement is required by the Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten(10)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 Worker's Compensation and Comprehensive General Liability(Bodily Injury-$250,000 each person,$500,000 each occurrence; Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident'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 nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "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 this contract involves 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 nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES:In accord with City of Fort Worth Ordinance No. 11923,as amended by Ordinance 13471,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 MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate. The Documentation must be received no later than 5:00 p.m.,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 non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(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 MBE and/or 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 initiation 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 participation in City work for a period of time of not less than three(3)years. Special Instructions to Bidders Page 2 of 7 11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder based on the total amount bid for all bid items of the project.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. 12. PAYMENT:The Contractor will receive full payment(minus 5%retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment,and upon acceptance of the project. 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation/Public Works Department at(817)871-7800.Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage 1. Definitions: Certain 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 worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken 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,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 toner 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. 2. The Contractor shall provided 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. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. 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. Special Instructions to Bidders Page 3 of 7 5. 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 (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. 6. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter 7. 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,of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's 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. 9. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: (a) 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; (b) 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; (c) 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; (d) obtain from each other person with whom it contracts,and provide to the Contractor: (1) a certificate of coverage,prior to the other person beginning work on the project;and (2) 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) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (f) 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 Special Instructions to Bidders Page 4 of 7 (g) 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. 10. 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 the 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. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor does not remedy the breach within ten days 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 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 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"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 Worker's 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". 15. NON DISCRIMINATION: The Contractor shall not discriminate against any person or persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. Ike Y Special Instructions to Bidders Page 5 of 7 16. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,Contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against 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,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this 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 it will fully comply with the Policy and will defend,indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 17. 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 and/or conditions of employment for applicants for employment with,or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Revised April 5, 1999 Special Instructions to Bidders Page 6 of 7 i CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 1999 CLASSIFICATION RATE CLASSIFICATION RATE AIR TOOL OPERATOR $9.00 MILLING MACHINE OPERATOR $8.62 ASPHALT RAKER $9.55 MIXER(OVER 16 CF) $10.30 ASPHALT SHOVELER $8.80 MOTOR GRADER OPERATOR(FINE $11.97 GRADE) BATCHING PLANT WEIGHER $11.51 MOTOR GRADE OPERATOR $10.96 CARPENTER $10.30 PAVEMENT MARKING MACHINE $7.32 CONCRETE FINISHER(PAVING) $10.50 ROLLER,STEEL WHEEL $9.06 (PLANT-MIX PAVEMENTS) CONCRETE FINISHER(STRUCTURES) $9.83 ROLLER,STEEL WHEEL(OTHER $8.59 (FLATWHEEL OR TAMPING) CONCRETE RUBBER $8.84 ROLLER,PNEUMATIC SELF- $8.48 PROPELLED SCRAPER ELECTRICIAN $15.37 0 SCRAPER $9.63 FLAGGER $7.55 TRACTOR-CRAWLER TYPE $10.58 FORM BUILDER(STRUCTURES) $9.83 TRACTOR-PNEUMATIC $9.15 FORM LINER(PAVING&CURB) $9.00 TRAVELING MIXER $8.83 FORM SETTER(PAVING&CURB) $9.24 WAGON-DRILL,BORING MACHINE $12.00 FORM SETTER(STRUCTURES) $9.09 REINFORCING STEEL SETTER $13.21 (� (PAVING) LABORER,COMMON $7.32 REINFORCING STEEL SETTER $13.31 (STRUCTURAL) LABORER,UTILITY $8.94 STEEL WORKER-STRUCTURAL $14.80 MECHANIC $12.68 SPREADER BOX OPERATOR $10.00 OILER $10.17 WORK ZONE BARRICADE $7.32 SERVICER $9.41 TRUCK DRIVER-SINGLE AXLE $8.965 (LIGHT) PAINTER(STRUCTURES) $11.00 TRUCK DRIVER-SINGLE AXLE $9.02 As (HEAVY) PIPELAYER $8.98 TRUCK DRIVER-TANDEM AXLE $8.77 (SEMI-TRAILER) BLASTER $11.50 TRUCK DRIVER-LOWBOY/FLOAT $10.44 ASPHALT DISTRIBUTOR OPERATOR $10.29 TRUCK DRIVER-TRANSIT MIX $9.47 ASPHALT PAVING MACHINE $10.30 TRUCK DRIVER-WINCH $9.00 BROOM OR SWEEPER OPERATOR $8.72 VIBRATOR OPERATOR(HAND $7.32 TYPE) BULLDOZER $10.74 WELDER $11.57 CONCRETE CURING MACHINE $9.25 CONCRETE FINISHING MACHINE $11.13 CONCRETE PAVING JOINT MACHINE $10.42 CONCRETE PAVING JOINT SEALER $9.00 CONCRETE PAVING SAW $10.39 CONCRETE PAVING SPREADER $10.50 SLIPFORM MACHINE OPERATOR $9.92 CRANE,CLAMSHELL,BACKHOE, $11.04 a DERRICK,DRAGLINE,SHOVEL FOUNDATION DRILL OPERATOR $10.00 (CRAWLER MOUNTED) FOUNDATION DRILL OPERATOR $11.83 to (TRUCK MOUNTED) FRONT END LOADER $9.96 do i Special Instructions to Bidders Page 7 of 7 PART B PROPOSAL VENDOR COMPLIANCE TO STATE LAW M/WBE FORMS PROPOSAL TO: Mr. Bob Terrell City Manager Fort Worth, Texas FOR: SCHOOL FLASHER IMPROVEMENTS, PHASE 2 LOCATION MAPSCO Long Avenue: Clinton - Ellis 48X Mojave Trail: Santa Fe—Calmont 73K,L Riverside Drive S.: Mulkey—Colvin 77U Crenshaw Avenue: Bishop—Campbell 78U Miller Avenue: Whitehall—Baylor 78Z Stadium Drive: South Hills—Brady 90A,E Pursuant to the foregoing"Notice to Bidders",the undersigned has thoroughly examined the plans,specifications and the site,understands the amount of work to be done,and hereby proposes to do all the work and furnish all labor,equipment,and materials necessary to complete all the work as provided in the plans and specifications,and subject to the inspection and approval of the Director of the Department of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums,to-wit: BASE BID PAY APPROX- DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID I. 1 LS MOBILIZATION $ $ 2. 6 EA FURNISH AND INSTALL TYPE 2 FLASHER UNIT $ ,ZS°=� $ $ 3. 8 EA FURNISH AND INSTALL TYPE 3 FLASHER UNIT ;$ $ � 4. 7,600 LF FURNISH AND INSTALL OVERHEAD#6 TRIPLEX ;$�, su 10o'n 5. 600 LF FURNISH AND INSTALL 2-#8 BLACK $ g', 6. 600 LF FURNISH AND INSTALL 1 -#8 WHITE $ ,-7 S- $ 4SDoo 7. 3 EA FURNISH AND INSTALL TYPE 6 METAL SIGNAL POLE $ 3.,Z= $ � 8. 13 EA FURNISH AND INSTALL WOOD POLE $ co CA $ C ppm Proposal B- 1 BASE BID (Continued) PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID 9. 6 EA FURNISH AND INSTALL ELECTRICAL SERVICE $ EDC)O° $ 1 S,O DO OiD 10. 1 LS INSTALLATION OF SCHOOL FLASHER MISCELLANEOUS $cyw°-Q $ Dp0 11. 6 EA INSTALL SCHOOL FLASHER CABINET AND PAGER UNIT $ SLY $ 3,0c)n TOTAL BID $ hoc CONTRACTOR WILL BE SELECTED ON BASIS OF TOTAL BID Proposal B-2 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, Taxes. All equipment and materials not consumed by or incorporated into the project construction,are subject to State sales taxes under House Bill 11,enacted August 15, 1991. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges at the time of executing the contract. The Contractor shall comply with City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Forty-five(45) Calendar Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the"Prevailing Wage Rates for Street,Drainage and Utility Construction"as established by the City of Fort Worth,Texas. Within ten(10)working days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver an approved Surety Bond and other bonds required by the Contract Documents for the faithful performance of this Contract. The attached bid security in the amount of 5%in the sum of Dollars($ )is to be forfeited in the event the contract and bond are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. The Bidder agrees to begin construction within 10 calendar days after issue of the work order,and to complete the contract within Forty-five(45)Calendar Days after beginning construction as set forth in the written work order to be furnished by the Owner. (Uwe),acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No.3(Initials) Addendum No.2(Initials) Addendum No.4(Initials) Respectfully submitted: By: —Z K W Title:_ p EN T Address: [' 130X t?-IS-/ is ��- wo1Lt14 ,—F -76 1 z 1 Telephone:(g/7 6400a (SEAL(()W-P Date Xz,rL- oZ 7.4 2DF•1'S Proposal B-3 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder,nonresident bidders(out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction,improvements,supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State),our principal place of business,are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State),our principal place of business,are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: \�T,ynitrEt� �rE2P�2.LSES,��SCr ELEGT+ktc. By: Tf sF—ALJ (Please print) pY, Signature: Address U)n,?7-t+. Tk 7 to 1 Z 1 Title: City S ate Zip (Please print) TIiiS FORM MUST BE RETURNED WITH YOUR QUOTATION 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 MNVBE 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/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective s of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is i'A a of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form: received by 5:00 p.m.,five (5) City business days after the bid opening date,exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the bid opening date,exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 p.m.,five (5) City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MNVBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions, please contact the MNVBE Office at(817)871-6104. ar Rev.6/2/98 ATTACHMENT 1A Cit of Fort Worth Page 1 of 2 Minority and Women Business Enterprise Specifications MBEMBE UTILIZATION ANL't_ 2-2 ZDo c� PRIME COMPANY NAME BID DATE me et, F LA•s yER Xr»Pito u&ftF_1Q-M iWASE PROJECT NAME P OJECT NUMBER CITY'S M/WBE PROJECT GOAL.: P D M/WBE PERCENTAGE ACHIEVED: Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department 1 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 bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to specifications. Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(*) Supplied(*) lu F 05 ami a m X ' V7 Z�St ~_ m 6t+wtiY t?r0DWC1 >zh PPrG szGj r*L (ST- to"�Vx 1132 �©�zPrvf�.aT' �,5�O oO "rib Rvc.K, rx 7 &080 1 Z 5262 SWOFO:OXD ecec, SuvPlre ),%,r QG I. l 1 too N GIP.etT _%1W PKw •�� ��r�,D Plu►t►i.e f?'� 7 5v PK M/WBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. (•) Specify all areas in which MWBE's are to be utilized and/or items to be supplied: complete listing of items to be supplied is required in order to receive credit toward the M/WBE goal. (`*)identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered I"tier,a payment by a subcontractor to Its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID -• OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2196 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A City of Fort Worth Page 2 of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. - Scope of Work(*) Supplied(*) F- Z ~2 /1 'The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or 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 MBE(s) and/or WBE(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 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. rt ALL MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD C—D.s.TW 09, S-rA-P PZ6Lob A uthonaed Signature Printed Signature Title 'STA wJ.Fsa4-P F�.uTE7zP 5�5,�'Nc Contact Name and Title(if different) " E.t� C, -S f'a LGT�.ic ,�i7,) Abp- 00n O Coq any Name Telephone Number(s) , X iz`S/L. P7,) S-bo, DSAS' vAddress Fax Number ]rz7 GUy�2*N '� �4 ♦Zl L o?7, City/State/Zip Code f Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1B City of Fort Worth Page 1 of 1 Minority and Women Business Enterprise Specifications Prime Contractor Waiver F}N FX 84-D EN 7X2 PP—I56S SNL cJ cL- '5 67 LEL£G7Tt.X C- �GI-tooL E4 s s,►F-12 i"p"U6 rAF-kTS Ph-Z Prime Company Name Project Name RTL. ;� .®tan Q I 1,T- ©-,D 1 1 Ca 2 1 1 1 1 Bid Opening Date 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 1C. This form is only applicable if both answers are yes. r Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 a.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes No 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 operational profile of your business. Will you perform this entire contract without suppliers? Yes No 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. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) and/or 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 MBE(s) and/or WBE(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 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. � N Authorized Signature Printed Signature E ST biw—Air Title S rA N3 craL b V)07ii)2 A2.r5F-4 Znc. Contact Name (if different) 114 SiJ czccT/2X-c _ �R/-7 ) Sid- -e),nn6 Company Name Contact Telephone Number(s) �jpx JZI X16 ZJ7, S �` Address ax Number Rev.6/2/98 ATTACHMENT 1C Page 1 of 3 e= City of Fort Worth Minority and Women Business Enterprise GOOD FAITH EFFORT 3 E_ [-E-g�-rt. APic, al aQM Prime Compan§Name Bid Date ScHyce, AlAsNg& 'X,"faro uF_wPA i 5 6O14Ase,;_, -,I / I .'O 3 1 I 1 I Project Name Project Number If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the MNVBE 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(DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunitie 3c r k_.tcA 1- s G, Rev.6/2/98 r ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list is considered in compliance, if it is not more than 3 months old from the date of bid opening. Yes Date of Listing / 31 No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? 1—yes If yes, attach M/WBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? X—Yes If yes, attach list to include name of M/WBE firm, ep rson contacted, No phone number and date and time of contact. 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 a SIC list of M/WBE is ten or less,the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE is more than ten, the bidder must contact at least two-thirds of the list 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.) If M/WBE bids were received and rejected,you must: �- (1) List the M/WBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonable, qualifications, etc.) and F (2) Attach affidavit and/or documentation to support the reason(s) listed below (i.e.. letters, memos, bids,telephone calls, meetings,etc.) r (Please use additional sheets,if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. Rev.6/2/98 • ATTACHMENT 1C Page 3 of 3 '1A) 3o�zas The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Aut orized Signature Printed Signature Title S-TANFr,= 4jTg,e PR..Z'.SZS,-SNC_ Contact Name and Title (if different) Company Name T ephone Number(s) I =,I!-:/ i. � r . . • �. Address Fax Number /�s� T Lead tZ 1'/f. 7,x._-7& /2! ��,e�L- O� �;',g�f�";� City/State2ip Date Rev.6/2/98 PART C GENERAL CONDITIONS See City of Fort Worth Standard Specifications For Street and Storm Drain Construction. PART D SPECIAL PROVISIONS SPECIAL PROVISIONS FOR: SCHOOL FLASHER IMPROVEMENTS, PHASE 2: LOCATION MAPSCO Long Avenue: Clinton -Ellis 48X Mojave Trail: Santa Fe-Calmont 731C,L Riverside Drive S.: Mulkey-Colvin 77U Crenshaw Avenue: Bishop-Campbell 78U Miller Avenue: Whitehall-Baylor 78Z Stadium Drive: South Hills-Brady 90A,E TABLE OF CONTENTS F 1. Scope of Work 2. Easements 3. Contract Award �► 4. Project Completion 5. Increase or Decrease in Quantities 6. Termination 7. Reference Specifications 8. Bid Submittal 9. Warranty 10. Construction Staking 11. Traffic Control 12. Payment 13. Delays 14. Detours and Barricades 15. Parkways 16. Disposal of Spoil/Fill Material 17. Zoning Compliance 18. Clearing and Grubbing 19. Final Cleanup 20. Quality Control Testing 21. Property Access 22. Construction Schedule 23. Safety Restrictions-Work Near High Voltage Lines 24. Water Department Pre-Qualification Requirements 25. Right To Audit 26. Trench Safety 27. Subsidiary Work 28. Substitutions 29. Temporary Soil Erosion, Sediment and Water Pollution Control 'S 30. Existing Utilities 31. Construction Special Provisions D-1 SPECIAL PROVISIONS 1. SCOPE OF WORK: The work covered by these plans and specifications consists of the construction of 6 school flashers 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. AWARDING OF CONTRACT AND WORKING DAYS: (a) Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. The contract will be awarded to the lowest responsive and responsible bidder. (b) The number of calendar days shall be 45. 2. EASEMENTS:Contractor shall verify locations of all utilities and right-of-way easements as required. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this J Contract. 3. CONTRACT AWARD: Contract will be awarded to the lowest responsive and responsible bidder. 4. PROJECT COMPLETION: The Contractor agrees to complete the Contract within the allotted number of calendar days. If the Contractor fails to complete the work within the number of working days specified, liquidated damages shall be charged,as outlined in Part 1,Item 8,Paragraph 8.6 of the"General Provisions"of the Standard Specification for Construction of the City of Fort Worth,Texas. 5. INCREASE OR DECREASE IN QUANTITIES: It is the Contractor's sole responsibility to verify all pay ritem quantities prior to submitting a bid. When the quantity of work to be done or materials to be fumished under any major pay item of the Contract is more than 125%of the quantity stated in the Contract,whether stated by Owner or by Contractor,then either party to the Contract,upon demand,shall be entitled to negotiate for revised consideration on the portion of work above 125%of the quantity stated in the Contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is less than 75%of the quantity stated in the Contract,whether stated by Owner or by Contractor,then either party to the Contract,upon demand,shall be entitled to negotiate for revised consideration on the portion of work below 75%of the quantity stated in the Contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this Contract. 4 A major pay item is defined as any individual bid item included in the Proposal that has a total cost equal to or greater than 5 percent of the original Contract. A minor pay item is defined as any individual bid item included in the Proposal that has a total cost less than 5 percent of the original Contract. In the event Owner and Contractor are unable to agree on a negotiated price,Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15%as described herein below,agreed upon in 01V writing by the Contractor and Department of Transportation and Public Works and approved by the City # Council after said work is completed,subject to all other conditions of the Contract. As used herein,field cost of the work will include the cost of all workmen,foremen,time keepers,mechanics and laborers;all materials, supplies,trucks,equipment rental for such time as actually used on such work only,plus all power,fuel, lubricants,water and similar operating expenses;and a ratable portion of premiums on performance and payment bonds,public liability,Workers Compensation and all other insurance required by law or by ordinance. The Director of the Transportation and Public Works Department will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the Special Provisions D-2 r i Fa- type and kind of equipment to be used but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15%of the actual field cost to be paid to the Contractor shall cover and compensate him for profit,overhead,general supervision and field office expense and all other elements of cost and expense not embraced with the actual field cost as herein specified upon request,the Contractor shall provide the Director of Transportation and Public Works access to all accounts, bills and vouchers relating thereto. 6. TERMINATION: The City reserves the right to abandon,without obligation to the Contractor,any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. REFERENCE SPECIFICATIONS: This Contract and project are governed by the following published specifications(latest edition),except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTR UCTION, CITY OF FORT WORTH A copy of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street,2"d Floor,Municipal Building,Fort Worth,Texas 76102. The applicable specifications are indicated on the plans and in the Contract Documents. General Provisions shall be those of '~ the City of Fort Worth document rather than Division 1 of the North Central Texas document. STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS.STREETS AND BRIDGES, TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS 8. BID SUBMITTAL: Bidders shall not separate,detach or remove any portion,segment or sheets from the Contract Documents at any time. Failure to bid or fully execute Contract without retaining Contract Documents intact may be grounds for designating bids as"nonresponsive"and rejecting bids or voiding Contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. WARRANTY: The Contractor shall be responsible for defects in this project due to Contractor's faulty materials and workmanship,or both,for a period of one(1)year from date of final acceptance of this project by the City Council of the City of Fort Worth. The Contractor will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 10. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City(if required)as outlined on page 17,Standard Specifications for Street and Storm Drain Construction,City of Fort Worth. 11. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform op 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 6701d Vernon's Civil Statues,pertinent sections being Section Nos.27,29,30 and 31. The Contractor will not remove any regulatory sign,instructional sign,street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction,the Contractor shall contact the Transportation and Public Works Department,Traffic Services Division(phone number 871-8100),to remove the sign. In the case of regulatory signs,the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications,the permanent sign shall be left in place 1 until the temporary sign requirements are met. When construction work is completed to the extent that the Special Provisions D-3 L. i permanent sign can be reinstalled the Contractor shall again contact the Traffic Services Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. VF Contractor is responsible for means,methods,and safety during construction. Work requiring street barricading will only be allowed during daylight hours(9:00 A.M.—4:00 P.M.)in *' the Central Business District(CBD),arterial streets,and near schools in session. Contractor shall not park vehicles in such a manner so as to obstruct the vision of the traveling public. The participation of City of Fort Worth personnel in the barricading inspections does not relieve the Contractor of responsibility for the safety of the traveling public. Traffic control will not be paid for directly,but shall be considered subsidiary to the various bid items of the contract. 12. PAYMENT: The Contractor will receive full payment from the City for all work. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval;and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time,his application for which shall,however,be subject to the approval of the City Council;and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the Contract. 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall be responsible for installing all construction signs,signals,and markings necessary to provide adequate traffic controls for purposes of construction. Barricades,warning and detour signs shall conform to the Standard Specifications`Barriers and Warning and/or Detour Signs,"Item 524 and/or as shown on the plans. The furnishing,placing,and maintaining of barriers and warning and/or detour signs by the Contractor will not be paid for directly,but shall be considered subsidiary to the various bid items of the contract. Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control Devices,Vol.No. 1." s The Contractor shall be responsible for providing the name and telephone number of the Barricade/Traffic Control Company he is using,and a 24-hour emergency number of the Contractor's responsible representative for maintenance of the traffic control plan. The Contractor shall provide a letter certifying all traffic control devices conform to the current issue of the TMUTCD. 01P The Contractor shall be responsible for providing a general Traffic Control Plan(TCP)at the Pre-Construction Conference and provide specific location Traffic Control Plans on request. The Contractor shall be required to comply with all street closure restrictions,make advanced arrangements with schools and businesses,and provide proof of an acceptable plan to the City. i i� 1 Special Provisions D-4 r 15. PARKWAYS: During the construction of this project,it is required that all parkways be excavated and shaped as required at the same time the school flashers are constructed. Excess excavation will be disposed of at locations approved by the Engineer. Any parkway shaping is subsidiary to the unit price bid for school flasher construction. 16. DISPOSAL OF SPOM/FILL MATERIAL: Prior to the disposing of any spoil/fill material,the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 11998). All disposal sites must be approved by the Administrator to ensure the filing is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing flll within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies,shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site,upon notification by the Director of Engineering,Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 17. ZONING COMPLIANCE: During the construction of this project,the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 18. CLEARING AND GRUBBING: All objectionable matter required to be removed within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102,"Clearing and Grubbing"and shall be subsidiary to the other items of the Contract. 19. FINAL CLEANUP: Final cleanup work shall be done at each location as soon as the school flasher construction has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 20. QUALITY CONTROL TESTING: The Contractor shall furnish,at its own expense,certifications by a private laboratory for all materials proposed to be used on the project,including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along _ with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (a) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate,cement and mortar that are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (b) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City.The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the Contract. (c) The Contractor shall provide not less than 48 hours notice to the City for operations requiring testing. The Contractor shall provide access and trench safety system(if required)for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (d) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. Special Provisions D-5 f 21. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 22. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Engineer,prior to construction,a schedule outlining the anticipated time each phase of construction will begin and be completed,including sufficient time being allowed for cleanup. 23. 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 TEN FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm,except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within ten feet of high voltage electric lines,notification shall be given the power company(TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph(c). •; 24. WATER DEPARTMENT PRE-QUALIFICATION REQUIREMENTS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures and specifications described in the current Fort Worth Water Department General Specifications. PR 25. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (a) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. r Special Provisions D-6 V, (b) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus$0.15 for each page thereafter (c) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this + Contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space,in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." 26. TRENCH SAFETY: The Contractor must comply with the following basic requirements in order to provide for the safety and health of workers in a trench. The Contractor shall develop,design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing"a safe place to work"for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five(5)feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration,U.S. Department of Labor,shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall,in addition,comply with all other applicable Federal,State and local rules,regulations and ordinances. The Contractor shall provide all methods used for trench excavation safety protection including furnishing, designing,providing all materials,tools,labor,equipment and incidentals necessary,including removal of the system. 27. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans,the General Contract Documents or these Special Contract Documents,in which no specific item for bid has been provided for in the Proposal,shall be considered as a subsidiary item of work,the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration and cleanup are general items of work,which fall in the category of subsidiary work. 28. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be peinutted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term"or equal",or"or approved equal"is used,it is understood that if a material,product,or piece of equipment bearing the name so used is furnished,it will be approved,as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use,the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term"or equal",or"or approved equal"is not used in the specifications,this does b not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However,the Contractor shall have the full responsibility of proving that the proposed substitution is,in fact, equal,and the Engineer,as the representative of the City,shall be the sole judge of the acceptability of d' substitutions. The provisions of this sub-section as related to"Substitutions"shall be applicable to all sections of these specifications. 29. TEMPORARY SOIL EROSION,SEDIMENT AND WATER POLLUTION CONTROL: The Contractor shall provide all temporary soil erosion,sediment and water pollution control measures for the duration of the Contract in compliance with Federal(EPA),State of Texas,and City of Fort Worth regulations. The temporary measures shall include silt fences,temporary construction entrances,dikes,dams,berms,sediment basins,fiber mats,jute netting,temporary seeding,straw mulch,asphalt mulch,plastic liners,rubble liners,baled-hay w retards,dikes,slope drains,and other devices. Such prevention measures shall be in accordance with the North Central Texas Council of Governments Storm Water Quality Best Management Practices for Construction i� Special Provisions D-7 f e Activities. All work,materials,and equipment necessary to provide temporary erosion control shall be considered subsidiary to the Contract and no extra pay will be given for this work. 30. EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of, to verify locations,elevations,and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the Contractor's expense. Public utilities shall be notified when proposed facilities conflict with existing utilities. If any City of Fort Worth water utility is in the vicinity of a proposed column footing(within 3.0 feet),then the Contractor will hand dig to uncover the water line and verify that the proposed footing location is satisfactory. If any City of Fort Worth water utility is in the vicinity of a proposed column footing(within 3.0 feet),then the Contractor will hand dig to uncover the water line and verify that the proposed footing location is satisfactory. Contractor shall contact the following utility companies 48 hours prior to doing work at any location: Lone Star Gas Metro(214)263-3444 Southwestern Bell 1-800-344-8377 AT&T 1-800-878-8711 Marcus Cable 246-5538 Western Union Cable (214)939-1930 TU Electric 1-800-233-2133 City of Fort Worth Water Department 871-8275 City of Fort Worth Transportation and Public Works Department 871-8100 Fiberoptic companies per stakings. If an City of Fort Worth water utility is in the vicinity of a proposed ole foundation(within 3.0 feet),then the Y tY h' P P P Contractor will hand dig to uncover the water line and verify that the proposed pole foundation location is satisfactory. The Contractor shall be liable for all damages done to utilities as a result of his/her operations. 31. CONSTRUCTION: NON-PAY ITEMS: NON-PAY ITEM No. 1 -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 2-SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However,no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No.3-PROTECTION OF FENCES,TREES,PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including fences, lawns, yards,shrubs,trees,etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work(trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street right-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class 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 Special Provisions D-8 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. r 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. f NON-PAY ITEM No. 5—EXISTING UTILITIES: The location and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of the construction process to provide adequate clearances. The Contractor shall take all necessary precautions to protect all services encountered. No payment will be made for utility adjustments. Should the Contractor damage service lines due to his negligence,the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. NON-PAY ITEM No.6-PROJECT DESIGNATION SIGNS: The Contractor shall construct and install"Signal Construction Ahead" signs at the locations approved by the Engineer. 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. These signs shall be installed on barricades or as directed by the Engineer and placed at each project site when work is in progress. 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 signs 0., shall include all materials,labor,equipment,tools and incidentals necessary to complete the work. PAY ITEMS: SCHOOL FLASHER INSTALLATIONS: The bid items consist of new school flasher installations in accordance with the plans and specifications. Measurement and payment shall be on the basis of the unit prices bid and shall be total compensation for furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete the work. School flasher installation shall be performed with new equipment; and some of the major equipment shall be fumished by the City of Fort Worth. The Contractor shall receive this equipment at the City's warehouse located at 3409 Harley Ave. or 2500 Brennan Street and transport and install it at the project site as required. Any salvaged or unused equipment shall be delivered to the City's warehouse. rSCHOOL FLASHER LOCATIONS: Following is a summary of the 6 proposed school flasher locations(see location maps in Appendix). LOCATION MAPSCO SCHOOL Long Avenue: Clinton - Ellis 48X Washington Heights Elementary Mojave Trail: Santa Fe—Calmout 73K,L Western Hills Elementary Riverside Drive S.: Mulkey—Colvin 77U Briscoe Elementary �. Crenshaw Avenue: Bishop—Campbell 78U Sims Elementary Miller Avenue: Whitehall—Baylor 78Z Eastland Elementary Stadium Drive: South Hills—Brady 90A,E McLean Middle & Applied Learning Academy r Special Provisions D-9 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. "Standard Speci:cations for Public Works Consr Diction",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. PART E (Continued) INDEX OF SPECIFICATIONS FOR INSTALLATION OF SCHOOL FLASHERS 1.0 ELECTRICAL SERVICE 2.0 CONDUIT 3.0 CABLE 4.0 GROUNDING 5.0 CONCRETE FOUNDATIONS FOR SIGNAL STRUCTURES 6.0 FLASHER HEADS 7.0 SAMPLING AND TESTING 8.0 WARRANTIES / GUARANTEES 9.0 FLASHER MAINTENANCE DURING CONSTRUCTION 10.0 MEASUREMENT AND PAYMENT 11.0 EXPERIENCE AND QUALIFICATIONS 12.0 INSTALLATION OF SCHOOL FLASHERS MISCELLANEOUS r Installation of School Flashers Page 1 of 12 1.0 ELECTRICAL SERVICE 1.1 The Contractor shall furnish and install conduit and wire from pull boxes or signal foundations for AC service as shown on plans and as required by the Power Company for school flasher controllers. The Contractor shall coordinate and verify exact requirements for conduit and wire with the Power Company before any work is started. Installation of conduit and wire to the Power Company vaults shall be per the Power Company specifications. 1.2 Service item shall consist of all components to provide a fully functional service location, including all wire, pole, meter and breaker box. The only service conduit paid separately from this bid item is the length from the service pole to the cabinet. 1.3 The Contractor shall set up the meter base and breaker as soon as possible. IF 2.0 CONDUIT 2.1 New Conduit r2.1.1 Unless otherwise shown on plans, all conductors shall be in conduit except when in metal poles. 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. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. PVC conduit shall be Schedule 40 and meet the . requirements of NEMA Standard TC-2, UL 651, and the NEC. 2.1.2 Conduit terminating in pole bases or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. Copper clad ground rods in signal bases shall not extend vertically more than 3 inches above the concrete foundation. 2.1.3 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. PVC conduit shall be joined by solvent-weld method in accordance with the conduit manufacturer's recommendations. All couplings and connections shall be tight and waterproof. 2.1.4 Ends of conduits shall be capped or plugged until the installation of wire. No reducer couplings shall be used unless specifically indicated on the plans. OF Installation of School Flashers Page 2 of 12 2.1.5 The conduits shall be placed in an open trench at a minimum 24 inches depth below the curb grade in the sidewalk areas, or 18 inches below the finished street grade in the street areas. 2.1.6 All 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 shall be made by a wet-boring machine. Pits for boring shall not be closer than 2 feet to the back of the curb or the outside edge of the shoulder unless otherwise directed by the Engineer. This operation shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage embankment structure, or pavement. The boring operation shall provide a maximum one inch overcut for the conduit to be placed, and use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. 2.1.7 Backfill for all excavations shall be compacted with mechanical tamps in six-inch (6") layers to the density of the surrounding ground (95% standard proctor, 0 to +3% optimum moisture). 2.2 Existing Conduit 2.2.1 Prior to pulling cable in existing underground conduit to be reused in the system, 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). 2.2.2 Where existing conduit is found to be unusable (conduit has collapsed or the �• cable is unable to be pulled from the existing conduit), the Contractor shall, upon approval by the Engineer, install new rigid metal or PVC conduit. 3.0 CABLE 3.1 General 3.1.1 All cable will be considered subsidiary to the contract with the exception of the 16-conductor cable, 8-conductor cable, 4- conductor cable, #6 triplex cable, and the loop detector lead-in cable. 3.1.2 The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without sharp projections, edges or short bends. If so required by the Engineer, the Contractor shall demonstrate that the conduit is dry and free of debris by pulling a swab and/or mandrel through the conduit. The conductors shall be installed in such a manner and by such methods 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 Installation of School Flashers Page 3 of 12 least two copies of the manufacturer's recommendations, which 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. 3.1.3 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 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. ,. 3.1.4 In some instances, existing conduits which contain signal cable are to be used for the installation of new cables. In such locations, where new cables are to replace all existing cables, the existing 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, then replaced, adding the new cables to the existing cables to form one cable pull. Installation 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 material and labor for replacement of defective cables. I 3.1.5 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, 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. 3.1.6 The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pull boxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. 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. Installation of School Flashers Page 4 of 12 3.2 Wire and Cable 3.2.1 All wire and cable shall be IMSA rated and conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. Electrical conductors shall be annealed copper. The minimum size of conductors shall be as indicated on the plans. All insulated conductors for 120 VAC circuits shall be rated for 600 volts and marked in accordance with UL and NEC requirements. All power common wires shall have white insulation and the power positive shall have black insulation. 3.2.2 Multiconductor signal cable shall meet the requirements of IMSA 20-1 ' (polyethylene jacket, 600V rating, straight lay). 3.2.3 Loop detector lead-in cable shall be a single four (4) conductor No. 18 AWG, jell- filled, shielded cable. One (1) cable shall service each loop where practical. 3.3 School Flasher Cabinet 3.3.1 Wiring to the cabinet shall consist of connecting: (1) wires to flashers, (2) power wires, and (3) ground wires. At the cabinet, the stranded conductors from the field shall be stripped back and insulated with solderless lugs crimped to wire. These 'lugs" shall be inserted under the binder head screw and tightened securely. 3.3.2 All field wiring in cabinets shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. All spare wires shall be trimmed, and neatly coiled with the ends taped. The ground wires shall be tied together in the bottom of the controller. 3.4 Flasher Head Wiring Wiring for the flasher head shall consist of connecting the pigtail in each signal section to the common terminal block in each flasher face. All conductors running from any terminal points located in the pole or transformer base to the flasher-head terminal shall be 24 8 RHW and 148 TW stranded wire with spade lugs to terminal strip. 3.5 Terminals 3.5.1 Except for controllers, the ends of all stranded wires which are to be attached to terminal posts shall be provided with solderless terminal lugs that meet the requirements of the National Electrical Code. Terminal lugs on solid wires are prohibited. 3.5.2 All wires terminating in pole bases shall be connected using "wire nuts" and electrical tape. Terminal barrier strips are not allowed. Installation of School Flashers Page 5 of 12 3.6 Slices 3.6.1 Splices inside conduit runs are absolutely prohibited. All splices shall be made above ground. Splices in pull boxes are prohibited unless specific written permission has been issued by the Engineer. 3.6.2 Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be installed tightly and all burrs, rough edges, etc. shall be removed. If required in the plans or by the City, the connection also shall be soldered. Heat shall be applied by use of hot solder. Heating the connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning the outside jacket in order to remove the wax finish. Before the first layer of tape is wrapped, the entire area shall be coated with an electric grade rubber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape requires a pressure and temperature in service to complete its vulcanizing process and thus be stretched to 2/3 width when applied. The completed splice shall be covered with a half-lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. 3.7 Enclosed Wiring All cables and flasher conductor wire above the ground surface shall be enclosed in approved metal conduit up to but no closer than one foot of the PM lowest power conductor. Power-tap lines carried down poles shall be placed in + rigid metal conduit. 3.8 Identification of Flasher Wires IMSA color coded signal cable shall be used. Colors shall be continuous from the point of origin to the point of termination. Splices will be permitted only if approved by the Engineer and the same colors are spliced. 4.0 GROUNDING 4.1 There shall be a properly installed and connected ground rod for each controller cabinet, power drop, and pole foundation 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. All grounding circuits shall be substantial and Installation of School Flashers Page 6 of 12 permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by volt-ohm-meter. 4.2 Grounding Connectors and Electrodes The grounding conductor shall be a No. 8 AWG solid copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be solid copper- bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 AWG copper wire. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 5.0 CONCRETE FOUNDATIONS FOR SIGNAL STRUCTURES 5.1 Concrete foundations for signal structures shall be located so that the pole is a minimum of two (2) feet from the face of 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 its proper installation. 5.2 Excavation for all required foundations shall be done in accordance with lines and depths indicated on the plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 5.3 Foundations shall be constructed to the dimensions shown on the plans or as directed by the Engineer. The Contractor shall be required to insure that the top of the finished foundation is exactly level and formed. Anchor bolts and conduits shall be held rigidly in place by template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety-six hours. All bracing and templates for anchor bolts shall remain in place for ninety-six (96) hours after the concrete is poured. During that time, the anchor bolts and conduit shall not be subjected to any applied strain. The Contractor shall furnish a level for the purpose of inspecting the foundation. A signal pole shall not be installed on any foundations until approval has been given by the Engineer. Installation of School Flashers Page 7 of 12 5.4 Backfill shall be tamped with mechanical tamps in 6-inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original composition. 5.5 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. 5.6 No concrete shall be placed when the atmospheric temperature is at or below 40 degrees F. (taken in shade away from artificial heat) unless permission to do so is given by the Engineer. 6.0 FLASHER HEADS 6.1 The Contractor shall be required to assemble all flasher head units as specified in the plans or as directed by the Engineer. Flasher heads shall be furnished complete with all lenses, reflectors, lamp sockets, visors, mounting hardware, brackets, and lamps. 6.2 The Contractor shall mount the flasher heads within standards level and plumb. 6.3 The Contractor shall be required to drill the pole at the point where the wire enters the pole. Flasher head mounting shall be submitted to the City for approval. 6.4 Each flasher head assembly shall be completely tight. Flasher heads shall be securely tightened immediately after flasher head assembly has been installed. If any flasher head assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the flasher head assembly to the satisfaction of the Engineer. 6.5 The housing and doors of the flasher head shall be made of die cast aluminum alloy in accordance with A.S.T.M. Specification B85-57T. Sandcast aluminum alloy shall be used for other parts of the signal head if in' accordance with A.S.T.M. Specification B26-57T. The visors shall be fabricated from aluminum sheet conforming to the A.S.T.M. Specification B-209-57T. All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. shall be made of a non- corrosive material. 6.6 The housing of the flasher heads shall be of the sectional type allowing for interchangeability. All exterior mating surfaces shall be flat to assure waterproof and dust-proof assembly of sections. The top and bottom of the sections will have an opening approximately two (2) inches in diameter to permit the entrance of one and a half (1-'/Z) inch pipe nipples. Each section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire fittings. Installation of School Flashers Page 8 of 12 6.7 The door and lens housing shall be equipped with a watertight and dust-tight molded neoprene gasket. The door of each signal section shall be attached to the housing in a watertight and dust-proof manner. Non-corrosive hinge pins and two (2) wing screws will be furnished on each door for opening and closing without the use of special tools. These.hinges and screws shall be of such design as to allow even gasket pressure. 6.8 Each flasher head section shall be furnished with a detachable tunnel visor unless otherwise specified. Visors shall be a minimum of eleven (11) inches in length for twelve (12) inch signals and a minimum of eight (8) inches in length for eight (8) inch signals. Visors shall be attached to the door assemblies in a manner which facilitates field removal and installation. 6.9 Refractors or lenses shall be furnished in the standard Amber configuration as specified by the Texas Manual On Uniform Traffic Control Devices, 1980. All lenses shall be designed and constructed to meet or exceed the color and light distribution specifications established by the Institute of Traffic Engineers (ITE Report #1) and the American Standards Association (No. 10.1-1958 UDC 656.057). 6.10 Lenses shall be constructed of glass and capable of withstanding continuous illumination with a 150-watt lamp in twelve (12) inch signals and a 67 watt lamp in eight (8) inch signals. A clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). 6.11 Reflectors shall be a one piece, spun aluminum, assembly treated with an ALZAK process. Reflectors shall be mounted either on the door or housing of the flasher section in a manner that will facilitate lamp replacement. The reflector shall conform to the requirements of the Institute of Traffic Engineers Report#1. 6.12 The lamp sockets shall be constructed with heat resisting material and designed to hold a flasher lamp with a Type A-21 base. The receptacle shall securely hold the lamp center at the focal point of the reflector. Pig-tail leads shall be provided from the socket to the terminal block provided within the flasher head. 6.13 A terminal block shall be provided with each signal head for facilitating field wiring. The pig-tail leads from the lamp receptacles shall be connected to the terminal block. Each terminal block will be at least a six (6) position, twelve (12) terminal strip securely fastened at both ends to the signal housing. 6.14 All flasher heads shall conform to the requirements of the Texas Manual On Uniform Control Devices. 1980 in color and arrangement. The housing and outside surface of the visors shall be "Federal Yellow" in color. The inside surface of visors shall be a "Dull" or "Flat-black" color. If die cast aluminum r heads are furnished, the outside surface shall have a minimum of two (2) coats Installation of School Flashers Page 9 of 12 of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3, per FAA Specification L-802-B and ASTM D 1535. 7.0 SAMPLING AND TESTING 7.1 The failure of the proper authority to make any test of materials shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to the specifications. 7.2 Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American Society for Testing and Materials. The Contractor shall provide such facilities, as the Engineer may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. 7.3 If requested, the Contractor shall submit a sample of the school flasher equipment for inspection and evaluation. 7.4 Concrete 7.4.1 All concrete materials, reinforcing steel, and preparation shall be in accordance with the requirements of the "Standard Specifications for Street and Storm Drain Construction". 7.4.2 Contractor shall notify the inspector in advance of all concrete pours. Inspector must be present when concrete is placed on the project. 7.5 Signal Cables 7.5.1 All cables shall be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts D.C. applied to the conductors. 7.5.2 Each conductor in the multiconductor signal cables shall be tested for insulation resistance relative to each other and to the outer covering of the cable. The minimum acceptable value for insulation resistance shall be 50 megaohms. 8.0 WARRANTIES / GUARANTEES The Contractor guarantees all work performed and materials furnished under this project for a period of twelve (12) months following the date of acceptance. In addition, he shall furnish any normal manufacturer warranties with effective beginning dates the same as the date of final project acceptance. Installation of School Flashers Page 10 of 12 9.0 FLASHER MAINTENANCE DURING CONSTRUCTION 9.1 While performing work under this contract, Contractor bears the sole risk of loss for damage to or destruction of any school flasher equipment or other nearby equipment that were not to be replaced or installed under this contract but which are damaged or destroyed through the fault or negligent act of Contractor, and Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the authority, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this contract or any warranties under this contract. Upon written acceptance by the authority of a particular intersection of work, Contractor's responsibility for the intersection under this paragraph shall cease. 9.2 The Contractor shall provide, at his expense, temporary signal cable systems and signals mounted on the span wires, mast arms, portable bases, or other locations as necessary during the project to insure that signal head displays are always in operation. All such temporary signals shall be finished in appearance, meet the requirements of the Texas Manual on Uniform Traffic Control Devices (TMUTCD), and be approved by the City. 9.3 The Contractor shall utilize qualified personnel to respond to trouble calls and to repair any malfunctions to equipment he supplied. A local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24- hour basis shall be provided to the Engineer by the Contractor. The Contractor's response to reported trouble calls shall be within a reasonable travel time, but not more than two (2) hours maximum. Appropriate repairs shall be made within 12 hours. 9.4 It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to placing the intersection on flash, replacing load switches or detector amplifiers, erecting temporary control devices, requesting immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation. Such action will in no way relieve the Contractor of his responsibility of repairing equipment he supplied. 9.5 The Contractor shall be required to provide adequate police traffic control assistance for planned controller change-outs or any other operational procedures, when requested by the Engineer. Police assistance shall be arranged by the Contractor directly, at least twenty-four (24) hours in advance. If the City discovers that the Contractor has failed to provide adequate police assistance, the City may order additional assistance. Police traffic control assistance, for any purpose, shall be the financial responsibility of the Contractor, regardless of who obtains the assistance. 9.6 The Contractor is responsible for means, methods, and safety during construction. Work with street barricading on arterial streets will only be allowed during daylight hours (9:00 A.M. —4:00 P.M.). Normal job barricades will be Installation of School Flashers Page 11 of 12 required as shown in the Plans and as required by the TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. Contractor may remove signs and barricades at the beginning of the thirty (30) day test period provided that all work is 100% complete. The Contractor shall not to park vehicles in such a manner as to obstruct the vision of the traveling public. 9.7 The participation of City of Fort Worth personnel in barricade inspections does not relieve the Contractor of responsibility for the safety of the traveling public. 10.0 MEASUREMENT AND PAYMENT The school flasher installation as indicated on the Plans and as described herein, when installed, will be measured as a completed installation and payment will be made at the various contract unit bid prices listed on Bid Schedule Part A, which price shall be full compensation for furnishing, placing, and testing all materials and equipment and for all tools, labor, equipment, and incidentals necessary to complete the work. Portions of the work that have not been approved by Engineer will not be considered complete, and payment shall be withheld until the Contractor has corrected the work to the satisfaction of the Engineer. 11.0 EXPERIENCE AND QUALIFICATIONS 11.1 The low bidder shall be required to furnish the City a written assessment of previous experience in the installation of school flashers and traffic signal systems. The response shall include the name and population of the City or area served, Contract name and/or number, date installed, date of Contract completion, Contract delays and discrepancies, liquidated damages and the name, address, and phone number of a specific individual representing the client who is in a position to verify such experience. The response shall be delivered to the City within ten (10) working days after bid opening. 11.2 The Bidder shall also furnish information as required above for each major subcontractor (i.e., manufacturer or fabrication of school flasher structures) that could be active in the project. 12.0 INSTALLATION OF SCHOOL FLASHER MISCELLANEOUS This item shall cover incidental work that is essential to the installation of school flashers. This includes furnishing, installing and testing the completed installation, the installation of signs, illumination, controller cabinet wiring termination, and all labor, tools, equipment, and incidentals necessary to complete the work. The work performed and materials furnished in accordance with this item will be measured and paid for at the lump sum price bid for this project. Installation of School Flashers Page 12 of 12 CITY OF FORT WORTH, TEXAS SPECIFICATIONS FOR PENTACHLOROPHENOL PRESSURE TREATED POLES 1. SCOPE. These specifications cover the size and quality of timber products and the treating process for full-length pressure treatment. 2. GENERAL. Purchase Orders will specify the length, class or size, quantity, and species of timber. Reference will be made to the drawing that will give the detail of poles and will become part of these specifications. 3. MATERIAL REQUIREMENTS. All material supplied under these specifications shall be dense South Yellow Pine or dense West Coast Douglas Fir conforming to the latest revision of the American Standard Specifications and Dimensions for WOOD POLES, ASA 1972 except as herein modified. The poles shall be cut from live timber, well proportioned from butt to top and free from imperfections'except as hereinafter set forth. 3.1 DIMENSIONS. Poles shall be purchases in ASA Classes. 3.2 DENSITY.Density shall be measured at the butt in accordance with Standard Regional Association Grading Rules for lumber, except that the measurement to determine the density shall be made on the outer three [3] inches of the butt surface and that the number of annual rings shall not be less that four [4] to the inch over the measured surface. 3.3 SHAPE. Any localized deviation from straightness in a five foot section, or less, shall be classified as short crook, and the deviation from straightness shall not exceed two [2] inches. A pole may have sweep subject to the following limitations: [A] Where sweep is in one [1] plane is one [1] direction only, a straight line connecting the center of the butt with the center of the top shall not at any intermediate point pass through the external surface of the pole. [B] Where sweep is in two [2] planes, or in two [2] directions in one [1] plane, a straight line connecting the center of the butt with the center of the top shall not deviate from the centerline of the pole more than one-fourth the diameter of the pole at the point of widest deviation. 3.4 KNOTS. Knots of questionable character indicating possible decay shall be neatly gouged to a depth of not more than one-fifth the diameter of the pole at the point where the knot is located, to permit determination of character and extent of the decay. The gouging shall be done without unnecessary removal of sound wood and in such manner as to insure drainage of water from the hole when the pole is set. 3.5 SCARS. Scars are permitted as defined in ASA provided that the depth of the trimmed scar is not more than one [1] inch if the diameter of the pole is ten [10] inches or less or one-tenth of the pole diameter at the location of the scar if such diameter is more than ten [10] inches. Pentachlorophenol Pressure Treated Poles Page 1 of 4 3.6 SPIRAL GRAIN. No pole shall have more than one [1] complete twist of grain in any twenty [20] feet of length. 3.7 SOUNDNESS. Whenever there is any sign of incipient decay in untreated timber, and in all cases where the condition of the timber is doubtful, the inspector shall insist that a section two [2] inches thick, or more, be cut from the butt and top of each pole. Whenever there is any evidence of decay such as softness of wood fibers, sponginess or brownish discoloration, even though there are no definite areas of breakdown in the wood fibers, the material shall be rejected. All air seasoned poles shall be double-end trimmed. 4. MANUFACTURING REQUIREMENTS. 4.1 The manufacture, storage and handling of material supplied under these specifications shall conform to the ASA Specifications except as modified herein. The supplier shall strive diligently at all times to fill the requirements of these specifications and shall use the utmost care in rossing, roofing, gaining, and drilling with the view of producing the best product consistent herewith. The supplier shall place the poles for customer's order on two [2] ground level skids, separated from other material, so as to facilitate accurate framing and inspection. The supplier shall eliminate all material that he considers defective according to these specifications before second framing. 4.2 TRIMMING. Poles shall be smoothly trimmed, by hand or machine, under the following limitations: - The depth of the machine cut shall be to a practicable minimum on the pole surface and in no case shall it be more than one-fourth of an inch except at knot whorls. The circumference at any point between knot whorls shall not be reduced by more than one inch. 4.3 FRAMING. All poles shall be completely framed before treatment. 4.4 MARKING. All poles shall be branded on the side or face at the location indicated on the drawing with the customer's initials immediately above the pertinent information indicated in "6.5 Marking." of the ASA Standard, Class and length shall be stenciled in both ends. The customer's initials and all class and length numerals shall be at least one [1] inch high. 5. CONDITIONING AND TREATING. 5.1 CONDITIONING. All poles shall be conditioned prior to treatment in strict accordance with AWPA Standard M1. When steam conditioning is necessary, it shall be in strict accordance with AWPA C1 and C4. Pentachlorophenol Pressure Treated Poles Page 2 of 4 5.2 LOADING AND TREATMENT. All poles shall be loaded on properly cushioned trams to preclude warping and mis-shaping during the treating process. If at all possible, three [3] or more trams shall be used for lengths of 45 feet and longer. 5.3 CUBIC VOLUME.The volume of the poles shall be computed on the basis of the current Western Electric Company Volume Chart. 5.4 TREATMENT. All poles shall be treated by the Rueping Empty Cell Process in accordance with AWPA Standards C1 and C4, except that if Pentachlorophenol is used, only the maximum temperature of 210°F shall apply under Paragraph 2.4 of AWPA Standard C1. Upon removal from the cylinder the poles shall be free from dripping preservative. Final treatment shall be followed with a minimum of thirty [30] minutes steam flash. 5.5 RESULTS OF TREATMENT. Retention and penetration of preservative shall be in accordance with AWPA Standards C1 and C4 except that if less that 16 of the first 20 borings taken meet the requirements of the specifications the entire charge shall be rejected for treatment. 5.5.1 Douglas Fir poles shall have a minimum penetration of [3/4"] and 85% of the sapwood up to a maximum penetration of one and five-eighths inches. 5.6 PRETREATED STOCK. If the supplier desires to use partially treated pretreated stock, he shall indicate it on his bid or proposal. The supplier of such stock shall, before final treatment, cut a section two [2] inches thick from the butt and tip of each pole. If there is any evidence of decay such as softness or sponginess of the wood fibers, even though there are no definite areas of breakdown, the material shall be rejected. 5.6.1 Poles that have been pretreated with at least eight [8] lbs. of preservative per cubic foot of wood may be offered as fully treated poles, subject to the following limitations: [A] A borer core shall be taken from each pole to determine the depth of penetration. [B] The butts and tips shall be clipped as in Paragraph 5.6. [C] The poles shall be run back through the treating cylinder for a short quick pressure, which shall exceed the initial air pressure, by at least 50 psi. 6. PRESERVATIVES. A Pentachlorophenol Petroleum Solution containing not less by weight than 5% of Pentachlorophenol shall be used. The Pentachlorophenol and the Petroleum Solvent shall comply with APWA Standards P8 and P9. Solvent shall be of such character as will prevent the staining of pole to a color darker than the light brown. 7. INSPECTION.The supplier shall give the purchaser or its representative, such access to the plant during working hours as in reasonable and necessary to determine the suitability of material to be supplied and shall furnish the apparatus, labor and other facilities for making the tests herein called for without cost to purchaser. After complete manufacture in the white, each piece shall be turned for inspection. Pentachlorophenol Pressure Treated Poles Page 3 of 4 Inspection of the plant equipment and treatment shall be in accordance with AWPA Standard M-2. Inspection by the purchaser, or its representative, does not release the supplier of the responsibility of furnishing material in accordance with these specifications. An inspection shall be made by the purchaser of materials F.O.B. cars at delivery point to determine that no damage has incurred during transit. In case such inspection shows that materials have been damaged in transit, then before accepting them from the transportation company, and before unloading, purchaser will report the damage to the supplier by telephone or telegram, who will instruct procedure. Pentachlorophenol Pressure Treated Poles Page 4 of 4 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT METAL POLES GENERAL The intent of the following specifications is to describe the function requirements of the products and are not intended to be restrictive. Bidders may offer their standard products to comply with the functional requirements of the specifications. Standard dimensions that effect interchangeability must be complied with. If a bidder's product does not comply with the detailed specifications are to materials and tolerances the bidder should state these exceptions with his bid and also submit drawings indicating any variations from the detailed specifications. All materials covered in these specifications shall be quoted on an item basis. DESIGN STANDARDS The pole assembly shall consist of a tapered steel shaft complete with a steel anchor base, conforming to ASTM A36, 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 r, it in the hole. A pole plate or plates will be required as specified near the top of the shaft for mounting light arm. r' 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 drag (for cylinders, 0.78; for flats, 1.3; and for ellipsoids, 0.47) and with a factor of safety of 1.80. The flasher standard shall also be designed to withstand test loads which are calculated equivalent of 100 MPH (peak gust velocity) without destruction. 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 Y2 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 conform to ASTM A595 and have a constant taper of 0.10" to 0.14" per linear foot. Pr Metal Poles Page 1 of 3 All steel shafts and steel bases shall be smooth-finish with zinc chromate, iron oxide outside and either zinc chromate, iron oxide inside (prime coat). Poles shall be manufactured from steel which, after fabrication shall have a minimum yield strength of 48,000 PSI and shall be capable of being bent cold (according to the same requirements as ASTM A370) without cracking on the exterior surfaces. Other steels may be used in the fabrication of the poles if they meet the above yield strength and bend test requirements. Poles may be round or octagonal with a maximum ovalness not exceeding 1.5% of the nominal diameter. Measurements shall be made at 900 to each other in the same cross-section. Octagonal pole measurements shall be made on the center of flats. Straightness tolerance of 3/8" per 20 feet, but not more than 1/16" in any four- foot section, shall be maintained. All anchor bolts shall have a guaranteed minimum yield strength of 50,000 PSI and a minimum ultimate strength of 90,000 PSI. Galvanizing shall be in accordance with ASTM A153. Arms shall be capable of withstanding a test load, the calculated equivalent of a 100 MPH wind. Arms shall be capable of supporting 75 pounds of weight with a 3 square foot surface. All flasher standards shall be furnished complete with anchor bolts and nuts, anchor bolt covers, handhole (approximately 4" x 6"), handhole cover, removable pole cap, grounding nut and all necessary screws, bolts, washers, etc. required for the complete assembly of the pole. A pole plate, or plates, with appropriate wire inlets shall be furnished near the top of the shaft for mounting the arm(s) on all street light poles and, when required, on traffic signal poles. Poles shall be furnished with a reinforced shaft section for U-Clamp attachment of the signal mast arm(s) when specified and appropriate wire inlet. All wire inlets shall be reamed and free of all burrs and sharp edges. Pole plates shall conform to the dimensions shown on the plans for all arm attachments. Pressed steel pole tops for pole wire entrance shall come complete with mounting cap screw. Cast iron pole tops shall come complete with three fastening set screws. The manufacturer shall submit notarized certifications of compliance to this specification. If requested, manufactures shall submit: a) Mill certificates on tube steel, pipe used in bracket arms, and anchor rods. b) Copies of tensile tests and bend test reports. The bidder shall submit along with bid one (1) copy of shop-drawings or catalog-cuts of the products he intends to furnish. Any deviation from these specifications shall be noted on the shop-drawings or catalog-cuts submitted with bid. Metal Poles Page 2 of 3 Detailed drawing of the following item specifications is attached. Diameter as shown on the drawing refers to the O.D. of a round pole or the dimension across the outside of the flats on octagonal poles. Upon request by the City, manufacturer shall supply all anchor bolts and anchor bolt templates within thirty (30) days of notification. Drawings of orientation of modifications requested on various poles will be supplied the successful bidder. When galvanizing is specified, the pole and arms shall be galvanized in accordance to ASTM A123. Each component must be completely coated in a single dip. No double dipping will be allowed. All miscellaneous hardware shall be galvanized per I ASTM A153. Metal Poles Page 3 of 3 SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: V 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. r 2. DESCRIPTION This specification for silicone joint sealing shall apply to,but shall not be limited to,all Portland Cement Concrete street pavement and curbs. 3. MATERIALS 3.1 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 sealants meet these requirements. 3.2 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. 3.3 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 for Asl2halt Table III Self-Leveling Joint Sealant Test Method Test Requirement As Supplied **** Non Volatile Content,%min. 96 to 99 MIL-S-8802 Extrusion Rate,grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.260 to 1.340 **** Skin-Over Time,minutes max. 60 **** Cure Time,days 14 to 21 **** Full Adhesion,days 14 to 21 Silicone Joint Sealant For Concrete Pavement Page 1 of 3 As Cured—After 21 Days at 25°C.(770F.)and 50%RH ASTM D 412,Die C Mod. Elongation,%min. 1400 ASTM D 3583 Modulus @ 150%Elongation,PSI 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.) 3.4 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. 4. 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 "greed'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 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 40°F.(40C.)and rising. 5. EQUIPMENT 5.1 The Contractor shall furnish all necessary equipment. 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. Y� The minimum requirements for construction equipment shall be as follows: 5.2 Concrete Saw:The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 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. 5.4 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. 5.5 Extrusion Pumv:The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Injection Tool:This mechanical device shall apply the sealant uniformly into the joint. 5.7 Sandblaster:The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 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. 6. CONSTRUCTION METHODS 6.1 General:The joint reservoir saw cutting,cleaning,bond breaker installation,and joint sealant placement shall be performed in a continuous sequence of operations Silicone Joint Sealant For Concrete Pavement Page 2 of 3 6.2 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. 6.3 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. 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 sandblast 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 Or 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 Tane: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. 6.4 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. 7. 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 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 1 failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. 8. BASIS OF PAYMENT No payment will be made for this subsidiary pay item. Contractor shall furnish all materials;prepare,deliver, and apply sealing materials;and provide all labor,equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. h Silicone Joint Sealant For Concrete Pavement Page 3 of 3 PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND AND PAYMENT BOND AC D. CERTIFICATE OF LIABILITY INSURANCE olArc606/00 e>E FlooueeE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Wm. Ri99 CO- ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 309 W. 7th St., Suite 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR FL. Worth, TX 76102 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 817335-4444 INSURERS AFFORDING COVERAGE INSUREDS & J Electrical Services I INSURER A: Grem American Insurance Co. Stanfield Enterprises Inc DBA INSURER e: Great Texas County Mutual P.O. BOX 121516 INSURER C: TX Workera Comp Ins Fund Ft. Worth TX 76116 INSURER 0: Lumbermen Mutual Casualty Co I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUFD TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. eYR l TM OF a&aVIWCE POi�YIYl1lE091 POLICY 61'6CTMi MLICY E70>tI 110111 Lmw9TS A 1 OWMALUABRAIY PACS22832006 10101!99 10101/00 EACH OCCURRENCE! _ 1 _1000000. 111 X COMMERCIAL DENEML L"]LrrY FIRE DAMAGE JAm 01r NO S 50000 CLAMS MADE Fx�OCCUR MED EXP IAny aro WS") E S000 PERSONAL&ADV INJURY E _ --'1000000 GENERAL AGGREGATE E 200DOOD GEMLAGGREGATE LIMIT APPLIES PER: PRODUCTS•COMWOP AGG E CO0000 POLICY X P:C Loc B MJTOMOSILE LIAaEATY TBA822832106 10/01/99 10/01/00 LOMaINEDE:iNGIELIMIT 1000050 X ANY AUTO W accodew ALL OWNED ALTOS 9op+Lr saJARAr E SCMEOULEO AUTOS tpa PW*W* X WIRED AVTO6 eooav wJwlr a (Per aeaift I X NON.OLVNED ALTOS PROPERTY DAMAGE E DY,"Gidm) AGC LLAIMLOV AUTO ONLY.EA ACCIDENT t I`W AUTO EA ACC i OTHER THAN -..� j AUTO ONLY: AGO E A 'OWSSALlAaEUrY UMBB12624105 10101/99 10101!00 EACH OCCLRRENCE E 10000000 X OCCUR 7 CLAIMS MADE AGGREGATE 1^000000 OEDUCTIeL.E X RETENTION E 10000 E C WO KOW COMPMRATHM AND TSF 1094822 2/01100 2101101 X I "Icy T'Tiu- oEp- 6APEOYLSI&'AAAerA/Tr E•l.EACH ACCIDENT a 500000 E.L.DISEASE-EA EMPLOYEE I f _500000 E.I,DISEASE•POLICrLIMIT E I'M S00000 D oTllEl 3ATS4312602 1001199 10101/00 INSTALLATION FLTR 200000 ON SITE/20000 IN TRNST PROPERTYCOVG 1476117 SCHED VALNRS LOCS. 06CRDTON OF OPMATIOM 4MATMMGtV}ACI EBS-CLIJSIONS ADDEO 2 ENDORABABIT18a•ECIAL PROVM10111& PROJECT#CI IS-0201IS031I11,SCHOOL FLASHER IMPROVEMENTS,PHASE 2. ra+ 1� CERTIFICATE HOLDER i ADOMONAL INSURED: NOUIREr LerT0V CANCELLATION CITY OF FT WORTH &MOULD ANY OF TIME ABOVE DEACAMED POWGID eE CANCULM DVORE TME MMATION DATE THEAEDF,THE ISSUING NSWER Wel ENDEAVOR TO MAIL _ 10 DAYS WPUTTEM 1000 THROCKMORTON ST NOTICE TO TME CERTIFICATE MOLDIM NAMED TO TME LEFT,OUT FAILURE TO DO SO SMALL FT WORTH TX 76102 IMPOSE NO OBLIGATION OR LIASLr—. OF ANY rerD tO- THE INS RS AQWT&OR REYRESENTATNE&. ARRIgK=RElMF60ETATWE 1 ACORD 25-S 17/971 2.15 O ACORD CORPORATION 1988 7n 7n-CT nnn7 0 unr CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, Stanfield Enterprises, Inc. dba S & J Electric certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project School Flasher Improvements — Phase 2 project number, C115/020115031111. By: \ Title I.A iJ Z=— to , D-'0 in C> Date STATE OF TEXAS 3 COUNTY OF TARRANT 3 BEFORE MSE, the undersigned authority, on this day personally appeared i �,}-_a A 7 L] A. S�r-A Jo ,E zy-z , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of ST AJUFZolT, PPST56'^�1 nc_ d�� S r�� �LFc7ZLG for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this '�TK7-44 day of U kS C , 2000. AFP p��, MARIANNE MITCHELL * Notary Public Notary Public in and for the State of Texas STATE OF TEXAS y My Comm.Exp.08/01/2002 (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. AAMORMOM.FRM