Loading...
HomeMy WebLinkAboutContract 47158 C� ° '"T CITY 1 �, . l D.O.E. FILE FbRT 'WORTH CONSTRLICT1014's COPY CUENT DEPARTMENT PROJE CT MANUAL FOR THE CONSTRUCTION E. Lancaster Avenue Traffic Signals is City Project No. 02336 l s Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig,P.E. Director, Transportation and Public Works Department i Prepared for The City of Fort Worth Transportation and Public Works Department 2015 Ki iey®Morn and Associates,Inc. TBPF Firm Registration No. F-928 801 Cherry Street,Unit 11, Suite 950 Fort Worth, 'Texas 76102 (817)335®6511 %mm�m�mmmmmsmmmmmmmmmm®mm®mm��� o SCOTT R ARNOL® 0 °mmmmmmmmmmmmmmmmmmmmmmmm®mmm o� 702 m t- ? 00 9 / (I)FFICIAL. RECORD % CE CITY SEC REI'It!'Vi' r , °r"X 000000-1 TABLE OF CONTENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 1113 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 013300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 22,2013 000000-2 TABLE OF CONTENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 34-Transportation 3441 10 Traffic Signals 3441 13 Removing Traffic Signals Attachment A City of Fort Worth Advance Transportation Controller Cabinet(ATCC) Attachment B Special Specification Advanced Transportation Controller Attachment C Technical Specifications Advanced Traffic Signal Controller Software Texas Department of Transportation Specifications The following are applicable TxDOT specifications,which were adopted by TxDOT on November 1, 2014: Item 416 Drilled Shaft Foundations (421)(440)(448) Item 531 Sidewalks (360)(420)(421)(440) Item 686 Traffic Signal Pole Assemblies(Steel)(416)(421)(441)(442)(445)(449) Item 687 Pedestal Pole Assemblies(445)(449)656) Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Hproj eetpo int.buzzsaw.com/client/foi-twoi-thgov/Resources/02%20- %20Constrtiction%2ODocuments/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition Division 26-Electrical 2605 33 Raceways and Boxes for Electrical Systems Division 31 -Earthwork 3123 16 Unclassified Excavation Division 32-Exterior Improvements 32 11 23 Flexible Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings Division 34-Transportation 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 3471 13 Traffic Control CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 22,2013 000000-3 TABLE OF CONTENTS Page 3 of 3 Appendix GC-6.06.D Minority Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 22,2013 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page I of I SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 7 8 10 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F� '�' WORTH COUNCIL ACTION: Approved on 9/29/2015 DATE: 9/29/2015 REFERENCE NO.: **C-27478 LOG NAME: 20E LANCASTER SIGNALS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Construction Contract with Bean Electrical, Inc., in the Amount of$597,435.65 for the Installation of New Traffic Signal Hardware and Pedestrian Signals at Three Intersections Consisting of East Lancaster Avenue at Riverside Drive, East Lancaster Avenue at Beach Street and East Lancaster Avenue at Oakland Boulevard and Provide for City Project Management, Inspections, Quality Control/Assurance and Coordination in the Amount of$67,000.00 and Contingencies in the Amount of $78,219.35 for the Total Project Cost, Including Previously Approved Design Costs, in the Amount of$860,400.00 (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Bean Electrical, Inc., in the amount of$597,435.65 for the installation of new traffic signal hardware and pedestrian signals at three intersections consisting of East Lancaster Avenue at Riverside Drive, East Lancaster Avenue at Beach Street and East Lancaster Avenue at Oakland Boulevard. DISCUSSION: This project was advertised on February 5, 2015 and February 12, 2015 in the Fort Worth Star- Telegram.am. Sealed bids were received on March 12, 2015 for the construction of three traffic signals on East Lancaster Avenue as shown in the table below. Durable Specialties, Inc., was the apparent low bidder; however, they did not submit their MBE required documentation within the allotted days which deems them as non-responsive. Staff recommends awarding the contract to Bean Electrical, Inc., the second low bidder. Bidder Amount IlDurable Specialties, Inc. $575,600.00 Bean Electrical, Inc. 11$597,435.65 The improvements consist of the installation of new traffic signal hardware including poles, arms, signals heads, cabinets, detection system, pedestrian signals, ADA ramps and crosswalks. These improvements will help to increase traffic flow as well as enhance overall safety to the public. Project Budget Budget Consultant Design and Construction $ 114,745.00 Services City Project Management and Design Coordination $ 3,000.00 Right of Way and Easement Acquisition 11 $ 0.00 Design Phase Sub-Total 11 $ 117 745.00 http://apps.cfwnet.org/council_packet/mc review.asp?ID=21462&councildate=9/29/2015 10/23/2015 M&C Review Page 2 of 3 Recommended Award 11 $ 597,435.651 Maximum Potential Construction Incentives 11 $ 0.00 City Project Management, Inspections, Quality Control/Assurance and $ 67,000.00 Coordination Construction Phase Sub-Total $ 664,435.65 Project Contingencies 10 percent) $ 78,219.35 Project Totals $ 860,400.00 Upon completion of this capital project, the anticipated annual operating impact to the Transportation and Public Works (TPW) Department is as follows: Operating Annual Department/Division Impact Amount Street $ 200.00/light T c Lights Management Division Traffic $5,000.00/signal TPW/Traffic Signals Management Division Traffic TPW/Traffic Signs $ 250.00/sign Management Division Markings $ 5.50/LF TPW/Traffic Management Division This construction contract will be funded through the 2007 Critical Capital Fund. Construction is anticipated to commence in November 2015 and be substantially completed in April 2016. Contract time for substantial completion is 180 days. M/WBE OFFICE - Bean Electrical, Inc., is in compliance with the City's BDE Ordinance by committing to 12 percent participation on this project. The City's MBE goal for this project is 10 percent. The Project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the 2007 Critical Capital Projects Fund. Project Name Project Pending Remaining Appropriation Encumbrances/Expenditures Balance C295-CPN 02366 E. $860,400.00 $820,103.10 $40,296.90 Lancaster Signals TO Fund/Account/Centers FROM Fund/Account/Centers C295 541200 208720236680 $597,435.65 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (6157) Additional Information Contact: Todd Estes (5448) http://apps.cfwnet.org/council_packet/Mc review.asp?ID=21462&councildate=9/29/2015 10/23/2015 M&C Review Page 3 of 3 ATTACHMENTS LancasterBeachOaklandMC.pdf http://apps.cfwnet.org/council_packet/Me review.asp?ID=21462&councildate=9/29/2015 10/23/2015 000515-1 ADDENDA Page I of I SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 i f Addendum No. 1 E. Lancaster Avenue Traffic Signals City of Fort Worth Project No. 02336 Addendum Issued: February 11, 2015 Bid Date: March 5, 2015 Addendum No. 1 includes the following changes or clarifications to the Project Manual and/or Plans: 1) Project Manual — Invitation to Bidders a) Section 00 1113 Invitation to Bidders i) Prebid Conference. The following changes were made: (1) Date: February 25, 2015. (2) Time (10 AM) and Location (PMO Conference Room) remain the same. Please be sure to acknowledge your receipt of this Addendum in your response. Addendum prepared by: Scott R. Arnold, P.E. 817-335-6511, sco t.arno kirn e -ho[!I.corn Kimley-Horn and Associates, Inc., TBPE Firm No. F-928 r f J i K:\FT W_TPTO\061018139-CFW-E-Lancaster-Bid-CCA\CCA\Addendum\2015-02-11-Addendum-01\Addendum-No 1-02336-E-Lancaster-Signals.docx I Addendum No. 2 E. Lancaster Avenue Traffic Signals City of Fort Worth Project No. 02336 Addendum Issued: March 2, 2015 Bid Date: March 5, 2015 Addendum No. 2 includes the following changes or clarifications to the Project Manual and/or Plans: 1) Questions from Pre-Bid Conference a) Does the City still furnish the Metro street name signs? i) Yes, the City will furnish the Metro signs to the Contractor. Contractor will need to furnish the mounting hardware b) Can you confirm who will be supplying the GPS clock? i) GPS clocks will not be needed for this project. c) Are the signal heads to be aluminum yellow? i) Yes d) Item 3441.1205: Will the VIVDS Processor and set up will be subsidiary to this item? i) Yes, refer to specification 34 41 10 Traffic Signals. e) Item 3441.1220: Will the phase selector, card racks, auxiliary panels be subsidiary to this item? i) Yes, refer to specification 34 41 10 Traffic Signals. f) Will the set-up of the Opticom be part of the COFW's programming of the controller? i) Contractor will be responsible for installation and to make sure it's working, City will program. g) If pedestrian ramps are impacted or removed during construction will there be a requirement for temp ramps/pea gravel/plywood in their place? If so how will this be paid for and can you add the standard sheets for the temp ramp design? i) Not needed, Contractors won't be allowed to have all 4 corners of an intersection torn up at the same time. There will need to be temporary signing installed directing pedestrians where to cross during construction. h) What will be the time frame allowed for contact execution, submittal approval so materials can be released and then the time allowed for material procurement? i) The contract documents will be fully executed and a Notice to Proceed issued within 30 days of Council approval of the contract (anticipated date of approval is April 21st). The contract time will commence the day the Notice to Proceed is issued. i) Can the contract time of 180 calendar days be revisited and extended? With all new services and cabinets, flat work that can't be completed until the new signals are in K:\FT W_TPTO\06101813 9-CF W-E-Lancaster-B id-CCA\CCA\Addendum\2015-03-02-Addendum-02\Addendum-No2-02336-E-Lancaster-S ignals.docx I operation and the old removed 180 calendar days is a tight schedule allowing for little inevitable delays. i) The Project Manual shows 150 calendar days for construction. The City will extend this to 180 days to account for material lead times. This extension will be included in the addendum. j) Riverside: How is the red light enforcement equipment being reconnected? How is this being paid for? Who will handle the coordination with Redflex and any cost on their part if required? i) Redflex or their contractor will be responsible for relocating and reconnecting the red light camera enforcement equipment. k) There's removal items for the new/modified wheel chair ramps and sidewalks but how will the contractor be paid for removal/replacement on concrete for installation of foundations, bore pits, pull boxes, tie ins? i) City will add additional sidewalk quantity to each intersection to account for this. Inspector will need to approve removal limits prior to work. 1) Beach: Will it be acceptable to pour the median noses back full depth concrete? i) City will need to ask TxDOT. Please bid the project per the plans, if TxDOT will allow full depth concrete, it will be handled through a change order. m) What will be the involvement of TxDOT; permits, inspection, coordination, submittal review? i) The City is working on obtaining the TxDOT Driveway Permit now. On previous jobs, TxDOT was invited to the pre-con meeting, they will review the concrete mix shop drawings, and they stop by during construction occasionally. n) Wanted to verify that all of the traffic signal poles and foundations will be to TxDOT Standards? i) Yes, traffic signal poles, arms, pedestal poles, and foundations are all to TxDOT standards. 2) Project Manual a) Section 00 21 13 Instructions to Bidders i) Replace Section 17.7 in its entirety with the following paragraph: (1) A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will issue a Notice of Project Award and a Notice to Proceed to the Contractor within 30 days of the M&C being approved by City Council. b) Section 00 4100 Bid Form (1) Replace existing section with the attached version. The contract days in section 4.1 were modified from 150 to 180 calendar days. K:\FTW TPTO\061018139-CFW-E-Lancaster-Bid-CCA\CCA\Addendum\2015-03-02-Addendum-02\Addendum-No2-02336-E-Lancaster-Signals.doex _ 2 1 c) Section 00 42 43 Proposal Form i) Additional 4" Conc Sidewalk quantity was added to account for existing sidewalk that would need to be replaced as part of conduit, ground box, and foundation installation. Quantity for Bidlist Item No. was changed from 230 SF to 680 SF (150 SF per intersection). Please replace the existing Section 00 42 43 with the attached version. The .xIs file will also be updated on BuzzSaw. Please be sure to acknowledge your receipt of this Addendum in your response. Addendum prepared by: Scott R. Arnold, P.E. 817-335-6511, scott.arnol M ni l orn,c m Kimley-Horn and Associates, Inc., TBPE Firm No. F-928 t i r K:\FTW_TPTO\061018139-CFW-E-Lancaster-Bid-CCA\CCA\Addendum\2015-03-02-Addendum-02\Addendum-No2-02336-E-Lancaster-Signals.does 3 r` Addendum No. 3 E. Lancaster Avenue Traffic Signals City of Fort Worth Project No. 02336 Addendum Issued: March 4, 2015 I Bid Date: March 12, 2015 Addendum No. 3 includes the following changes or clarifications to the Project Manual and/or Plans: 1) Bid Opening a) The bid opening has rescheduled to March 12, 2015. Sealed bids will be accepted until 1:30 PM CST, Thursday March 12, 2015, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. Please be sure to acknowledge your receipt of this Addendum in your response. Addendum prepared by: Scott R. Arnold, P.E. 817-335-6511, s ott.« rnoU c kimle -GigLn om Kimley-Horn and Associates, Inc., TBPE Firm No. F-928 K:\FT W_TP"FO\061018139-CF W-E-Lancaster-Bid-CCA\CCA\Addendum\2015-03-04-Addendum-03\Addendum-No3-02336-E-Lancaster-Signals.docx 1 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of E. Lancaster Avenue Traffic Signals will be received by the 5 City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth,Texas 76102 11 until 1:30 P.M. CST,Thursday,March 5, 2015, and bids will be opened publicly and read aloud 12 at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: installation of three(3)traffic 16 signals,removal of three(3)traffic signals,pavement markings and signs,and curb ramps. 17 18 PREQUALIFICATION 19 The improvements included in this project must be performed by a contractor who is pre- 20 qualified by the City at the time of bid opening. The procedures for qualification and pre- 21 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 22 23 DOCUMENT EXAMINATION AND PROCUREMENTS 24 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 25 of Fort Worth's Purchasing Division website at http://www.fortworth og v.org/purchasing/and 26 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 27 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 28 suppliers. 29 30 Copies of the Bidding and Contract Documents will not be available for purchase. 31 32 PREBID CONFERENCE 33 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 34 BIDDERS at the following location, date, and time: 35 36 DATE: February 25, 2015 37 TIME: 10 A.M. 38 PLACE: City Hall 39 1000 Throckmorton Street 40 PMO Conference Room, 2nd Floor 41 Fort Worth,Texas 76102 42 43 LOCATION: 2nd Floor,PMO Conference Room 44 45 46 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 47 City reserves the right to waive irregularities and to accept or reject bids. 48 49 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 INQUIRIES 3 All inquiries relative to this procurement should be addressed to the following: 4 Attn: Lissette Acevedo, P.E., PTOE, City of Fort Worth 5 Email: LISSette.AceyedO�foi-tWoi-tllteYas. oovv 6 Phone: 817-392-2722 7 AND/OR 8 Attn: Scott R. Arnold,P.E>,Kimley-Horn and Associates,Inc. 9 Email: scott.amold @kimley-hom.com 10 Phone: 817-335-6511 11 12 ADVERTISEMENT DATES 13 February 5, 2015 14 February 12, 2015 15 16 END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm,partnership, company, association,or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 42 %20Contractor%2OPrequalification%2OProlzram/PREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https://projectpoint.buzzsaw.com/fortworthizov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavin 48 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 https://projeetpoint.buzzsaw.com/foi tworthgov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2 5 OSanitary%2OSewer%2OContr actor%2OPrequalification%2OProgram/WSS%20pre 6 qual%20requirements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested,may be grounds 26 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents,Other Related Data, and Site 33 34 4.1.Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below).No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 43 site conditions that may affect cost,progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress,performance or furnishing of the Work. 48 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations,tests, borings,and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations,investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests,explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents, (iii)that Bidder has given City written notice of all 19 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to.Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Lissette Acevedo,P.E., Transportation and Public Works 22 Fax: (817)392-6670 23 Email: lissette.acevedo@fortworthtexas.gov 24 Phone: (817)392-2722 25 26 27 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3.Addenda or clarifications may be posted via Buzzsaw at: 31 https://projectpoint.buzzsaw.coin/fortwortligov/Infrastructure%2OProjects/02336%20- 32 %20E%20Lancaster%20Avenue%20Traffic%20SignalsBid%20Documents%20Packag 33 e?public. 34 35 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 36 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 37 Project. Bidders are encouraged to attend and participate in the conference. City will 38 transmit to all prospective Bidders of record such Addenda as City considers necessary 39 in response to questions arising at the conference. Oral statements may not be relied 40 upon and will not be binding or legally effective. 41 42 7. Bid Security 43 44 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 45 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 46 the requirements of Paragraphs 5.01 of the General Conditions. 47 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Forin, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Forn as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST,five(5) City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number,Project title,the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised November 27,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror, or respondent(hereinafter also referred to as "you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Forin) and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forms/CIQ.pdf 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 � CIQ Form is on file with City Secretary 16 17 CIQ Form is being provided to the City Secretary 18 19 CIS Form is on File with City Secretary 20 21 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 27 � f � , � �wC- By: 28 ompany (P ase t) 29 30 �Zt/ /G x Signature: 31 Address 32 33 �� Title: Zt' S r_ 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised March 27,2012 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: E. Lancaster Avenue Traffic Signals City Project No.: 02336 Units/Sections: Base Bid 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. 'coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120327 City Project No.02336 - 004100 ' BID FORM Page xmx subcontractors: a. None 4. Time of Completion 4.1. The Work will bo complete for Final Acceptance within 10��calendar days after the d�ewhen the Conhactllme commences to run aepmvidedinPamQmph2.03oftheGonona|conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work fand/or achievement of Milestones)within the times specified in the Agreement. 5. Attached hothis Bid The following documents are attached|o and made a part of this Bid: a. This Bid Form, Section OU41OO U. Required B/d Bond, Section 00 43 13 issued bye surety meeting the requirements of Paragraph 5.01 of the General Conditions, u Proposal Form, Section UO4243 d. Vendor Compliance to State Law Non Resident Bidder, Section 0U4337 e. MBE Forms(optional at time ofbid) t Pmqua|ification Statement,Section OU4512 0. Conflict of Interest Affidavit, Section 003518 *If necessary, C|Qor CIS forms are hoba provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders u. Total Bid Amount$697.435.$5 8.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening, 6.2. |tio understood and agreed by the Bidder in signing this proposal that the total bid amount entered below imsubject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all nf the extended amounts. 7. Bid Submittal This uo is jsub'66��Dn by the entity named below. Receipt is acknowledged of the Initial following Addenda: By:. Addendum No. 1: RB �~~ V `..:...^..~/ Roy E Bean 11 Addendum NoA: (Printed Name) CITY op FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS s�n�ou,mmn m=nav/"eouo12mu, City Project No.02336 00 41 00 BID FORM Page 3 of 3 Title: President Company: Bean Electrical, Inc Corporate Seal: Address: 821 E. Enon P.O. Box 40016 Fort Worth Texas 76140 State of Incorporation: Texas Email: cbean(fteanelectrical.com Phone: 8175617400 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120327 City Project No.02336 00 42 43 BID PROPOSAL Page 1 of3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 1 Remove Sidewalk 0241 13 SF 665 $3.00 $1,995.00 2 Remove ADA Ramp 0241 13 EA 3 $385.00 $1,155.00 3 Remove Guardrail 0241 13 v LF 9 60 $18.00 a $1,080.00 4 Remove Asphalt Pvmt 0341 13 SY 35.5 $25.00 $887.50 5 Remove Cone Curb&Gutter 0241 15 LF 146 $7.15 $1,043.90 6 Furnish/Install Elec Sery Pedestal 26 05 00 EA 3_ $4,500.00 $13,500.00 7 2"CONDT PVC SCH 80(T) 26 05 33 LF - 665 $8.00 $5,320.00 a 8-2"CONDT PVC SCH 80(B) 26 05 33 LF 445 $14.00 $6,230.00 9 3"CONDT PVC SCH 80(T) 26 05 33 LF 440 $10.00 $4,400.00 10 3"CONDT PVC SCH 80(B) 26 05 33 LF 1,250 $15.00 $18,750.00 11 Unclassified Excavation by Plan Q 31 23 16 Cy ' 19 $56.00 $1,064.00 p 12 8"Cone Pvmt 32 13 13 Sy 56 $80.00 $4,480.00 13 6"Flexible Base,Type A,GRA V 321123 -Sy 56 $22.00 $1,232.00 14 4"Asphalt Base Type B 321216 Sy 56 $37.00 $2,072.00 15 4"Cone Sidewalk 32 13 20 SF-- 680 -$7.80 h $5,304.00 16 Barrier Free Ramp,Type U-1 321320 EA 1 $1,885.00 $1,885.00 17 Free Ramp,Type M-3 ^vc 32 13 20 EA 1 $1,725.00 $1,725.00 18 Barrier Free Ramp,Type C-2 32 13 20 EA 1 $1,711.00 $1,711.00 19 6"Conc Curb and Gutter 32 16 13 LF 40 $36.00 $1,440.00 20 8"SLD Pvmt Marking HAS(W) 321723 LF 85 $2.40 $204.00 21 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 2,305 - $7.75 $17,863.75 22 Lane Legend Arrow 32 17 23 EA 19 $110.00 $2,090.00 23 Lane Legend Only 32 17 23 �EA 19 $145.00 $2,755.00 24 Remove 4"Pvmt Marking 32 17 23 LF 15 $0.90 $13.50 25 i Remove 8"Pvmt Marking 32 17 23 LF- 135 v $1.20 $162.00 26 Remove 12"Pvmt Marking 32 17 23 LF 815 $1.50 $1,222.50 27-Remove 24"Pvmt Marking 321723 M LF 739 $2.40 $1,773.60 �-28 Remove Raised Marker -� 321723 EA 12 $1.20 $14.40 29 Remove Lane Legend Arrow 321723 EA 16 $48.00 $768.00 30 Remove Lane Legend Only 321723 EA 15 $54.00 $810.00_g 31 Valve Box Adjustment 33 05 14 EA 1 $900.00 $900.00 -32 3-Sect Signal Head Assmbly �- 3441 10 EA 49 $775.00 $37,975.00 33 Ped Signal Head Assmbly 3441 10 EA 24 $550.00 $13,200.00 _-_----------__-_ --I--_- __--_-_-_--.--- 34 Audible Pedestrian Pushbutton Station 3441 10 EA 16 $1,150.00 $18,400.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120120 City Project No.02336 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item No. Description Section No. Measure Quantity Unit Price Bid Value 35 Furnish/Install Model 711 Preemption Detector n— 34 41 10 EA 12 $1,650.00_ $19,800.00 36 Furnish/Install Preemption Cable — 3441 10 LF 2,550_ $1.00 $2,550.00 37 Furnish/Install VIVDS — 3441 10 — EA 12� $3,255.00 $39,060.00 38 4/C 14 AWG Multi-Conductor Cable 3441 10 LF i_ 240 $1.00 —$240.00 39 10/C 14 AWG Multi-Conductor Cable 3441 10 LF _ 330 $1.90 $627.00 �40 20 1C 14 AWG Multi-Conductor Cable 3441 10 LF v 3,005 _ $4.00 — $12,020.00 T41 6/C 14 AWG Multi-Conductor Cable 3441 10 LF 1,445 _ $1.00 $1,445.00 J42- 9/C 14 AWG Multi-Conductor Cable 3441 10 —LF a910 $1.90 $1,729.00 43 3/C 14 AWG Multi-Conductor Cable 3441 10 LF 3,010 $1.00 $3,010.00 44 NO 6 Insulated Elec Condr 3441 10 LF 690 $1.25 $862.50 45 NO 8 Insulated Elec Condr 3441 10 LF 3,420 $1.00 $3,420.00 46 NO 8 Bare Elec Condr 3441 10 LF 2,055 — $1.00 $2,055.00 47 Ground Box Type D,w/Apron 34 41 10 EA 19 $700.00 $13,300.00 48 Signal Controller Foundation 3441 10 EA 3 $1,500.00 $4,500.00 49 Salvage Traffic Signal 3441 13 EA 3 $4,000.00 $12,000.00 50— LED Lighting Fixture — 344120 EA '2 ]$985.00 $1,970.00 51 Salvage Street Light Pole 34 41 20 EA 3 $300.00 $900.00 52 Furnish/Install Alum Sign Mast Arm Mount 34 41 30 EA 12 $450.00 $5,400.00 53 Install Alum Sign Mast Arm Mount 34 41 30 ` EA 20i $450.00 $9,000.00 54 Remove and Reinstall Sign Panel and Post 34 41 30 EA _ 3 �-$150.00— $450.00 55 Furnish/Install Controller&Cabinet,Ground MNT 3441 10 EA 3 _ $16,895.00 $50,685.00 56 Install Signal Truss Arm 3441 10 EA 2 $850.00 $1,700.00 57 Install Bitumous Protection on Signal Pole Foundation 3441 10 ` EA — 8 ` $15.00 $120.00 _ Bolts 58 Ground Box Type DS,w/Apron 3441 10 EA 4 $4,500.00 i $18,000.00 59 Furnish/Install VIVDS Cable 3441 10 LF 2,620 $2.00 $5,240.00 60 Traffic Control 34 71 13 M0 5 $1,000.00 $5,000.00 61 DRILL SHAFT(TRF SIG POLE)(24 IN) 0416 6030 LF 12 $175.00 $2,100.00 62 _DRILL SHAFT(TRF SIG POLE)(30 IN) 0416 6031 LF 22 $200.00 V $4,400.00 63 —DRILL SHAFT(TRF SIG POLE)(36 IN) 0416 6032 LF — 52` $230.00 $11,960.00 N`64 DRILL SHAFT(TRF SIG POLE)(48 IN) 0416 6034 LF 132 $350.00— _ $46,200.00 A 65 CURB RAMPS(TY 5) — 05316008- EA _ 1 $1,900.00 4 $1,900.00 66 _INS TRF SIG PL AM(S)1 ARM(20') 0686 6021 EA 1 $4,122.00 T$4,122.00 67 INS TRF SIG PL AM(S)1 ARM(20')LUM 0686 6023 EA 1 $5,952.00 $5,952.00 68 INS TRF SIG PL AM(S)l ARM(40') _ 0686 6041 EA 1 ^$5,587.00 $5,587.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120120 City Project No.02336 00 42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 69 INS TRF SIG PL AM(S)1 ARM(48')LUM 06866051 EA 3 $8,518.00 $25,554.00 70 INS TRF SIG PL AM(S)1 ARM(50')LUM 06866055 EA 1 $14,321.00 $14,321.00 71 INS TRF SIG PL AM(S)1 ARM(55-)LUM 06866059 EA 1 14,569.00 $14,569.00 72 INS TRF SIG PL AM(S)1 ARM(60-)LUM 06866063 EA 2 14,730.00 $29,460.00 73 INS TRF SIG PL AM(S)1 ARM(65') 06866065 EA 1 12,475.00 $12,475.00 74 INS TRF SIG PL AM(S)1 ARM(65-)LUM 06866067 EA 1 14,736.00 $14,736.00 75 PED POLE ASSEMBLY 06876001 EA 6 1,565.00 $9,390.00 76 PEDESTRIAN PUSH BUTTON POLE 06876002 EA 4 1,550.00 $6,200.00 Total Bid l $597,435.6 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120120 City Project No.02336 ' 004337 VENDOR COMPLIANCE To STATE LAW Page ImI SECTION 004337 VENDOR COMPLIANCE TOSTATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts tononresident bidders. This law provides thsd, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for conutruutinn, innppovoments, supplies or men/ioee in Texas at an amount lower than the lowest Texas resident bidder by the same amount that o Texas resident bidder would be required to underbid o nonresident bidder in order to obtain a comparable 0OOtngct in the State which the OoRFes|daDys principal place of business i8 located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure 0f nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of . ourprincipa| place of business, pevo�nt|mw�rthanxaaidontbidd�nabySbateLow. Aoopyofthe ens ,aquinadhobe statute inattached. Nonresident bidders in the Sbghw of . our principal place of buaiDesa, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. n/ BIDDER: Bean Electrical, Inc 1 11,19 821 E. Enon P.(]. Box 4OD1G / ~�' � -�^ \o/Hnatwe/ Fort Worth Texas 7G140 — Title: President Date: END 0'FSECTION CITY or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS s.Lancaster Avenue Traffic Signals Form Revised uo11nnc7 City Project No.000ae 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Prequalification Major Work Type Contractor/Subcontractor Company Name Expiration Date None Bean Electrical, Inc 5/4/2015 /l� .fw + - �l ✓i/ ✓ 1 �;� r �r ' K }' K, t ;�ri�r 1r�c r✓ �arl�r'�, '! �Ji,�/tau r��'�iY� ���,r �✓ x�i �. f' � F r �- ,� r :f a .�,. / d u r✓7 > 75 r ri ./r� ��: ', ✓Jr r f ! k/1 rrr V'y I✓r(-, nry� ✓ar x "�'�di/C�r 6� rf r r i,( 11�r���"v /rF✓sK ,^fir Ml s f rr r f r� r✓rA �+i rlrr r � ✓ G � ✓ /J i,:l�".`ji 1 Y'd; �, 1�yp� ✓ r I.: a .1 xveyl� / r r% ra v s" / , �rl rr✓�{��rG�J nD / F' " ,�yj #REFI y/ ltJ �iF4✓ "fr pj *f l y rr rl ii rrxlt�pl r` r� r .�✓ G rr1 t::/xu '��l✓✓r -,r iyl ° `off f ��+ of ka {r t.k 1 P a* � �tirf yyl!'rl c; � ✓/G W r r1/�� �f�r f� /i/r 7r :r �r d��/n a rl rr r�: �("�/y,�5 '�dl�r'%��L+i qlr;` it rt kr w -� xi0/ %'i 5 � t✓ra 'r//r 'r 'u✓ i�r lG�l�l'J�4 �r'�fl�,✓��d��: rrrr rr;fr/�o� ✓ rA� ✓d�7? ' r n / ✓ ,�. ..�i� rrl �d SyY. �iy r..1���K✓i�L` -%% � ;r l r�rr r / f � r /1 r ✓s>i.MVy f 1� rr� 1M r""�r r/l3f 1✓ �Ir�/(✓�r�n��Y iifr°'�ar�'I`� 1"r//?r. �t`�! fNl/ � t J"�r r r'ri u Y y r✓� l !✓ 'K /ru"ji rry l .;r ri lr rr rx,�tt�'nmfF r f�l/ ��f04y��r��Y.rr`. a �a �1✓'J o� / ;,r11� -� i' rr Gy r�� ,lWr � r G../ 1✓rkr��a,�y / � yi aN!1/ l rr ✓ �l��� rf✓ lr•,r�� ��' r//%�k1`4;Ifi r � r k 3 w yI i l' f �r �N c°r � µy'Z �W"��" #REF! /� ,��; �r � ✓ ✓� 1 r , b �r% �� r �� �r r wr r x�ay:✓ f�,r� � 1 " +�"�� r 1 � r � r 'u r lr�� r�?r %!�n;,�r r r rr. try� ✓ WY���Y�Tly r3r 1� r n��rr r1. � � rl�'li��� rl ✓✓ rxil a�`pDl�y.l s.4✓ /e r�l✓/r �r�r�� �r�y/dG1"11 I(Yg+��w`r ✓I x"�'�rJ(fy�rr '�F>!V�1,�,,��rr ��Pi Pv ✓r,t y l,,r ✓�� /r r ✓s u✓ Sir �� r :a r ^r �kr l��{. l�"✓ '�� r zr✓✓ �?l bi+� it yr ir1J�x:miry�;y irk/k. �YY''r�✓ir r rlx xr rr/ 1 r E�X"11,11/,"I"', rJ`i r x " r � / + 'rllfl r / �/( fr6x,s✓ ri � a �?� I�1r A i , �r �✓ �+ /�rl ✓ r �� ✓ it �r ry / ! r �C� yr�%jrti".r/+/�i /; y � r Ixr f „ I i 5'x Nr E/<z✓/rayx i J s� �,yt i'r r 11y l�r(J ✓ ,?fib� F B 1 r d�, x": #REF! ,rte, ✓QcaYt ► i1 [ete' fr�✓ y �,��,� �5 x. ' .u.� r rl✓ "� ''r r r r u ly r1 r^jr �1 ° r". ✓r I 1 r�; r � ✓1 / w Yr of a r P>Vh tr r ✓r it /� ri��� � G ✓,.� r,l�l,;,,,, ,�.r. ✓� ,�,,,.�.,. �,r ,1���. :,r„a, rt�'U, .,i :a ll, .Gr'r r,..tr. r+d x „�2, The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Bean Electrical, Inc ,� By: y E,Bean II x 821 E. Enon - _.m_... P.O. Box 40016 (Signature) Fort Worth Texas 76140 Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 41 0000 43 1300 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook REV 1 (version 1) 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: E. Lancaster Avenue Traffic Signals City Project No.: 02336 Units/Sections: Base Bid 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120327 City Project No.02336 _ oowoo � BID FORM Page umn subcontractors: a. None 4. Time pfCompletion 4.1. The Work will be complete for Final Acceptance within 10�}calendar days after the d�owhen the ConbautTime commences 8n run aopmvidedin Paragraph 2.03o[theGnnena|conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached tqthis Bid The following documents are attached ho and made e part of this Bid: o. This Bid Form, Section DD41OO b. Required Bid 8ond, GouL|on 0U43 13 issued by surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section UO4243 d. Vendor Compliance 0o State Law Non Resident Bidder, Section U04337 e. MBE Forms(optional ot time ofbid) C Pmqua|i5oaUon Statement,Section OO4512 g. Conflict of Interest Affidavit, Section 003513 *If necessary, C|Qnr CIS forms are(obe provided directly b/City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Total Bid Amount$897.436.Gh 8.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 8.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This uo omoe by the entity named below. Ile Respectl`611y-su Receipt is acknowledged of the Initial following Addenda: �~ `~'u''~`~'~/ Addendum No. 3: RB Roy I=-Bean�u1 Addendum No.4: (Printed Name) CITY m FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS e�um�v�,mmo�rmmv Signals mnnnem/^°nm1umur City Project No.02336 00 41 00 BID FORM Page 3 of 3 Title: President Company: Bean Electrical, Inc Corporate Seal: Address: 821 E. Enon P.O. Box 40016 Fort Worth Texas 76140 State of Incorporation: Texas - Email: cbeanCW-beanelectrical.com Phone: 8175617400 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120327 City Project No.02336 00 42 43 BID PROPOSAL Page I or3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 1 Remove Sidewalk 02 41 13 SF 665 $3.00 $1,995.00 2 Remove ADA Ramp 024113 EA 3 $385.00 $1,155.00 - 3 a Remove Guardrail 0241 13 m LF� 60 $18.00 $1,080.00 4 Remove Asphalt Pvmt T 0341 13 SY 35.5 $25.00�- $887.50 5 Remove Conc Curb&Gutter 0241 15 _ LF W i�146_ $7.15- $1,043.90 6 Furnish/Install Elec Sery Pedestal 26 05 00 EA 3- $4,500.00 $13,500.00 ' 7 2"CONDT PVC SCH 80(T) `^ 26 05 33 LF - 665A $8.00 $5,320.00 8 2"CONDT PVC SCH 80(B) 26 05 33 LF 445 $14.00 $6,230.00 9 3"CONDT PVC SCH 80(T) 26 05 33 LF 440 $10.00 $4,400.00 10 3"CONDT PVC SCH 80(B) 26 05 33 LF 1,250 $15.00 $18,750.00 J11 Unclassified Excavation by Plan 31 23 16 CY 19 $56.00 -$1,064.00 p 12 8"Conc Pvmt 32 13 13 SY 56 $80.00 $4,480.00 13 6"Flexible Base,Type A,GRA 32 11 23 SY 56 $22.00 $1,232.00 14 4"Asphalt Base Type B 321216 SY 56 $37.00 $2,072.00 15 4"Conc Sidewalk 321320 SF _680 -$7.80 $5,304.00 16 Barrier Free Ramp,Type U-1 321320 EA 1 $1,885.00 $1,885.00 -17�Barrier Free Ramp,Type M-3 -- 321320 EA 1 $1,725.00 $1,725.00 18 Barrier Free Ramp,Type C-2 32 13 20 EA 1 $1,711.00 $1,711.00 19 6"Conc Curb and Gutter 321613 LF 40 $36.00^ $1,440.00 20 8"SLID Pvmt Marking HAS(W) 32 17 23 LF 85 $2.40 $204.00 21 24"SLID Pvmt Marking HAE(W)� 32 17 23 -LF 2,305P - $7.75 $17,863.75 22 Lane Legend Arrow 32 17 23 EA 19 $110.00 $2,090.00 23 Lane Legend Only 32 17 23 EA 19 $145.00 $2,755.00 24 Remove 4"Pvmt Marking 32 17 23 LF 15 $0.90 $13.50 25 Remove 8"Pvmt Marking 321723 LF 135 $1.20 $162.00 26 Remove 12"Pvmt Marking 321723 LF 815 $1.50 $1,222.50 27-Remove 24"Pvmt Marking 32 17 23 LF 739 $2.40 $1,773.60 28 Remove Raised Marker - 321723 EA 12 $1.20 $14.40 29 Remove Lane Legend Arrow 321723 EA 16 $48.00 $768.00- 30 Remove Lane Legend Only 32 17 23 EA 15 $54.00 $810.00 31 Valve Box Adjustment 33 05 14 _ EA 1 $900.00 $900.00 32 3-Sect Signal Head Assmbly-� v 3441 10i EA 49 $775.00 $37,975.00 33 Ped Signal Head Assmbly 34 41 10 EA 24 $550.00 $13,200.00 34 Audible Pedestrian Pushbutton Station 3441 10 EA 16 $1,150.00 $18,400.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120120 City Project No.02336 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item No. Description Section No. Measure Quantity Unit Price Bid Value 35 Furnish/Install Model 711 Preemption Detector 3441 10___ � 12� $1.650.00 $19,800.00 36 Furnish/Install Preemption Cable _T 3441 10__ LF 2,550_ $1.00 $2,550.00 37 Furnish/Install VIVDS 3441 10 EA -12 $3,255.00 $39,060.00 38 4/C 14 AWG Multi-Conductor Cable �^ — 3441 10 — LF 240 $1.00 $240.00 39 10/C 14 AWG Multi-Conductor Cable 3441 10 LF 330 $1.90 $627.00 40 201C 14 AWG Multi-Conductor Cable 3441 10 LF 3,005 $4.00 $12,020.00 41 6/C 14 AWG Multi-Conductor Cable 3441 10 LF 1,445 $1.00 $1,445.00 42 9/C 14 AWG Multi-Conductor Cable 3441 10 LF 910 $1.90 $1,729.00 43 3/C 14 AWG Multi-Conductor Cable 3441 10 LF 3,010 $1.00 $3,010.00 44 NO 6 Insulated Elec Condr 3441 10 LF 690 $1.25 $862.50 45�NO 8 Insulated Elec Condr 3441 10 LF 3,420 $1.00 $3,420.00 46 NO 8 Bare Elec Condr 3441 10 LF 2,055 $1.00 — $2,055.00 47 Ground Box Type D,w/Apron 3441 10 EA Y19 $700.00 $13,300.00 _ 48 Signal Controller Foundation 3441 10 EA 3 $1,500.00 $4,500.00 49 Salvage Traffic Signal 3441 13 EA 3 $4,000.00 $12,000.00 50� LED Lighting Fixture ��— 34 41 20 EA v2 $985.00 $1,970.00 51 Salvage Street Light Pole 34 41 20 EA 3 $300.00 $900.00 52 Furnish/Install Alum Sign Mast Arm Mount 34 41 30 EA 12 $450.00 $5,400.00 53 Install Alum Sign Mast Arm Mount 34 41 30 EA ^20 $450.00 1 $9,000.00 54 Remove and Reinstall Sign Panel and Post 34 41 30 EA 3 $150.00 $450.00 55 Furnish/Install Controller&Cabinet,Ground MNT 34 41 10 EA 3_ $16,895.00 $50,685.00 56 Install Signal Truss Arm 3441 10 EA 2 $850.00 $1,700.00 57 Install Bitumous Protection on Signal Pole Foundation - 3441 10T_ EA 8 $15.00 $120.00 Bolts -- 58 Ground Box Type DS,w/Apron 3441 10 _ EA 4 — $4,500.00 a $18,000.00 59 Furnish/Install VIVDS Cable 3441 10 LF 2,620 $2.00 $5,240.00 60 Traffic Control 3471 13 MO 5 $1,000.00 $5,000.00 61 DRILL SHAFT(TRF SIG POLE)(24 IN) 6030 LF 12 $175.00 $2,100.00 _._ 62 _ DRILL SHAFT(TRF SIG POLE)(30 IN) 0416 6031 — LF 22 $200.00 _ $4,400.00 63 DRILL SHAFT(TRF SIG POLE)(36 IN) 0416 6032 LF _ 52A $230.00 $11,960.00 64 DRILL SHAFT(TRF SIG POLE)(48 IN) 0416 6034 LF 132 $350.00 $46,200.00 65 CURB RAMPS(TY 5) 0531 6008 EA — — 1 $1,900.00 $1,900.00- 66 INS TRF SIG PL AM(S)1 ARM(20') 0686 6021 EA 1 _ $4,122.00 $4,122.00 67 INS TRF SIG PL AM(S)1 ARM(20')LUM 0686 6023 EA 1 $5,952.00 $5,952.00 68 INS TRF SIG PL AM(S)1 ARM(40') — 0686 6041 EA 1 $5,587.00 $5,587.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120120 City Project No.02336 00 42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 69 INS TRF SIG PL AM(S)1 ARM(48')LUM 06866051 EA 3 $8,518.00 $25,554.00 70 INS TRF SIG PL AM(S)1 ARM(50')LUM 06866055 EA 1 $14,321.00 $14,321.00 71 INS TRF SIG PL AM(S)1 ARM(55')LUM 06866059 EA 1 14,569.00 $14,569.00 72 INS TRF SIG PL AM(S)1 ARM(60')LUM 06866063 EA 2 14,730.00 $29,460.00 73 INS TRF SIG PL AM(S)1 ARM(65-) 06866065 EA 1 12,475.00 $12,475.00 -11-11---------- 11-11-__„----_.__-- 74 INS TRF SIG PL AM(S)1 ARM(65-)LUM 06866067 EA 1 14,736.00 $14,736.00 75 PED POLE ASSEMBLY 06876001 EA 6 1,565.00 $9,390.00 ---------- 76 PEDESTRIAN PUSH BUTTON POLE 06876002 EA 4 1,550.00 $6,200.00 Total Bid $597,436.66 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20120120 City Project No.02336 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank', our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Company Name Here P in tI Na Here P Y B :Y Address Here Address Here or Space (Signature) City, State Zip Code Here Title: Title Here Date: �' 7 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20110627 City Project No.02336 t 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02336. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 By: 5 12 ompany (P1e�eW ) 14J Z-/ - � '� � Signature: 15 Address J �/ A61 17` ''° G� i�% / Title: / — 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEF RE ME, the undersigned authority, on this day personally appeared 26 i� , rr c ✓1 ` ,known to me to be the person whose name is 27 subscribe to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of c,�Y� ,- c v d FO a for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 12015. 33 _ 34 — _ HY „;, CHERYL R. ESPREE 35 Notary PUNIC, State of Texas % c !Vly Ccrr7rnissicn Expires 36 �'F�F E:°` Februcaiy 2v, 2C�16 Notary P lic in a for the State of Texas 37 38 END OF SECTION 39 s U,,I SECC!4 1u,,,.n 1175AR CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 ? Revised July 1,2011 00 45 12 BID FORM Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalificat DateExpiration Date None Bean Electrical, Inc 5/4/2015 r .p f /i ry -!� !N '� r"J 1! t txu '�f��t .✓ Maur �r rr r�l�'"1 rq t��t5, r kY Y,,r r r s ✓ r R '" �! Yr - !r!t"�/!ck rYk G/ NY a 4 ti rr".r� �!�t i nrY✓!/i x J 4j �G/f`-. 8rr r��nY Jr fib" t %r ji4�"!v /% s r cur t! lrvi„�JIBt/ �/0 t xr zS� tl r. #REF! t 11 I FI r 'b P w'r r rr,R'r, r a „ Id� lp li vJ r” Yi rlt ✓t" /! n'll itl r � l)�!/! l�r rJ l>"Y�J�} ✓d r 1 �`rlr,t'��!"' s� `` rira i�i�r � �! r t rJ�'t:� r r✓y: �` y v' r�; r Y�' ! ti?�'P G y J�! �-t�J� 'J��f�i;� �,r! ,^.. r ✓� , r�� Y�rry !`'.r^ !/ 1'gJ �+r d" A /r ;''/�Yl rr� r/�i s'F rt p�pig/r�v l�t � 1' /�'"��''i'i��`✓�!E"j n��t�i�t✓''Ll�� �' ��kr pl 1�P,Y� !d rY y/jr f tJ r / iJ sr rrra rY r if v >rr f�°'� r//r� lrt�jk�d Y/t rf! i'4 S iA,~'' f"9i t lrYpiY{h/r�J(:!> e'y/ rr tid".V i�f /r rkY,/y(r t r ,rr,; ✓.'r,. s�P /"YJI �r ��rr rF I !P y/S1U tdfn Y /� pl r�i�bq! r t `k "i` uYt"� r r�tr( ,'mY�l FY'! f rrrX �k'�l�l"J frrl �z vYk�u !Yk` y 1 a ,tir r i GS "r'` +rb/M r °Y r✓•r '. r 1 r!J� � //fl�reF�hly r r�y Y Y J r!!;�(� 7�'i1Lrll " Y rlr� rr kK ✓ �fr� fl ( / �k6�Y/,JJI6s ( F jr/ r y�ik /i! fr�l� I�rJr�Y�lY9/�l�r I�try�l�/A / 3f ✓/�r 7t� r" � „� r / $P v z r ,, r ro /% L�y r v r ��k k l,� f � / ,� � ! `v #REF! r"d/r7 l JJ c ! rrr r o / ✓4: r /aE �„✓ ry/ � * rby 3/ r ..�.,���arF r r a, �t r ,. ..rG?!v Y,d, ,. .��, ,r��l 1��,.k�r, �,.� ,.,r, ,.�N,,,,,,,, i „✓.�,,,,rc.. t'.RF, / 1�� The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Bean Electrical, Inc By: y EBean II 821 E. Enon P.O. Box 40016 (Signature) Fort Worth Texas 76140 Title: President _. Date: END OF SECTION m.,_. �.� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 41 00_00 43 13—OD 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook REV 1 (version 1) 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter called the Principal, and (Surety Name) Surety Name Here a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Spell Out Numbers Here and No/100 Dollars ($ Numerals Here .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as E. Lancaster Avenue Traffic Signals NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 12015. By: Company Name Here (Signature and Title of Principal) *By: Surety Name Here (Signature of Attorney-of-Fact) *Attach Power of Attorney (Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS E.Lancaster Avenue Traffic Signals Form Revised 20110627 City Project No.02336 004540-1 MINORITY BUSINESS ENTERPRISES GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISES GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 6 subcontracting goal is not applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOAL 14 The City's MBE goal on this project is 10% of the total bid (Base bid applies to Parks and 15 Community Services). Note: If both MBE and SBE subcontracting goals are established for this 16 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 17 deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 21 required to comply with the intent of the City's Business Diversity Ordinance by one of the 22 following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Waiver documentation. 27 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 28 responsive. Any questions,please contact the M/WBE Office at(817)392-6104. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Managing Department, within the following 32 times allocated, in order for the entire bid to be considered responsive to the specifications. The 33 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing 34 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the 35 documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form,if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form,if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form,if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date,exclusive of the bid opening date. 36 END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised December 20,2012 az SECRETARY � � Agreement �� Page I of 4 AGREEMENT THIS AGREEMENT, authorized on September 29, 2015 is made by and between the City of Fort Worth, a Texas home rule municipality,acting by and through its duly authorized City Manager, ("City"), and Bean Electrical, Inc.., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor,in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1.WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a prt is generally described as follows: E. Lancaster Avenue Traffic Sisals_ City Project Numbers: 02336 Article 3. CONTRACT TEVIE 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within f 180 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above,plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Two Hundred Dollars ($1200,00 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 4. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Five Hundred Ninety Seven Thousand Four Hundred Thirty-five Dollars and Sixty-five Cents ($597,435.65). Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 111%1'f Y City Project No. 02336 Revised August 17,2012 ^ -2 Agreement Page 2 of 4 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents(project speck) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued,become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH E.LancasterAvenI[e Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUNIENT City Project No.02336 Revised August 17,2012 -3 Agreement Page 3 of 4 Article 6.INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include,without limitation,indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused,in whole or in part,by any act,omission or negligence of the city. Article 7.MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional,void or unenforceable by a court of competent jurisdiction shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.02336 Revised August 17,2012 -4 Agreement Page 4 of 4 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties("Effective Date"). Contracto r City o, Worth Bean Electrical, In � �. .,. ,. O Jesus J Cha By:/ Assistant City �. .. (Signature) Date a.,.f F " Roy E Bean II Attest: (Printed Name) City S cretaly 000000 21' (Seal) s Title: President Address:821 E Enon Date: " l pmmv s am City/State/Zip:Fort Worth Texas 76140 A r o a t orm and Legality: 7/7/2015 Date Doug"II s"W. Black Assistant City Attorney APPROVAL RECOMMENDED: Douglas W iersig,P.E. DIRECTOR, Transportation and Public Works Department �'��'� CN II H, Firs ., CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02336 Revised August 17,2012 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection @tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------------------------ Texas Rider 06042015 006113-1 PERFORMANCE BOND Pagel of 2 1 SECTION 00 6113 2 PERFORMANCE BOND Bond#4403219 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRAN'T § 7 That we,Bean Electrical,Inc. ,known as"Principal"herein and 8 SureTec Insurance Company a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as"City"herein, in the penal sum of,Five Hundred 12 Ninety Seven Thousand Four Hundred Thirty-wove Dollars and Sixty-five Cents. 13 ($597,435.65), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 14 Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, 15 executors, administrators,successors and assigns,jointly and severally, firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City 17 awarded the 29th day of September,2015 which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as E.Lancaster Avenue Traffic Signals. City Project 21 Number: 02336 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 30 Worth Division. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02336 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 29th day of September, 2015. 6 PRINCIPAL: 7 Bean Electric Inc. 8 1,--- 9 10 BY: Z—=) 11 A- S: e 12 �TTEST: 13 ✓? I/ 14 15 (Princip#§ecieiary Name and Title 16 17 Address: 821 E. Enon 18 Fort Worth, TX 76140 19 20 21 Witness a PvWape 22 SURETY: 23 SureTec Insurance Company 24 25 26 BY: 27 Si ature 28 29 1 hnny Moss, Attorney-in-fact 30 Name and Title 31 32 Address: 2255 Ridge Rd.#333 33 —i—ockwall,TX 75087 34 35 4� 36 Witness as to S�e'ly-/Marilyn Branch Telephone Number: 972-772-7220 37 38 39 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If y- t� 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. 44 I A L ............ CITY OF FORT WORTH WORTI-1 1,,iX E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02336 Revised July 1,2011 0061 14-1 PAYMENT BOND Pagel oft 1 SECTION 00 6114 2 PAYMENT BOND Bond#4403219 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Bean Electrical, Inc., known as "Principal" herein, and 8 SureTec Insurance Company , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal I 1 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of Five Hundred Ninety Seven Thousand Four Hundred Thirty-five Dollars and 13 Sixty-five Cents ($597,435.65), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas,for the payment of which sum well and truly be made,we bind ourselves, 15 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 16 presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 291b day of September, 2015, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as E. Lancaster Avenue Traffic Signals City Project Number: 02336 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in :full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02336 Revised July 1,2011 0061 14-2 PAYNIENTBOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 29th day of September,2015, 3 PRINCIPAL: Bean ,ectrieal ific. ATTEST: BY• U j! gn 9 rr 41 e� -- (Principal) c retary `Nai& and Title Address: 821 E.Enon Fort Worth,TX 76140 Witness as to Prheipeft SURETY: SureTec Insurance�olnpany ATTEST: BY: Signatur 0 Johy Moss, Attorney-in-fact (Surety) Secretary Debbie Kelly Name and Title Address: 2255 Ridge Rd.#333 Rockwall TX 75087 Wit ess as,to S1irety Marilyn Branch Telephone Number: 972-772-7220 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 or 11'"(1,'1r�iAL6roa�,r, r7� a l��;�d fix : diu1 Gu1 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02336 Revised July 1,2011 006119-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND Bond#4403219 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Bean Electrical,Inc.,known as"Principal"herein and 9 SureTec Insurance Company , a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety"herein(whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of Five Hundred 13 Ninety Seven Thousand Four Hundred Thirty-five Dollars and Sixty-five Cents 14 ($597,435.65), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 15 Texas,for payment of which sum well and truly be made unto the City and its successors,we 16 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, 17 firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 29th day of September,2015, which Contract is hereby referred to and a made part hereof 21 for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 22 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 23 a duly authorized Change Order(collectively herein,the"Work") as provided for in said contract 24 and designated as E.Lancaster Avenue Traffic Sipals. City Project Number:02336; and 25 26 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH E.Lancaster,4venue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02336 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02336 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS W UREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 29th day of September, 2015. 3 4 PRINCIl'AL: 5 nE 6 7 8 BY- 9 Si ature 10 AT SST: 11 LV i/A 13 (Principal) S '6retary Name and Title _ 14 15 Address: 821 E.Enon _ 16 Fort Worth TX 76140 17 18 c� 19 Witness as t 20 SURETY: 21 SureTec Insurztnce Compan 22 23 Z ` BY: / � 24 . .... 25 Sipture 26 27 Johnny Moss,Attorney-in-fact 28 ATTEST: Name and Title 29 30 Address: 2255 Ridge Rd. #3,-,_3 31 (Surety)Secretary Depbie Kklly Rockwall,TX 75087 33 � 3 4 itu ssr � r � *-� 4 as to/Si�retq,< 'Manlyn Branch "`~--- Telephone Number: 972-772-7220 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 tF, ,....... „ CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02336 Revised July 1,2011 POA#: 4221049 SureTec Insurance LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Tony Fierro,Jay Jordan,Johnny Moss, Steven W. Searcey, Robert J.Shuya, Mistie Beck,Jeremy Barnett, Robert G. Kanuth,Jade Porter, Jennifer Cisneros its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2016 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances, contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary, Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 3rd day of August A.D. 2015 SURETEC INSURANCE COMPANY �ypC 1%* 1 k U� X..•.,AN.FC w: '0�= By: w w i y- John nox 4r , resident State of Texas ss: mod%% d cc l!-1 County of Harris On this 3rd day of August,A.D. 2015 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. C UELYN MALDONADO Notary Public State of Texas omm.Exp.5/18/2017 Jacq elyn Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day of A.D. Bre t Beaty,Assistant ecretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day betwe i 6J n 8 0.0,am..,an ,:bra-00 PM GST:-1 lf,FIJtl E"° 6G.JiR1,',,) ACCORL?® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 10/6/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Natasha Hart K&S Insurance Agency PHONE (972)772-7256 FAX (972)771-4695 /C o E t• A/C. 2255 Ridge Road, Ste. 333 E-MAIL nhart @kandsins.com ADDRESS: P. O. BOX 277 INSURERS AFFORDING COVERAGE NAIC# Rockwall TX 75087 INSURERA:Cincinnati Insurance Com anies INSURED INSURER B:Texas Mutual Insurance Co. 22945 Bean Electrical, Inc INSURERC:Federal Insurance Com an 20281 821 E. Enon INSURERD:Torus National Insurance Com an INSURER E: Fort Worth TX 76140 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE X❑ OCCUR DAMAGE TO RENTED 500,000 PREMISES Ea occurrence $ ENP0332927 6/15/2015 6/15/2016 MED EXP(Any one person) $ 10,000 AI & WOS GA233 02/07 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY II PE� F-1 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 A X ANY AUTO EBA0332927 6/15/2015 6/15/2016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS AI AA4171 11/05 BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED WOS AA4172 09/09 PROPERTY DAMAGE $ AUTOS Per accident PIP-Basic $ 5,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5 000 000 A EXCESS LIAB CLAIMS-MADE ENP0332927 6/15/2015 6/15/2016 AGGREGATE $ 5 000 000 DED RETENTION$ $ WORKERS COMPENSATION X STATUTE ERH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 0001239148 6/15/2015 6/15/2016 E.L.EACH ACCIDENT $ 1 000 000 OFFICER/MEMBER EXCLUDED? LJ N/A B (Mandatory in NH) WC420304B E.L.DISEASE-EA EMPLOYE $ 1 000 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1 000 000 C Contractors Equipment 45467826 6/15/2015 6/15/2016 Leased/Rented Equipment 200,000 D Excess Liability 7107OP150ALI 7/28/2015 6/15/2016 EachOccurence/Aggregate 4,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Project: #02336 E. Lancaster Avenue Traffic Signals. See above listing of additional insured and waiver of subrogation endorsement form: C1 Y GlG JpI�'ECR Ea'ICI�/�alRY CERTIFICATE HOLDER CANCELLATION " ' °'a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 Throckmorton ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Johnny Moss/HART ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD I NS025(201401) 006125-1 CERTIFICATE OF INSURANCE Page I of I SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFCATION DOCUMENTS Revision:December2l,2012 017839-1 PROJECT RECORD DOCUMENTS Pagel of4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 7123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud"drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents _ 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as filial 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that I 1 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 f 3441 10-1 TRAFFIC SIGNALS Page 1 of 83 i SECTION 34 4110 2 TRAFFIC SIGNALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. LED Traffic Signal Head Assemblies 7 2. LED Countdown Pedestrian Signal Head Assemblies 9 4. Accessible Pedestrian Signals(APS) 10 S. Radar-Deteetieii Equipment and Cable 13 e. Advanee-Radaf Dcceetieft System 14 6. Video Imaging Vehicle Detection System and Cable(VIVDS) 7. Y V T 16 8. Emergency Vehicle Preemption Equipment and Cable 17 n• y Butter`,1?aek tip System f r;,aal!'abinets J 18 10. Multi-conductor Cable 19 11. Power Lead-in Cable 20 12. Grounding Conductors 21 13. Ground Rod 22 14. Ground Boxes 23 15. T+affie Signal St+tfetufes 24 a. Pedestal Pole Assemblies „plies 25 b. Sigi ..1 Poles 26 e. Mast st n 27 16. Signal Foundations 17. Hafd-wafe Signal Pole Paiti 29 18. Signal Controller and Cabinet Assembly 19. IQ 31 20. Louvered Back Plates 32 33 B. Deviations from this City of Fort Worth Standard Specification 34 1. None. 35 C. Related Specification Sections include, but are not necessarily limited to: 36 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 37 2. Division 1 —General Requirements 38 3. Section 03 30 00—Cast-in-Place Concrete 39 4. Section 26 05 00—Common Work Results for Electrical CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-2 TRAFFIC SIGNALS Page 2 of 83 1 5. Section 26 05 33 —Raceways and Boxes for Electrical Systems 2 6. Section 3123 16—Unclassified Excavation 3 7. Section 3124 00—Embankments 4 8. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 5 9. Section 33 05 30—Location of Existing Utilities 6 1.2 PRICE AND PAYMENT PROCEDURES 7 A. Measurement and Payment 8 1. LED Traffic Signal Head Assemblies 9 a. Measurement 10 1) Measurement for this Item shall be per each LED traffic signal head 11 assembly installed. 12 b. Payment 13 1) The work performed and materials furnished in accordance to this Item 14 shall be paid for at the unit price bid per each"Signal Head Assnnbly" 15 installed for: 16 a) Various numbers of sections 17 c. The price bid shall include: 18 1) Furnishing and installing LED Traffic Signal Head Assembly and 19 appurtenances including hinge pins, lens clips, locking devices,and gaskets 20 2) Housing and doors 21 3) Detachable visors 22 4) LED lamp unit 23 5) Louvers 24 6) Mounting hardware 25 7) Aluminum,vented one-or two-piece back plates 26 8) Cable inside the pole will be paid for separately. 27 2. LED Countdown Pedestrian Signal Section 28 a. Measurement 29 1) Measurement for this Item shall be per each pedestrian signal section or 30 each pedestrian signal retrofit module installed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid per each"Ped Signal Section"or"Ped 34 Signal Retrofit Module"installed. 35 c. The price bid for"Ped Signal Section" shall include: 36 1) Furnishing, assembling, and installing the pedestrian signal sections 37 2) Housing units 38 3) LED countdown pedestrian units 39 4) Mounting attachments and completing wiring connections 40 5) Cable inside the pole will be paid for separately. 41 d. The price bid for"Ped Signal Retrofit Module" shall include: 42 1) Furnishing, assembling, and installing the pedestrian signal sections 43 2) LED countdown pedestrian units 44 3) Mounting attachments and completing wiring connections 45 4) Disposal of incandescent unit 46 5) Cable inside the pole will be paid for separately. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 i 3441 10-3 TRAFFIC SIGNALS Page 3 of 83 1 M n 2 3 installed. 4 b. Payment 5 s 6 » 7 s .,installed far. 8 a` Vafieus motiffting-methods 9 e. The pfiee bid shall ineludei. 10 1) Furnishing and installing Pedestrian Push Button Assemblies 11 12 13 4) LED :.,a:,.4ie 14 5) Push butteft signs 15 6 teh 16 7) Built in surge pfateetion 17 8) Audible flatifieatieii sy4effl 18 -of sepafately. 19 10) Cable inside the pole will be paid f 20 4. Accessible Pedestrian Signal(APS)Units 21 a. Measurement 22 1) Measurement for this Item shall be per each accessible pedestrian signal 23 station installed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 shall be paid for at the unit price bid per each"Accessible Pedestrian 27 Signal"unit of the type specified. 28 c. The price bid shall include: 29 1) Furnishing, installing, and testing the Accessible Pedestrian Signal 30 pushbutton stations 31 2) Mounting hardware 32 3) Sign adapter 33 4) Pushbutton stations 34 5) Central control units 35 6) Vibrotactile arrow with high visual contrast 36 7) Wiring harness 37 8) Voice message setup 38 9) Configuration devices or software 39 10) R10-3e(L/R) signs 40 11) The signal conductor cable from the signal cabinet to the pushbutton 41 station shall be paid for under"Multi-conductor Cable". 42 5. Radar--; eteetien-Beviees 43 5A. Furnishing and installing Radaf!Deteetion Deviee 44 a. Polo o„t 45 1) Measiifeffiefitfef this Item shall be pef eaeh fadaf de4eetiett d-..*---- 46 furnished and installed. 47 bPayment CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-4 TRAFFIC SIGNALS Page 4 of 83 1 fi t a a with this item 1 ea��L6 c�3e 0iii3e ii r'kl�ei=iin�ziririsiica sr�zccozvznicv�'r"rrn-azrJ-iccnx 2 shat be t pfiee bid-pef eae «F,,,.. ish n, stall Radar 3 Deteetion Deviee" installed f 4 a) Vafiatts t„pes 5 e. The pfiee bid shall iaeltide.! 6 , 7 2) Gent-ae-t ele „t file eafds 8 3) Relays 9 10 ,late^t:^„ zones pef signal pla„a 11 5) Gi,.f ;,tts 12 6) Mounting hafdwai- 13 „1^will be„a-1 f r atal„ 14 513. installing Radar Deteetion Deviee 15 a. Measufemen 16 i) A vuuuiLi :it for-this Reffi shall be pef at ,ala, , ateet:, la 17 installed. 18 b�a-yrl}el�t 19 20 shall be paid fei=za+the-tinit eae l s alcxrrr cadaf Detecciv^ix 21 vex ” 22 es 23 e. The iiieltide! 24 1 25 2�ektip and trkanspeft.,t:.,,, .,E'„ .,te fi l f..,,,, the City to tthejebsite 26 27 4) r„stalling na,la f v,.^_seiiz�D evz` 28 -S�y 29 30 . 31 32 8) Gable iiiside the pole wffl. 33 —...Stall-fig Radaf-GaW 34 a. Measufeffie iit 35 36 and itistalled. 37 v'' n t nieiix 38 1) The work peffefmed and materials fumished in aeeefdanee with this ltem. 39 shall be paid for—cat the t pfi,. bid pef 1mrieaf feet«1;,,.., ish4ns all Rada 40 Cable”installed, 41 e. Pie pfiee bid shall iiielude! 42 s1,.,,,.and:,,.,tall:,,,.,.,,,1.,,.eabl^ 43 zl Making all a eetions t„,.a,la„,i^t^ate fs and back ala 44 5D. install— Gab! 45 a. 46 47 b. Paymen CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-5 TRAFFIC SIGNALS Page 5 of 83 1 1) The wafk peffefmed and matefials famished in aeeefdanee with this item 2 "Install 3 installed. 4 e. Then e bid shall; elude: 5 2) Pzozc"dp-and crurr.prnurcivzr-of-rrruccriarft to the jvvvrcc 7 Installing fadar eable 9 5) ,.L;.,g all, eetio,,s+,.f d,, de+e + e ,d h L panels T,r 10 5E. Furnishing and installing Radar Deteetor Baek Plate 1 1 . A,r, e + 12 13 (.,.,,;shed and installed 14 b�ei3t 15 l The. er �e,-f ,,,ed ,,d , +e : 1s f,...,;shed in d e to this r+e,, 16 " 17 Deteetef Baek Plate" 18 es 19 e. The pfiee bid shall inelude: 20 21 22 3) Mounting to the ;.,+e,ie f of the eab e+ 23 4) Making all eenneetivonsstoo r-ad^azf eable and the eantf--allei 24 5) Testing 25 5F. installing Radar-Deteetor Baek Plat 26 a. Me e + 27 1) Meastifeu,e„+&f this r+e.v. shall be pe e eh ,•.,d.,,.de+e,to f back-plate 28 installed. 29 b—Paymen 30 1) The, eAE pef faf„ed ,,,,d , ate fials ,,..,;shed in e fdanee to this r+e,,, 31 shall he paid F f at the unit pfiee bid pe e eh "Instail D.,da f De+e + ,.T2-Aoe E. 32 Plate: 33 a) Vafietis types- 34 e. The pfiee bid sha-111 35 36 37 38 39 5) Mounting to the rote fief of the eabi,,e+ 40 6) Making all . eetio,,s to...,d,..eable and the , „+«ellef 41 7) Testin 42 6. Video Imaging Vehicle Detection System 43 6A. Furnishing and Installing Video Imaging Vehicle Detection System(VIVDS) 44 a. Measurement 45 1) Measurement for this Item shall be per each intersection approach furnished _ 46 and installed. 47 b. Payment 48 1) The work performed and materials furnished in accordance with this Item 49 shall be paid for at the unit price bid per each"Furnish/Install VIVDS". CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-6 TRAFFIC SIGNALS Page 6 of 83 1 c. The price bid shall include: 2 1) Purchasing equipment and cable from City if called out in the Drawings 3 2) Furnishing, installing and testing VNDS 4 3) Cameras 5 4) Mini-hub detector cards 6 5) Camera mounting hardware 7 6) Operational software 8 7) Communication interface panel 9 8) Field setup monitor 10 9) Setup of all detection zones per traffic signal plans. Setup must be 11 approved by City staff. 12 10) Cable inside the pole will be paid for separately. 13 14 a. Me „+ 15 . 16 b Paymennt 17 18 ". 19 . 20 21 22 23 n" Installing and+es+;,, all t7rvrne eempenent-s 24 . Setup must b-e 25 appfeved by City staffi. 26 6) Cable inside the pole will be paid f„s zatel„ 27 6C. Furnishing and Installing VNDS Cable 28 d. Measurement 29 1) Measurement for this Item shall be per linear foot of VNDS cable 30 furnished and installed. 31 e. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid per linear foot"Furnish/Install VNDS 34 Cable". 35 f. The price bid shall include: 36 1) Furnishing and installing VIVDS cable 37 2) Making all connections to cameras and controller equipment 38 3) Cable inside the pole will be paid for separately. 39 6D. installing WA S Cable 40 p r,r,,,,,,,,,,,,,,iefi 41 42 installed. 43 h.P en 44 45 shall be fef at the unitpiiEe bid pef fineaf feet"Install VA4DS Cable" 46 idled. 47 i. The pniee bid shall inelude: 48 49 2" Piekupi ;L,144 Af 144Ati-Aal f+em the City to the jobs' CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 2 3441 10-7 TRAFFIC SIGNALS Page 7 of 83 1 2 n) hist,.11ing VTrVmc ,,able 3 4 6) Cable inside the pole will be paid faf separfftel� 5 7, Vehiele Loop Deteetors (Saweut) 6 , r e o n 7 1) M e nt f; .this Re will be pef lineaf foot E,f s „t, ,t..' le iiiiii� vp 8 tee. 9 b. Payfierrt 10 fk peffofmed „d, .,to all furnished aeeefdanee to this It and 11 measured s pfevided under"MeasufeI "shall be paid fef at the tinit pfiee 12 bid per lifteaf feet of"Leap-Deteeter-Cable 13 e. The,,flee bid shall inel„dam 14 15 2) Exeavation 16 3) Disposal of exeess ma4efial 17 )4�- Baekfill 18 5) Pavement fe asseeiated with, ,,,+:„ 19 6)--wee 20 7` 21 8) Sealant plaeetHen 22 "` aP 23 40) Testin 24 1 1) Geii ttit.,.,.1 1eep wife 4:.,,.v, the edge „f p ,,eme t to the R nddbeiE used 25 for vehiele loop deteaefs 26 12) The following items will be paid fee s f tel:z 27 „) New g nd 1,, Ees 28 b) New loop lead in .,b,le 29 8. Preemption Detector 30 8A. Furnishing and Installing Preemption Detector 31 a. Measurement 32 1) Measurement for this Item shall be per each Preemption Detector furnished 33 and installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 shall be paid for at the unit price bid per each"Furnish/Install Preempt 37 Detector for: 38 a) Various types 39 c. The price bid shall include: 40 1) Furnishing, installing and testing preemption detectors 41 2) Card rack 42 3) Phase selector 43 4) Mounting hardware 44 5) Cable inside the pole will be paid for separately 45 8B. installing Preemption Deteet(w 46 a. M o n 1) .asti-ement f9 f this Tte shall be eh Pre .t Lien DeteetO f;st ,,e .47 48 b. Paymen CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 344110-8 TRAFFIC SIGNALS Page 8 of 83 1 2 shall be paid fef at the unit pfiee bid pef eaeli 4G . 3 4 . 5 6 2) Piek-up and tfanspoftation of matefial fi-am the City to the jobs' 7 8 4) installing and testing ee „t;..,, deteete 9 5) Gable iiiside thei"- 10 8C. Furnishing and Installing Preemption Cable 11 a. Measurement 12 1) Measurement for this Item shall be per linear foot of preemption cable 13 furnished and installed. 1.4 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per linear foot"Furnish/Install 17 Preemption Cable"installed. 18 c. The price bid shall include: 19 1) Furnishing and installing preemption cable 20 2) Making all connections to preemption detectors,phase selectors, and 21 controller 22 8D. installing Preemption Cable 23 a. Me t 24 1) Measur-efiiefi4fef this Iteffi shall be 0-ii eabl-e 25 instal 26 b. Paymefl 27 28 shall be plaid faf at the unit-pflee-bid pef iiireaf feet D-oo„,,,t;A,, 29 Gable" e 30 . 31 32 33 34 4) installing pfeemption eable- 35 , and 36 feller 37 38 9A. Furn. ishing and installing BBU System for Signal Cabinet 39 a. Me ,t 40 1) Meastifefliefft faf this Item shall be pe-—1, D-DYT Q—+—, eonept 41 fumished and iffstalled. 42 b.Paylleii 43 44 "FtifnishAnstall BB 45 . 46 47 es 48 e. The pfiee bid shall iftelude: 49 1) Ftifnishifig, installing and testing the BBU CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-9 TRAFFIC SIGNALS Page 9 of 83 1 2 Pur-ehasi f;• G t„if e lled out in the I1,• 3 4) Mantial bypass switeh 4 5) I.,+o,..•Aed «t«—fo.•switeh ef „t,,.,,,,tie bypass s ,;teb� 5 6) Ba#eries 6 7\ Self „tamed 0x44 fn„1 , med e b,in 9 9B. install Battery Back Up (Burn System for-Signal Cabine 10 a. Me n 11 1\ r,ease«,,ment f r-this Ito.,, shall be per- aeh iBBU System and i,«,,ishea a v � 12 13 b. Payiiien 14 1) The work peffefmed and ftiatefials fumished in aeeefdanee to this L1+111 15 shall e paid fof at the unit pfiee bid pef eaeh"Install BBTJ System"fon 16 a)Vafieus types- 17 e. The pfiee bid shall ineltide-. 18 1\ cehed„1;.,,... ,,L,,., ofm tefial f;•am the Citt 19 \ Piek and t.• eft„ti „f•material f:., „ the City to the • b, + LllV JV VJILV 20 3\ Taking pfeeatAiens to o o .,to .,1 is of damaged du g t.. p +vrt4 uiivu 21 4) Mstalling and testing the BBU system 22 5\ SITir-in .,d .,11 ., b,.,.•.b,,afe and .,,,f?,,..,«o 0 23 10. Multi-conductor Cable 24 a. Measurement 25 1) Measurement for this Item shall be per linear foot. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement”shall be paid for at the 29 unit price bid per linear foot of"Multi-conductor Cable"installed for: 30 a) Various types 31 b) Various sizes 32 c. The price bid shall include: 33 1) Furnishing and installing Multi-conductor Cable 34 2) Cables inside poles 35 11. Power Lead-in Cable 36 a. Measurement 37 1) Measurement for this Item shall be per linear foot of power lead-in cable 38 installed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the 42 unit price bid per linear foot of"Insulated Elec Condr"installed for: 43 a) Various types 44 b) Various sizes 45 c. The price bid shall include: 46 1) Furnishing and installing Power Lead-in Cable 47 12. Grounding Conductors 48 a. Measurement 49 1) Measurement for this Item shall be per linear foot. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02336 Revised February 2,2015 3441 10-10 TRAFFIC SIGNALS Page 10 of 83 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement" shall be paid for at the 4 unit price bid per linear foot of"Bare Elec Condr"installed for: 5 a) Various types 6 b) Various sizes 7 c. The price bid shall include: 8 1) Furnishing and installing Grounding Conductors a 9 13. Ground Rod i 10 a. Measurement 11 1) This Item is considered subsidiary to the various Traffic Signal Structures 12 being installed. 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item are subsidiary to various Traffic Signal Structures being installed and 16 shall be subsidiary to the unit price bid per various Traffic Signal 17 Structures being installed, and no other compensation will be allowed. 18 14. Ground Boxes 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 shall be paid for at the unit price bid per each"Ground Box" installed for: 24 2) Various sizes 25 3) Various types 26 c. The price bid shall include: 27 1) Furnishing and installing Ground Box 28 2) Excavation and backfill 29 3) Enclosures 30 4) Covers 31 5) Bolts 32 6) Gravel 33 7) Concrete apron when required 34 15. Tiraffie Signal struet 35 1-95A. Ful-r-nishing and installing Pedestal-and--Pussh Button Pole-A-ssen+blies 36 a. Measofere 37 1) Measufefliefft faf this item shall be pef eaeh assembly fumished an 38 iiista-lled. 39 b. Payffieft� 40 41 shall be paid faf at the unit pfiee bid pef eaeh*umish4nstall Ped of Push 42 . 43 44 b) Various 4zes 45 e. The pfiee bid shal inelude! 47 48 49 4) Fuf-nish age plaeeniefft and eaffipaetion of baekfiIl CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-11 TRAFFIC SIGNALS Page 1 I of 83 1 5) n,.,.l,,,f belts 2 6) Clean tip 3 15B. installing Pedestal oF Push Button Pole Assemblies 4 a. Meas;ifemel=n 5 . 6 b.— gym 7 1) The wer4E peffafmed and materials furflished in aeeefdanee to this hem 8 "histall Ped of Push Button 10 a) Vafious t�Tes- 11b) sizes 12 e. The pfiee bid shall inelude.- 13 14 15 16 4) fixeavation and baekfill 17 18 , 19 7) Epp 20 15Q Furnishing and installing Signal Poles 21 a. M n 22 1) Measufemeftt fef this Reffi shall be pef eaeb signal pole fitmished and 23 installed. 24 b. Payme l 25 26 b " 27 iiistalled 28 a) Various ty� 29 e. The pfiee bid shall inelude.! 30 and 1+..ekF:11 31 2) Ftif-flishitig and installing eaek Sigiial Pole Assembly speeified 32 3) buminaife a>'ffi,fix4ufe, and lamp if 33 4) Efeeting assembly eft eenefete fouffdatio 34 , and temp 35 15D. installing Signal Poles 36 aMeaatifefei� 37 ) T,feast,-emefft F this r+o,„ shat be ,.1, signal polo ;,.s+.,llo l-pef 38 bray mefft 39 1) The wefk per-fafmed and materials fitmished in aeeer-danee to this item 40 "installe 41 €e 42 es 43 . 44 45 46 47 4) Exeavation and baekfiH 48 5) last-ailing eaeb Sigiial Pole Assembly 49 , and lamp if speeified CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-12 TRAFFIC SIGNALS Page 12 of 83 1 3 4 a. Me n 5 1) Measufefiient f6f this item shall be pef eaeh Mast A+m flifflished atid 6talled. 7 b. Payme 8 9 » 10 fuf aished and installed f6f: b 12 13 e. The pfiee bid shall ineltide!. 14 1)— umishing, assemblifig a"d installing Mast A+m 15 2) A,r,,,,., ing equipme 16 3)— huminaife atiii, fixwfe, and lamp if spe ifie 17 4) Vibfation-dampe+s 18 5) Glean p 19 20 a. Me n 21 1) Measufemeiit fef this item shall be pef eaeh Mast Afffi installed7 22 b. Pnyffleiit 23 24 " 25 feT-- 26 27 b) V,,,.;,.,,,,,.,,,es 28 . 30 31 32 4) Assembling„Ming an installing c+.,,,,1,,,.,1 Mast A,.,,, 33 , and lamp fif speeified- 34 6) Matintifig-equipme*t 35 7) Vibfa+ioft-da*ipe+s 36 8) Glean tip 37 16. Foundations 38 a. Measurement 39 1) Measurement for this Item shall be per each. 40 b. Payment 41 1) The work performed and materials furnished in accordance to this Item 42 shall be paid for at the unit price bid per each"Foundation" installed for: 43 a) Various types 44 c. The price bid shall include: 45 1) Coordination and notification 46 2) Exploratory excavation(as needed) 47 3) Excavation 48 4) Disposal of excess material 49 5) Hauling CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-13 TRAFFIC SIGNALS Page 13 of 83 1 6) Protection of the excavation 2 7) Forms 3 8) Reinforcing steel 4 9) Grounding rods 5 10) Concrete 6 I) Installing Foundation 7 12) Clean-up 8 13) Testing 9 17. Hardware Pain11 10 a. aye + 11 being iiistalled and painted, 13 b.Paymenn 14 1) The, ,,..L pe f f ..„,,,,7 and the.,,..+ .•.,1 furnished aeeer-danee with this 15 Item 1,.,;.1; + s T faffi Signal St etu s being installed d y � vclu 16 painted-alid d,µ11 be subsid;afy to the ziii+pizcc-bi ci�irn��T r cm c 17 Signal Stfu is-tailed and painted, and no other-eempensation 18 will be allo.,,.,.7 19 18. Signal Controller and Cabinet Assembly 20 18A. Furnishing Signal Controller and Cabinet Assembly 21 a. Measurement 22 1) Measurement for this Item shall be per each assembly installed. 23 b. Payment 24 1) The work performed and materials furnished in accordance to this Item 25 shall be paid for at the unit price bid per each "Furnish/Install Controller& 26 Cabinet Assmbly" installed for: 27 a) Various mounting methods 28 c. The price bid shall include: 29 1) .Taking precautions to ensure material is not damaged during transportation 30 2) Installing the Controller and Cabinet Assembly on the foundation or 31 support 32 3) Power supply 33 4) Conflict monitor 34 5) Load switches 35 6) Conduit within 6"of foundation 36 7) Grounding rod 37 8) Wiring 38 9) Cable within 6"of foundation 39 10) Terminating 40 11) Testing 41 12) Troubleshooting 42 18B. installing Controller-and Cabinet Assemb4y 43 a. >,,r„ + 44 1) Measlifement fgf this 14em shall be pef eaeh assembly installed-. 45 b. Pay+iie 46 1) The work pelf fined and.11"+efials fidmished a to this Rem �v .s u u� ul uc. shall-be-paid fer at the ifnrit-pr-iee bid-per-eAeh .,e�eller--&Gabiftetn4stallledd 48 €er CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-14 TRAFFIC SIGNALS Page 14 of 83 1 e. The„ „h:,7 "7,^11 : ,.1,,,70; 2 1) Sehedulitig piekup „f, .,to "1 f,•. , the G�y 3 71 U;,.1...,, and+,..,,,sper-t"t;,,,, „f,,,.,+0«:^1 f:.., the G.: .,t„the:, bsito uli„g ^Y„ 5 \ Installing the C,,,,t,•„ile and Cabinet n s ,1,1< on the fe_ �l,.7 t• ucrvii vi 6 suppor 7 5) Conduit within 6” of foundation 8 6) G,.,,,,,,,7:,, .,.,,,7 9 7) wifing 10 8) Gable within 6" of foundation 11 9) Tefminatiffg 12 1 m Testing 13 1 1) T,.,,ubles1,.,.,ting 14 16 a. Measufeiaeni 17 1) Measufemeftt f6f this item shall be pef eaeh assembly installed,feloeated, 18 of rr— loved. 19 b. Paynie Frt 20 21 1 ill, :7f ^+t1 ;t., " t,:,7 ..1, asseffibly stalled 22 r.,^+^n n,."a^;4.,12 l^^1,:.,n Beaeon nr „l lie r.^ s 23 bl r,,,,t^ri c,,,,,,1",,,0„+^1 R1.,^1,;.,n 24 n"1 ^+"Roadside Flashing rue n ,i11�es 25 dl n^ ^Roadside 1~1^^t, g Be n^s41111 V 1 l 1 1M1+J 26 ems-a pheations inefttding sipal.-Ahead, Selleei zone, stop ahead-; 27 eta 28 e. The„ e h:,7 shall ..1,,.70: 29 1) installation 30 ^\ 1ti..«,,:"h:,,,< f:,L.fie tin ,,,,1<w,,,,;zin assembling, and�a + +h^ 31 foadside flash:,,,.ho assemblies, 32 hl Foundations 33 \ Fumishing and„1 g ,.h f belt Puts, s u temp;^t°J 34 d) Gontfollef 35 e) Sig 36 fj—Beaee 37 g) Bask plate, if few 38 h) Solaf panel if speeiff ed 39 i) Equiptnent, "+" .,1s l.,h tools, .7 ineidenta l 40 j\ Pedestal-poles a „i. .,,7 masts that the equipment is to 41 niounted on will be „";.7 f;f se fa4el<, 42e�ocati 43 a) A".,,.,,,ing the ..dside flashing ho.,. _assemb n�j 44 b) existing foutidatiens 45 tali;.,,,.new f;,.,,,,7^tieffs L 1 ' f h +' 7 installing + 46 dd), I u TIYIiIITT�ofieating, and in^s allii'1g any new ei71 pofieff"s as fequifed 47 a . 1^,ing the assembly its new foundations with a! 48 manipulations and eleetfieal woffik 49 ej--Geittellef CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-15 TRAFFIC SIGNALS Page 15 of 83 1 2 b 3 h) heading 4 i) Pedestal poles of signal poles and masts that the equipmetA is to be- 5 maeffted an will be paid for-separ-EEtely. 7 3) Removal 8 xi Removing the various-„"a iae flashing h eae on assemblies , Vip_"__ + . 9 b) Removing the founda4iefls 10 ) St,,.•:., the eetuponefAs to be f ed of salvaged 11 d) Disposal of tifisalvageable matefi 12 13 f) boadirr 14 . 15 20. Louvered Back Plates 16 a. Measurement 17 1) Measurement for this Item shall be considered subsidiary to the Signal 18 Head Assmbly pay items. 19 b. Payment 20 1) The work perforined and materials furnished in accordance to this Item 21 shall be considered subsidiary to the Signal Head Assmbly pay items. 22 c. The price bid shall include: 23 1) Installing louvered back plate to signal heads 24 2) Mounting hardware(self-tapping screws) 25 3) Clean-up 26 21. Powder-Coating Signal Struetur-es 27 a. >, e ff+ 28 1) Meastifement fef this item shall be per-eaeh tfaffie signal s4uetefe powdef 29 eeated. 30 b. Paymeii 31 1) The work pef f ,.med and ma4e ials fitf-nish"a in aeeefdanee t„ this It shall be Yuio for- al the unit pr .. vrai Ya." 33 powder-eealed for-.: 34 a) Vafieids length of tfaffie signal peles 35 b) Vafiatts length of pedestal and ptish button pal 36 e) Various length eftfaffie signal mast afffis 37 e. The. e bid shall elttdo_ 39 2) Coating matefial 40 41 1.3 REFERENCES 42 A. Abbreviations and Acronyms 43 1. VIVDS: Video imaging vehicle detection system 44 2. BBU! BaRefy baek tip system 45 3. LED: light emitting diode 46 4. APS: Accessible Pedestrian Signal 47 B. Definitions CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-16 TRAFFIC SIGNALS Page 16 of 83 1 2 a. Atttem4ie Bypass Rel-ay 3 b lead, 4 aiitemafieally s..'i+e1 powef to the eetAfellef eabinet^ pafle!4-afift 5 1ni afte, v,.+ ,.+pE)wef+ utility lu powef, in the +e F 6 Lb-. Battery Baek Up Syste.,, (BBU System) 7 1\ Time balte ,L::L stem ,..:ludes but is +limited+ .,1 bypass � i. �..�w�y v . u�. iy'., uvc 8 swit;l' itematie bypass s '+ 1 + f + 1, + / 1 ..� .,_yt,; "�i-ccr'ror po'v�v'cr-ccirii8rcr�dr'izcn�ir'vcr�cn cncrrgcr 9 baltefiLS, 2tifiiig, ex4efnal ea et and all neeesssafyi,,,,.,1.. „ F system 10 e 11 12 1` All soAwa ° '^+^,l with opefation,pfegfatnming and f,.,^+;^ „l 13 feEtttifements ef the 13BU systeffl. 14 d. Ba+tefy Monitoring Deviee 15 1; The deviee :hiel.monitors s b:tt° te. ^,att es and e + f'+1 i y' 111„i�: 1��fate of 16 ba#efies used in the BBU system. Shall be an ambiefi4 seffsof intemal te the 17 ii . 18 e. 4 ' 19 eapaeit-y of-210 amp hottfs. 21 Wiest 22 1) When enable,? the BBU ifi eftef;eh u e +'shall attfefii n '+ t + 23 this 1nede to raise the itil,+„line voltage Aeft it dfops below preset i „ + 24 25 11 OONT 26 g 27 �� When eftableu +1 :+shall ..+ ^+:..,,11, ;+„1, „+„this ,1 + d H � caie'u'r" 28 the age wherry ses above a pfeset limit. The limit may be 29 user-defii e'a of use manufaetwef,lef_µt+settings ([..._:.ally 1 35NT AG). nzx«�ne 31 1) The stfue4we-:hi h hots es+tie ee lete ,.tee.,o ... e fits F....the� �., Y..J� system iiYvii,.iiw ivrznc�o- 32 System. 33 i. hiveffef/Ghar-ge 34 1 i The, .,:+..,l,ieheeiye'ts the DG• ^1+^,tee input into 120 V n r output f«the 35 36 rated fef 14 00 VA, 1 000,,,ate 37 j. T,,,,^ftef 7 : e Voltage 38 The e, supplied f atH the BBU system to the tf f signal b +f. 39 . 40 1r. Manua!Bypass 41 1) Manual switeh that allows usef to t„ s BBB p f to o systeffi 42 43 cabinet. 44 1. c:,,.,^1 Ope f^+ien Mode b 45 1) .� sigiialized..tees„^+;^ ^„ ^+:. a 70OW lead when funning ift l 46 epef 47 m. Sigt .,1 Flash Mode 48 1) A signalized mite,., e4ief genef4ing., 300MI lead.,ilia funning in the flash 49 I'r'iv a^ of, o ^+ . 50 n. Utility hine Voltage CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-17 TRAFFIC SIGNALS Page 17 of 83 1 1) The 1203v' A power-supplied to the BB U system 2 2. Back Plate 3 a. A thin strip of material extending outward from all sides of a signal head. 4 C. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification,unless a date is specifically cited. 8 2. American Standard Testing Materials (ASTM) 9 a. ASTM B85-57T—"Standard Specification for Aluminum-Alloy Die Castings" 10 b. ASTM B26-57T—"Standard Specification for Aluminum-Alloy Sand Castings" 11 c. ASTM B-209-57T—"Standard Specification for Aluminum and Aluminum 12 Alloy Sheet and Plate" 13 d. ASTM D-1535—"Standard Practice for Specifying Color by the Munsell 14 System" 15 e. ASTM B-033 —"Standard Specification for Tinned Soft or Annealed Copper 16 Wire for Electrical Purposes" 17 £ ASTM B-8—"Standard Specification for Concentric-Lay-Stranded Copper 18 Conductors,Hard,Medium-Hard, or Soft" 19 g. ASTM A3250-N—"High Strength Galvanized Steel Bolts" 20 h. ASTM A490-N—"High Strength Galvanized Steel Bolts" 21 i. ASTM A123 —"Standard Specification for Zinc(Hot-Dip Galvanized)Coatings 22 on Iron and Steel Products" 23 j. ASTM A153 —"Standard Specification for Zinc Coating(Hot-Dip)on Iron and 24 Steel Hardware" 25 3. Texas Manual on Uniform Control Devices(TMUTCD) 26 a. Part IV—Traffic Signals 27 4. Manual on Uniform Traffic Control Devices,2009 Edition 28 a. Digits 29 5. Federal Aviation Administration(FAA) 30 a. FAA L-802-B 31 6. Institute of Transportation Engineers(ITE): r 32 a. Vehicle Traffic Control Signal Head—Light Emitting Diode (LED) Circular 33 Signal Supplemental(VTCSH),adopted June 2005. 34 b. Vehicle Traffic Control Signal Head Part 3:Light Emitting Diode (LED)Arrow 35 Traffic Signal Modules. 36 c. Equipment and Materials Standards, Vehicle Traffic Control Signal Heads 37 (VTCSH)Part 2:LED Vehicle Signal Modules. 38 d. PTCSI LED Signal Modules Draft Version of February 2009 39 1) Luminous intensity, uniformity and viewing angles 40 2) Chromaticity 41 7. Underwriter's Laboratory Incorporate(UL) 42 a. Standard UL-651 —"Schedule 40 and 80 Rigid PVC Conduit and Fittings" 43 b. Standard UL-514B—"Conduit,Tubing, and Cable Fittings 44 8. American Standards Institute(ANSI)/Institute of Electrical and Electronics f 45 Engineers(IEEE) 46 a. Section 6.1.2 ANSI/IEEE C62.41.2—2002, 3KV, 2 S2 47 b. Section 6.1.1 ANSUIEEE C62.41.2—2002, 6KV, 3052 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-24 TRAFFIC SIGNALS Page 24 of 83 1 (6) Opening in the lower arms shall accommodate a minimum of 3, 12 2 conductor 14 gauge cables. 3 f) Vertical Support Tube 4 (1) Shall be a double gusseted tube extruded from 6063-T6 aluminum 5 alloy or equivalent and have a cross section. 6 (2) Each tube shall be complete with a vinyl closure strip and be 7 threaded on 1 end to accommodate the lower arm assembly. 8 g) Mast Arm Clamp Assembly 9 (1) Both male and female halves shall be cast from 713 aluminum 10 alloy or equivalent. 11 (2) The male clamp half shall be secured within the female half, 12 utilizing a spring steel retainer ring. 13 (3) Such assembly shall provide an unobstructed center of 2 3/8 inches 14 minimum diameter, allowing for 360 degree rotation of the clamp 15 assembly. 16 (4) There shall be no internal cross bracing assembly obstructing the 17 center opening. 18 h) Aircraft Type Stranded Cable 19 (1) Shall be fabricated in 1 piece with a minimum diameter of 3/16 20 inches either galvanized or stainless steel 21 (2) The cable shall be complete with 7/16 inch stainless steel clamp 22 screw permanently attached to each end. Each clamp screw shall 23 be fitted with a stainless steel hex nut, SAE flat washer and an 24 aluminum-bearing washer. 25 (3) The clamp screw shall be flattened on 2 opposite sides for wrench 26 accommodation. The stranded cable shall be of sufficient length to 27 fasten the clamp assembly to a minimum pole diameter of 8.6 28 inches. 29 i) Each bracket shall be complete with all necessary bolts,washers, 30 gaskets,etc. to allow assembly of the signal to the bracket and the 31 bracket to the mast arm. 32 j) All aluminum parts shall have an Alodine(or equivalent)finish. All 33 steel parts shall have a traffic yellow(RAL 1023)zinc di-chromate 34 finish. 35 2. Pedestrian Signal Section and Retrofit Modules 36 a. General 37 1) Furnish a single, self-contained module,not requiring on-site assembly for 38 retrofit into existing traffic signal housings as defined in TxDOT DMS- 39 11130,Pedestrian Signal Heads. Ensure that installation does not require 40 special tools. 41 2) Provide LED's rated for 100,000 hours of continuous operation over a 42 temperature range of-40°C to+74°C. 43 3) Ensure modules are rated for a minimum life of 60 months. 44 4) Ensure modules meet all parameters of this specification throughout this 45 60-month period. 46 5) Use LEDs manufactured using aluminum-indium-gallium-phosphide 47 (AIInGaP)technology or other LEDs with lower susceptibility to 48 temperature degradation than aluminum-gallium-arsenic(A1GaAs) 49 technology. A1GaAs LEDs are not allowed aluminum. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-25 TRAFFIC SIGNALS Page 25 of 83 1 b. Housing 2 1) The product bid shall be manufactured by one of the following 3 manufacturers: 4 a) McCain Traffic Supply 5 b) Other prior approved equivalent 6 2) Housings will not be provided for retrofit modules. 7 3) Housing units shall be new and unweathered. 8 4) Housing shall be in accordance with TxDOT DMS-11130. 9 5) The housing shall be fitted with an LED module that has an incandescent 10 look. 11 6) The housing shall be a 1-piece corrosion resistant aluminum alloy die- 12 casting with integrally cast top, bottom and sides that are weather proof 13 and dust-tight. 14 7) The housing shall be right and left drilled for clamshell attachment and 15 shall have top and bottom ports that are opened and capped and will 16 accommodate standard 1 V2 inches pipe. 17 8) The approximate size of housing(including body, door, and ears)shall be 18 16.0 inches H x 18.75 inches W x 8 inches D. 19 9) The door frame shall be a 1-piece corrosion resistant aluminum die-casting. 20 10) The housing shall be traffic yellow(RAL 1023). 21 11) The housing shall have a standard 3-position terminal block,pre-wired to 22 receptacles to permit easy field installation of a power supply. 23 12)All necessary hardware shall be provided with housing. Rivets shall be 24 aluminum and bolts, lock washers, screws, eyebolt assembly and pins shall 25 be stainless steel. 26 c. Mounting hardware 27 1) Mounting hardware shall be the clamshell mount type#4805 manufactured 28 by McCain,or approved equivalent. 29 2) Mounting hardware shall be a 2-piece,cast aluminum alloy assembly. 30 3) The 2 separate castings shall be joined in the final assembly by the use of 31 stainless steel spring pins. 32 4) The pole half of the assembly shall be designed to adapt to a wide range of 33 pole configurations(4 inch minimum diameter). 34 5) Unit construction shall allow band-it type mounting. 35 6) Band-it type mounting shall be permitted by 2 recessed slots near the top 36 and bottom of the pole half of the assembly. 37 7) The pedestrian assembly shall be capable of being mounted on the pole by 38 lining up the mounting pins of the pole half with the mounting ears of the 39 pedestrian assembly and lowering it into position. 40 8) 3 sets of screw terminal pairs shall be located on a terminal block in the 41 upper third of the head half of the clamshell assembly. 42 9) A closed cell neoprene sponge gasket shall be provided on the mating 43 surfaces of the 2 halves of the assembly to compete the rain-tight 44 construction. 45 d. Module 46 1) Modules shall comply with TxDOT DMS-11130. 47 2) Ensure retrofit modules are capable of replacing the optical unit. 48 3) The module lens may be a replaceable part without the need to replace the 49 complete module. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-26 TRAFFIC SIGNALS Page 26 of 83 1 4) Ensure the walking person and hand icons(16 in. x 18 in. size only)are full 2 (not outlines). 3 5) Ensure the countdown digits are made up of two rows of LEDs. 4 6) Ensure each digit is a minimum of 7 in. in height. 5 7) For each nominal message bearing surface(module) size,use the 6 corresponding H(height)and W(width): 7 Bearing Module Icon Icon Countdown Countdown Surface Size Height Width Height Width H (16 x 18 Min 7 in. 7 in. Min 9 in. 6.5 in. in. 8 9 8) Ensure the units do not have any attachments or options that will allow the 10 mode to be changed from counting the clearance cycle,to the full 11 walk/don't walk cycle. 12 9) Provide modules that are single, self-contained devices,not requiring on- 13 site assembly for installation into existing traffic signal housing. 14 10) Ensure the power supply is designed to fit and mount inside the pedestrian 15 signal module. 16 11) Ensure the assembly and manufacturing process for the module is designed 17 to assure all internal LED and electronic components are adequately 18 supported to withstand mechanical shock and vibration from high winds 19 and other sources. 20 e. Environmental Requirements 21 1) Ensure the module is rated for use in the ambient operating temperature 22 range, measured at the exposed rear of the module, of—40°C to+74°C (- 23 40°F to+165°F). 24 2) Ensure the pedestrian module is designed to meet NEMA 250 Hose down 25 Test. 26 3) The test is to be conducted on a stand-alone unit. No protective housing 27 will be used. 28 4) Ensure the module lens is W stabilized. 29 5) Ensure that the LED optical unit is dust-and moisture-proof to protect all 30 internal LED and electrical components. 31 6) Provide housing for each LED optical unit that is a sealed watertight 32 enclosure that prevents dirt contamination and allows for safe handling in 33 all weather conditions. 34 7) Perform moisture-resistance testing on LED signal sections in accordance 35 with the requirements in the latest NEMA Standard 250 for Type 4 36 enclosures. 37 8) Evidence of internal moisture after testing will be cause for rejection. 38 f. Signal Lens 39 1) Ensure the lens of the LED pedestrian and countdown signal modules are 40 polycarbonate UV stabilized and a minimum of 1/4 in. thick. 41 2) Ensure the exterior of the lens of the LED pedestrian and countdown signal 42 module are smooth and frosted to prevent sun phantom. 43 g. Module Identification CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-27 TRAFFIC SIGNALS Page 27 of 83 1 1) Each module must be permanently identified on the backside with the 2 manufacturer's name,model numbers,manufactured date(minimum week 3 and year),and serial number. 4 2) Ensure the following operating characteristics are identified: nominal 5 voltage, power consumption,wattage and Volt-Ampere. 6 h. Photometric Requirements 7 1) Luminance,Uniformity&Distribution 8 a) Ensure that for a minimum period of 60 months,the maintained 9 minimum luminance values for the modules under normal operating 10 conditions are not less than 2200 cd/m2 for the Walking Person icon 11 and 1400 cd/m2 for the Hand icon when measured perpendicular to the 12 surface of the module at nine(nine) separate points on the icon. 13 b) These values may decrease up to 50% of these table values beyond 15° 14 from the perpendicular in either to the left or right on a horizontal 15 plane. 16 c) Ensure that the luminance of the module does not exceed three times 17 the maintained minimum luminance of the modules. 18 d) Ensure that the uniformity of the walking person and hand icons' 19 illumination meet a ratio of not more than 1 to 5 between the minimum 20 and maximum luminance measurements(in Cd/m2). 21 2) Chromaticity 22 a) The standard colors for the LED Pedestrian Signal Module must be 23 White for the walking person and Portland Orange for the hand icon 24 and countdown digits on a black opaque background. 25 b) Furnish an optical unit that remains in accordance with the chromaticity 26 (color)requirements in the latest Equipment and Material Standards of 27 the Institute of Transportation Engineers, Chapter 3: "Pedestrian 28 Traffic Control Signal Heads," for a minimum of 60 months over an 29 operating temperature range of—40°F to 165°F. 30 i. Electrical 31 1) General 32 a) Furnish modules that are operationally compatible with traffic signal 33 controllers, cabinets and accessories manufactured to City 34 specifications. 35 b) Ensure that all wiring and terminal blocks meet the requirements of 36 Section 13.02 of the VTCSH Standard. 37 c) Three secured, color coded,914 mm(36 in)long 600 V, 16 AWG 38 minimum,jacketed wires, conforming to the National Electrical Code, 39 rated for service at+105°C,are to be provided for electrical 40 connection. 41 d) Furnish LED signal modules that are designed so that there is no 42 noticeable light output when connected to rated voltage through an 43 impedance of 15 Kohm(either resistive or capacitive). 44 e) Furnish signal modules that are designed so that,under normal 45 operation,an AC voltage of no greater than 10 volts RMS shall be 46 developed across the unit when it is connected in series with any value 47 of impedance greater than 15 Kohms and for any applied AC voltage 48 between 95 and 135 volts RMS that is connected across this series 49 combination. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-28 TRAFFIC SIGNALS Page 28 of 83 1 f) In addition,the signal module must be designed so that the voltage 2 across the module will reduce in value to less than 10 volts RMS 3 within 100 msec when the module is switched off by any solid state 4 switch or switch pack having an impedance of 15 Kolmis or greater. 5 g) Incorporate a regulated power supply engineered to electrically protect 6 the LEDs and maintain safe and reliable operation in each LED optical 7 unit. 8 h) Use a power supply that provides capacitor-filtered direct current(DC) 9 regulated current to the LEDs per the LED manufacturer specification. 10 Designs that operate at currents greater than the LED manufacturer's 11 reconmiended drive current will not be allowed. 12 i) Design the power supply so that the failure of an individual component 13 or any combination of components cannot cause the signal to be 14 illuminated after alternating current(AC)power is removed. Provide a 15 signal module that is equipped such that each indication(i.e. walk 16 symbol, hand, and countdown display)is provided with a separate 17 power supply. 18 2) Voltage Range 19 a) Ensure the LED modules operate from a 60±3 Hertz AC line power 20 over a voltage range from 80 to 135 VAC RMS. 21 b) The current draw must be sufficient to ensure compatibility and proper 22 triggering and operation of load current switches and conflict monitors. 23 c) Nominal operating voltage for all measurements must be 120± 3 Volts 24 nus. 25 d) Fluctuations in line voltage over the range of 80Vac to 135Vac must 26 not affect luminous intensity by more than f 10%. 27 e) Ensure the LED circuitry prevents flickering at less than 100 Hz over 28 the voltage range stated above. 29 f) Provide modules that are designed and constructed so that the failure of 30 a single LED will not result in the loss of additional LEDs. 31 g) There should be no illumination of the module when the applied 32 voltage is less than 35 VAC RMS. 33 h) To test for this condition the each icon must first be fully illuminated at 34 the nominal operating voltage. 35 i) The applied voltage must then be reduced to the point where there is no 36 illumination. 37 j) This point must be greater than 35 VAC RMS. 38 k) Turn-On and Turn-Off Time 39 (1) Ensure each icon of the module reaches 90%of their full 40 illumination(turn-on)within 75 msec of the application of the 41 nominal operating voltage. 42 (2) The modules must not be illuminated(turd-off)after 75 msec of 43 the removal of the nominal operating voltage. 44 1) For abnormal conditions when nominal voltage is applied to the unit 45 across the two-phase wires (rather than being applied to the phase wire 46 and the neutral wire)the pedestrian signal unit must default to the hand 47 symbol. 48 in) Transient Voltage Protection CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-29 TRAFFIC SIGNALS Page 29 of 83 1 (1) Ensure the module's on-board circuitry includes voltage surge 2 protection to withstand high-repetition noise transients and low- 3 repetition high-energy transients as stated in Section 2.1.6,NEMA 4 Standard TS-2,2003, or the latest version. 5 n) Electronic Noise 6 (1) The modules and associated on-board circuitry must meet Federal 7 Communications Commission(FCC)Title 47, Sub Part B, Section 8 15 regulations concerning the emission of electronic noise. 9 o) Power Factor(PF)and AC Harmonics 10 (1) Ensure the modules provide a power factor of 0.90 or greater when 11 operated at nominal operating voltage, and 25°C(77°F). 12 (2) Total harmonic distortion induced into an AC power line by the 13 module, operated at nominal operating voltage,at 25°C(77°F) 14 shall not exceed 20%. 15 3) Module Functions 16 a) Cycle 17 (1) The module must operate in one mode: Clearance Cycle 18 Countdown Mode Only. 19 (2) The display of the number of remaining seconds must begin only 20 at the beginning of the pedestrian change interval. 21 (3) After the countdown displays zero,the display must remain dark 22 until the beginning of the next countdown. 23 (4) Module will not have user accessible switches or controls for 24 modification of cycle. 25 (5) Ensure the countdown pedestrian signal displays the number of 26 seconds remaining until the termination of the pedestrian change 27 interval. 28 (6) Countdown displays must not be used during the walk interval nor 29 during the yellow change interval of a concurrent vehicular phase. 30 b) Learning Cycle 31 (1) Ensure that at power on,the module enters a single automatic 32 learning cycle. 33 (2) During the automatic learning cycle,the countdown display 34 remains dark. 35 c) Cycle Modification 36 (1) The unit re-programs itself if it detects any increase or decrease of 37 Pedestrian Timing. 38 (2) The counting unit will go blank once a change is detected and then 39 take one complete pedestrian cycle(with no counter during this 40 cycle)to adjust its buffer timer. 41 d) Recycling 42 (1) Ensure the module allows for consecutive cycles without 43 displaying the steady Hand icon("Don't Walk")or the countdown 44 display. 45 e) Preemption 46 (1) Provide modules that recognize preemption events and temporarily 47 modify the crossing cycle accordingly. 48 (2) If the controller preempts during the walking man,the countdown 49 will follow the controller's directions and will adjust from walking 50 man to flashing hand. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-30 TRAFFIC SIGNALS Page 30 of 83 1 (3) It will start to count down during the flashing hand. If the 2 pedestrian change interval is interrupted or shortened as a part of a 3 transition into a preemption sequence,the countdown pedestrian 4 signal display should be discontinued and go dark irmnediately 5 upon activation of the preemption transition. 6 (4) The next cycle,following the preemption event, must use the 7 correct, initially programmed values. 8 f) "Don't Walk" Steady 9 (1) If the controller output displays Don't Walk steady condition and 10 the unit has not arrived to zero or if both the hand and man are 11 dark for some reason,the unit suspends any timing and the digits 12 will go dark. 13 (2) A steady UPRAISED HAND(symbolizing DONT WALK) signal 14 indication must be displayed during the yellow change interval and 15 any red clearance interval(prior to a conflicting green being 16 displayed). 17 g) Power Failures 18 (1) The module must maintain a consistent countdown during short 19 power failures(less than 1 second). 20 (2) A longer failure or an absence of signal greater than one(1) second 21 must turn off countdown display and trigger a restart system 22 remembering the last sequence, as it is done for the 170/2070 23 traffic controller. 24 3Pedestrian h Butto Assemblie..77s 25 a. The p3=9duet-tl't shall be the BulldoglM . s1,b tt,,., BD NI-2 V with D„t14„b 26 , and ffleet the following speeifieations! 28 1) Butt an must be highly vandal,o st..,t ,, , eti „+od with 29 essentially iie maviiig ,,..t, 30 . 31 32 4424} +t d 31� +„•files tool 33 ttO�Earp�r'cr.ic o'ciirccac�rrziv=srzcnncrsscccr. 34 35 eles with phi o elect, .,t .,+,,,,t, a y�., yr r r rry rr��' J Button midst have LED to g 37 7) Button must give -- -2 tefied' )n of buttaii bei*g p j-1--A I tene 38 fef push, 39 9) Button imrsc have-built is-:Tiii-gcZsiviccnrvrc: 40 9) Batten ffitfst be able to he! +11,, .,11 F a minitn= of c seeands. 41 10) nutte r iuoc vpd'-„+ edi tot. aftefbeiiig eaffipletely ed 42 watef f„ c . „+o. 43 44 p . et t„tF, butt u�,��r�,Pa�r f 45 46 . 47 14` The button shall eome t to ,:+1, 1,,.,,;.,,,,,, found 1, ,, :., 'to>,o vvaiiYa:.'. 48 mewed to the signal pole. The hattsiiig shall be eat1"ffi:.,,,,,, powde r 49 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-31 TRAFFIC SIGNALS Page 31 of 83 1 4-S) RIO 3o r ish butte 3 4. Accessible Pedestrian Signal Units 4 a. The product bid shall be the Navigator APSTM by Polara, or approved 5 equivalent,and shall meet the following specifications: 6 1) Provide a 2-piece cast aluminum housing unit consisting of a base housing 7 and a removable cover. 8 2) Ensure the internal components provide a pushbutton with all the electrical 9 and mechanical parts required for operation. 10 3) Supply housing or an adapter(saddle)that conforms to the pole shape, i l fitting flush to ensure a rigid installation. 12 4) Supply adapters of the same material and construction as the housing. 13 5) Close unused openings with a weather-tight closure painted to match the 14 housing. 15 6) Provide a minimum 0.5 inch hole with an insulating bushing through the 16 back of the housing. 17 7) Ensure the manufacturers name or trademark is located on the housing. 18 8) The APS pushbutton shall be a solid state switch rated for at least 1 million 19 operations. 20 9) Ensure APS complies with US Access Board's"Draft Guidelines for 21 Accessible Public Rights of Way"(PROWAG) Section R306. 22 10) Ensure that the APS complies with and provides operation consistent with 23 requirements of Sections 4E.09 through 4E.13 of the 2009 Edition of the 24 Federal Highway Administration publication Manual on Uniform Traffic 25 Control Devices. 26 11) Supply an APS (pushbutton station)that includes a pedestrian sign, a 27 pushbutton,vibrotactile arrow and an audible speaker contained in one unit 28 and with the following features: 29 a) Vibrating tactile arrow with high visual contrast. 30 b) Pushbutton locator tone with a duration of 0.15 seconds or less, 31 repeating at 1-second intervals. The pushbutton locator tones must 32 deactivate when the traffic control signal is operating in a flashing 33 mode. 34 c) The locator tones must be intensity responsive to ambient sound and be 35 audible(a maximum of 5 dBA louder than ambient sound)up to 6 to 12 36 feet from the pushbutton or to the building line whichever is less. 37 d) Speech walk message for the WALKING PERSON(symbolizing 38 WALK) indication. 39 e) Speech pushbutton information message. 40 f) Unless plans require otherwise,provide each pushbutton station with a 41 9"X 15"sign. Use sheet aluminum with minimum thickness of 0.080 42 in. for information signs for push buttons. 43 g) Audible tone walk indications 44 (1) Consisting of ticks repeating at 8 to 10 times per second at multiple 45 frequencies with a dominant component at 880 Hz±20%. 46 (2) It must provide an audible walk indication during the walk interval 47 only. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-32 TRAFFIC SIGNALS Page 32 of 83 1 (3) The audible walk indication must be from the beginning of the 2 associated pedestrian walk phase and must have the same duration 3 as the pedestrian walk signal except it must be possible to limit the 4 accessible walk indication to the first 7 seconds of the walk 5 interval when the pedestrian signal rests in walk. 6 (4) When the accessible walk indication is limited during rest in walk 7 a button press during the walk interval must recall the walk 8 interval provided the crossing time remaining is greater than the 9 pedestrian change interval. 10 12) Automatic volume adjustment in response to ambient traffic sound level 11 provided up to a maximum volume of 100 dBA. 12 13) Tone or voice volume measured at 3 ft_from the pushbutton station shall 13 be 2 dB minimum and 5 dB maximum above ambient noise level and shall 14 be responsive to ambient noise level changes. 15 14) The pushbutton must be Americans with Disabilities Act compliant and 16 activate both the walk interval and accessible pedestrian signal. 17 15) Actuation indicator-tone and light. 1.8 16) Extended button press which can be used to request a louder WALK signal 19 and locator tone for subsequent clearance interval. 20 17) Weather-resistant speaker protected by a vandal resistant screen. 21 18) Capable of operating at,as a minimum,up to 1000 ft(AWG#12) cable run 22 from signal cabinet. 23 19) Pushbutton station and Central control unit shall be rated for the following 24 temperature range: 25 a) Pushbutton station: -30°F to+155°F. 26 b) Central Control Unit: -30°F to+165°F 27 20) APS units shall be operationally compatible with TS1, TS2, 170 and 2070 28 controllers and cabinet assemblies, currently used by TxDOT and any other 29 Texas government entities. 30 21) Unless specified otherwise in the plans, supply a central control unit(CCU) 31 for the pushbutton stations that resides in the Traffic Signal Controller 32 Cabinet. 33 a) Provide a CCU capable of controlling up to 4 pedestrian phases and 12 34 Pushbutton stations. 35 b) Ensure that all inputs and outputs on the CCU have Transient Voltage 36 Protection. 37 22) If plans specify that the APS will require no additional space or wiring in 38 the cabinet,provide one control unit per push button station capable of 39 mounting in the pedestrian signal housing. 40 23) If a special device or software is required to configure the APS operation, 41 provide a minimum of one device or copy of software per signal cabinet 42 along with any required connectors, unless required otherwise by the plans. 43 24) Provide any wiring harnesses, connectors, interface cables,terminal blocks, 44 etc. required for connecting the pushbutton station or CCU to the traffic 45 signal controller assembly and making the Pushbutton stations operational. 46 -5. Radar—Deteetion System 47 5A. -R---&ff PFeseneee Beteettie-n 48 a. The pfaduet bid shall-be4he SmeftSertssfNlatr:nTM by W.,vetfani of appfeved 49 o t, tr ,, o++t, . r:eati, aai ein, arc a 11 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-33 TRAFFIC SIGNALS Page 33 of 83 1 b. r�vcr�c°�efal 2 1) Sensor OtAptAAs 3 shall t..n.,...,,;t.. „1 time p e data f tip to 10 4 lanes,depending E)a matinfing leeation and lane widths. 5 b) Tl,e....d...,fete,.+,,..shall s eft a minimum „f eight deteet;,,., 6 \ The d. de+e„t„«shall suppeft n minimum„f eight deteetef ehat e" 7 eutptAs and have usef seleetable ehaftftel assignmeffts. 8 d) The fadar detteetof shall 'OR' or''AND' 1ogie gates tv"zmap a single use 9 , 10 and del.,,,f net;,,.,nl;t,. 11 ) The .,d.,.•detest .,1,be :tl,. shall . ll . ;+; .,te deteet;> ft em e 12 way ef efess tfaffie. 13 The ,.d. .deteetef shall ste snll have F .. ;1 of odes b,:l:t:s i f v`a 14 eontaet.,1„s.,«e outputs if,,,,.,,. nt;,,., is lost G.,.,tn.,t ela a will 15 i all p owl deteet„«e-,n.,.,els n ;rated with the 16 iti4effaee., „d„le,,,l,e., the fail se- is t..:„„e.ed .,,.d will.. „this 17 st4e t•1 eemmuniea4ien is established b k the + .f 18 module and the f dar Vehicle se 19 2) Mete rabble Ai-ea 20 \ The „d..f deteet shall be able to dete..t. ,d .•t., in laftes 21 with l,e,,.,da Pies as ,.lose as 6 F et f.,,.,, the base of the,,.,le an s,l;eh 22 the dete t,,.•is .,ted The deteet,,f shall be able to detect and repo,f 23 pfeseffee in lanes leeated within the 140 feet afe ffeffi the base of the 24 . 25 bbl The deteet„«shall be able t„ detect and« eft pr-esenee f«„ei,:„les 26 withift a 9 degfee field of view. 27 ) The dote„+,,f shall be able to deteet aftd fepeA pfesemee in t„ 1 0 tip z v 28 des. 29 ) The dete„ta f shall be .,b,te to detest and .,..t., e e ift „f_ed i.,.,es 30 and . „tl, ;slat,ds and medians, 31 32 a) u,.easse„-bled b aek„late 33 (1) T1,,,.b, deteetef shall have .,t,..,ff;,, enb inet pfeassembledl aek.,l..te 34 with the fell 35 (a) AG/DG 36 (b,) S,,..,.e p.,,+e,.t;,,., (Light.,;.,,.and sufge .,,teet;o will be 37 38 the...,d.,..nvmr meeting of e edifig EN 6 000 n 5 elns-s ' 39 spy '.) 40 (e) Te.-.,,;.,.,1 Weeks f;, a b,le ln.,d;,,n 41 42 (2) The a„b,led b aek.,1.,4e faf the detee4a hall be , „b,;.,et sid-e 43 metint of faek mauftt. 44 f-) C,,.,taet Gles,,„e Input File rn.•ds 45 /7 The deteetaf l,mi it use t l s,, o; „t file -ds with 2 Of n 46 ehapiffiel eapabilities. 47 (2) The .,tact,.1„s,,..e : „t file ,..,..ds F f the deteetef shall be 48 eempatible with indtistfy standafd detee4ef faeks. 49 e) D..da f dewig 50 (1) Ffequefiey Stability CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-34 TRAFFIC SIGNALS Page 34 of 83 1 (a)—T he eife titt y shall be v.,..'1, of any manual 1 + elements di at 2 e ii:d Beau to human ,1 ,1 a a ff ' °cr'i'c^�r-air�ac�`r'fia��pcn-viiiici-icc-vPCr 3 tire- 4 signals 5 digital eifeuit1y, Jizeh as a 1:, ,t digital „th r,tl that is 6 fef.°.leneed to a 4ec^raeney sou-fee tlriu+c-is at least 50 parts pef i(YYiia) stttble evei the speeified fange, mid 8 u�i,^ less than 6 9 (e) A i:y upeefivefsiafl of; digitally genei ate' flioduiated signa-1 10 shall, .,.,.,1 ve the phase stability and 4e stability 1" .J 11 li'l;-ie + the digitally ated ^ al 1+1R 111 L . 12 (d) The act tar shall-let-el y ---to p r te"-t--- -- -r=_-_t _o_ 13 14 (e) The bandwidth of the tfaiismitsig-HM of the dvteetef shall fie 15 vafy by 1 efe than 11% de all speeified opefating eeiiditions 16 and evef the eikpeeted life of the ,latent,,.• 17 (2) A.,ta.,.,a rya^:,.„ 18 (a) The de.te„+ antennas ^1,.,11 be ,la ed Em pfifited eifetti t 19 bE)afds. 20 (lb) The vei4ieul beam width of the ,atent,, at the 6dB peiiits f 21 the `v vuy Yu ttn ^,,11 ha c , a a of gfeater, 22 (e) The atAemies-shall eevef a 90 degfee hefii,%fttal field view. 23 /'1\ The sidei ebes ll' +1 DUTI t. „+a atta ^1,.,11 be way\...� l ilie 1tl uzv" 24 n n,l� less, 25 (3) The v` eteetaf shall t.....,^,,,;t. signal with ., bandwidth of t least. 26 245T414L,wh:nh „ ;,leafs.., nl„t:,,., nfn f t 27 (4) The deteetaf shall pfevide at least 8 RF ehatinels se that multiple 28 29 inteffefeiiee betweeft them- 30 /c\ The d tenth t 11 1 a elf+a^t that is e to :f< t \ � ViVl,11411 11^ 32 (E) The detect ^1,^11 have a diagnesties merle to vefify eaffeetsysteffi 33 re 34 d) nh,.^•gal P..apetties J 1 lly�i�i LLZ T1V�JGTCI�iJ 35 (1) The Bete v t vi shall flat o e, 4.2 p „1„ in weight, 36 (n) The deteetel g;emu; t emeeed 13 n ifi. by 10.6 in. by 3.3 iii. (33-.-S 37 em iE .,i 26i n ^ii o n ) , ., .,h, al d .� 38 (3) All a„ta,..,al „a fts of the deteetef shall be 1+ 1 t + + 39 , 41 (4) hnel„a,,,.a 42 (a The ,latent al,all be enelesed in a bexan,TT 1 1 v of +1 43 appfeved, ol„na fb ate„ atefial 44 (b) The enelastife shall be ei-assified"f�”autdoof weirthef roiii y-iii 45 aeeefdaaee with b 74§G, 46 ('��e detect shall 1, 1 •f a to ftight a + tl � odsrimrroc-ercc98�rrre�zrs=dvaccrcr�rr�-aecormrr�co a�l(' 47 r NIA ncn ctanda..,l 48 (d) The ,fete ete1 a lelesufe shall.,..,1,:..,1111 to test + t f ftl ,+ < < 1 11 llid l.liti J�+L LQI L11 IIi 49 the:� rn ncn ^t.,,,,1afd f --pe nv ^ e CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-35 TRAFFIC SIGNALS Page 35 of 83 1 C \ Test f tilts shall he pfevided F f e eh of the following t„„e 4x 2 efitefia: Egaeffial lein l NCk-258 elause c 6) ,u„ae d,,,,.,, 3 Rl>~>\� r�n0lu.e c 7) nv C,.«.., ., u« + et;, Q4E rn 250 4 e-laiise S.1IB)-gasper TR10el�e c , 5 6 7 C \ The .7 + t„« ells e shall: ..ludo a ee e+e„th4`,,gets the 8 N41L G 26482 speeifieation, 264 82eozimcetoi shall pfavide corrcuv..., 10 11 (5) Pe 12 (a) The deteete«shall a e less than 10 W. 13 (b) The deteelaf shall epef4e wM a DG inptik between, .DG 14 andxirxG. 15 16 (a) The detee4of shall have twe eetB+ntmiea+ien pei4s, and be 17 18 /h\ The d + t shall s eft the ..1,,,,d „f new 6m._..are into tt,e ”'aiiuii 20 }ieft 21 (e) The deteet shall suppeft the usef „f;, t; ef the 22 f flew;.,,.. Response del,,.,and Push pe«t 23 /d\ The eemmunieatim pe fts shall suppei4 at least a 9600 bps 24 13add fate. 25 5$. Radar n dv a ne+ee+;o System 26 a. The pfeduet bid shall be the Smat4Sefisef Advaneelm by Wwetfaaix, of 27 appfeved equivalent, and shall meet the following speeifieation-s, 28 b. Ge efal 29 ,fabfieated, or-installed undef this Ite.B.1- 30 will be new, istat4, and in stfie4 aeeefdanee wkh the details 31 shown eft the plans and iff this Speeial Speeifiea4iefi.- 32 7\ The d + t will he.,o ;.,t..,,s:,,e easy t., :,,stall «e.„etely aeeessible, ..d 33 34 systems. 35 3) The d + tefwi11 have a method F«a„+,,.,,atieally ealika+;..e-the deteet;,,., this tl d ill h +ed ' +h d +eet„«'s .,te«ual Bess 36 �e�T�v�cnrs�nccnv�wzrrv�eizeccaccu-rii crre�-=�......,_ .. ...,..,..... «" 37 rrT'rris cute l ie 1ched will acr+cematc= „11 dote ... e detee 38 dlfeshalds. 39 e. Sens„«ve..o...,,a.,ee 40 l) The d t t will a atel„and eei+;..uettsh,detect Estimated T;,,,e of 41 n t (ETA), eed and fa ,.e data f«.,ehi.lea of_lu tefs of„eh__les 42 43 seleeted d;«eet:,.., oft..a„et 44 , 45 appfaaehing of depa..t;.,g tre e f«the geleet d d;«ee+ eft«a„el 46 3) The d t n t ;11 f;ite«the ETA data,speed data,4and . e da+a haaad 47 > 48 , 49 and ethef opefational b^ CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-36 TRAFFIC SIGNALS Page 36 of 83 1 2 i„al,,,l; raiii, f+eeziflg „1 .1, ..+ fog, „1 1 3 tempefatufes and light. 4 S1 The as ill ,.+,al. +, + a+ it a 111 J ', „Yaiulci'• Y epefation avef and ui 7 8 6) Deteetoii ep.°.fatioil vF --0---fltinue in fain of iiow up to 10 em pct hour and 9 the ae ;11 „+a ,1 a a � 1 ,1 1/2 „Y �^ 1, lxy 10 Zrieh of-iee. 11 7) Speed data will be aeeufate fef individual vehiele ffieastife ent whef+--�- 12 ,116 116 aE u ee nt ehieles+u'uvv11.,, in the same a + 13 a) Eighty five pefeent E)f all a „+a will be, ;+1 • [ 1 of tf +l 14 ..hen ehi l°J 41\+11Q+al,a as 15 b) Speed aeeufaey will bP with 'b.111, by videe speed trap 16 -_ the f ate 7 t' 1 + +1, A 17 19 Eighty 20 21 22 visual l as a distanee fefefenee 4affie fate as time 23 1-efe„0„ea of equivaleat., t ,1 24 9) ETA data will be aeetifate fef individual vehiel its when thefe- 25 1re11: :`1 661st::.1'.ieles tfayel +1, ,1 + j.a. uig iii t . 26 a) ETA is the esttimateA "iffie of anival as ealetilated by dividing thee 27 v ehieles 1.ug6° F. il'1+h— -t^Y I-- 5,th 1 +1 e speed F+1 1 I V V 28 29 30 to exist f + + w > T n 1 ,V 1 2.c ,1 c c a 31 the step :, :.'1,.; ...1 a '1,1.1 astef t11111 3[ 1, when+1 light++ uvr 6 1 ,1 11S i 1 J J 1111) 32 ='°l�v= 33 e) Eighty fpve pefeent of all meastifeffieffts will be within one seeand of. 34 tf th fnfµll yehi:l:s not eha 6u within the ,1 dilemma 1 1 ,. 1 11111�,Jl./V 35 36 d) ETA ill be„ .if:,,,l :+1, T ID n D ,1„ video a�, V��1x16 ,,, 37 vistialZilafke s as u aistunee 16 1.,1166 u-ad + 38 fefefenee. 39 d. Lightning stifge p teetion that ffleets of eiEeeeds the O�61000 4 5 Class 4 40 �perifirage ft , -4 be installed,,e f:,, her-than 40-f +aleng the ,1 + + 1,1 t 141 1116 41 unit. T +l,o ti ,1 +' f+1 ,i + + +l 9ii i�iL'-E�@ L�C��� rorca;cm:�rzr�c^ontrr'r'�eca vp`-rcrcrmrvr-nzc�czcccrnzrrcnc r a , eamieefiens to the deteetef will be Yf , 43 ineluding powef, . 44 e. Gammuniea a 45 1) The a teete ..ill ;A-+_8 of „+ , +1 + be 1, Y' '”iiiv" 46 47 48 came time x1,:+1, ,.+,,,+a +:„ „+a,.fo • with 1 +1 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-37 TRAFFIC SIGNALS Page 37 of 83 1 3\ The d„teet,,f will . :do AC 23 2 and RS 4 85 r e .,1 , +;,,, t,.. "irlVULlV11�JVl LJ, 2 eaeb eamn+uttieatien part will suppef all of the following baud f4es: 9600, 3 19200, 98400 57600 and 115200. 4 \ The RS 232 pe ft will be f;,ll duplem and will s eft_ttide UTS.-TS 5 hardware handshaking fef i teff:,.,ing to vafietis eempatmieatieff_deyiees 6 f—ge-we� 7 1) The deteetef will eenstime less than 10 wat4s with a DG input between 12 9 z The equipment will be designed " eh that the faiiufes of the o etA ill 10 not eause the failure of any athef unit of equipmei 11 9) n„t,..,,"+:"fe e ,fi.,,,., powef fa ltife will be within 15 s .,d" „ft,, 12 .Aliadowsg and PeeketPGO based Soft 14 ,) The det"„+.,.-will also : ,.l„d„ gfaphieal usef inteffaee soft„ ”tl,"+ 15 16 Qeteetedvehie-ie elttstefs. die-0eteetedfange, speed,arriv mems 17 •d t•f ti t+ufflbef ill be viewable e the visual. "„tat:,,,, of all 18 deteetedvehieleitistefs. The ,.. phieal :.,t"..face will„ ate O Windows 19 98 Windows 2000 Windows d,,ws 14T n n Windows vn We and Windows doves 20 PaeketPGs equivaletrt to the Den A , „ vcn„ The a,.f+,,,afe will 21 atitem4ieally seleet the a eet ha,,d at 22 f: "will also display all_ nf;g ed al efts d iiz.� and 23 pfavide v epr-esefttaie~ of+ eif aetdatien. The apefatef will have the 24 25 deteeted ETA speed,and. e ofyehieles 26 9) The " at, will have the ability t. sa-ve the „fig atia n at:ill L+ V 4 27 file, orTelead the deteetaf can g i:atieff f'em a file,using the gi-apni 28 tlsef i tterf-aee se . Using the installation seftware,the efatof w;_>>_ 29 be able to easily eh „the l,a ,d.fate on the sensof- _gloat:.,..1 cid + �i uLa".q 30 f:.,,.,, a d fop da,,,., list, " all a add , e delays f f the 31 ,the apefatef will have the ability to 32 switeh bet„>"o., data pushing and data polling and al,a ails" detaat„rs ,. 33 settings fee I'll,,,,Gent«al f.,,„., ., e to ATC/rTC and. 34 able to ,,lead „ f;, „t„the d t + ' ti on J 1„11 35 volatile " any suppefted a at;,,,, al,a,,,,ol 36 1, uF Design 37 l) Ail miefewave eifettitf:y „tl,; the deteete will be designed t �L uL111•1: zu1g 38 39 age vafiatiett it peffatiflanee This "limit ates., es 40 eppet:Panities 1648 4-:1„ e d” adat;. in eiffeuits that a .,+ •z1uu, to l 41 42 elemeffts that a „id lead to 1,,,.,,a„ a and degfaded , effa fma„ao eve 43 tift3e: CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-38 TRAFFIC SIGNALS Page 38 of 83 1 2) All+:La „a .t fliedulated J:�:u' will ve-gciCzt^d by means ztedigital 2 ..x,euit,-„ Laeb as i d"'ee tight the that ' fn a + ..y, � digital ciau-rrsrcrcr'�ccQ cv-a 3 ft•equeney e e that; .,t least 50 a stable i the •f: a i-- ✓ -- - --least v v� v.^3�xc�cixica 4 , and ages less than six ppfii pef yeaf7-Any-up- 5 a digitally axe to del.,ted S 1 , ,:11 tl, LLagaL axy ,° �4.LLZno 6 phase stability and 4equeney stability digitally genetuted 7 signal. These spe•i�ie tiens encufe that,t,,,.„,Y ^+' the ,t t t 8 strie4ly eonfofms to FCC fequifements and that the fadar signal quality is 9 maintained "Y'V 10 3l The deteetof antenna ..,;ii be designed.,a anted ei '+t a / isu a ra' Vuxl vvaiLLs 11 °luaaxnati' the need fa.nE ^t„ and abl; g that, It in de e a,�, L X1,1 i..x�" 12 1'dl:;_ aat„.A-inted eifeuit antennae ate less Yivivt, t 1 damage a 13 to theif eiaf ^1„t, masisr, 14 4) The antennae pafametefs will ffleet the following efitefien to enswe 15 p roe: 16 a) 3 dB Elevation Beam Width: > 65 degrees 17 b) 3 dB Azimuth u^. , Width: 15 de ee � � ^ 18 e) Side Lobes- i� 19 i. 20 1) The deteetof will be enelosed in a bexa*petiyeufbonal ,e�,ltr-ava le 21 Ie.,.stant ,a^teaaal and:,���.be e�assified t k 1 t d + the 22 NEMA�-8-SrcarrdaI'd. The-enelesai'e win-rbe-E-lassif ed�rv-crcavvr 23 weathefabilit-y in aeeefdanee with -746E 24 -2) The deteet;x will k able to ,;thst..„,t ., ,t« „f', ,to 5 f t without. � 'v'v ixx be 25 vva .aaaa�a its a „^t.,.n.,1 and .,t.., ^+„ ^1 „t^,,,.:t„ iii„ii iii x uua.Lxvxxu 26 J T„„„t file a.,� ,,,,.. 27 ? The deteetoa anttf^Letuaex ill Yi LLv:de an vY+iviu 1 ifipnt file eafd 28 eenipatible with 170 2070 NEN A TS 1 and TTEA f A TS2 inpt4 file, 1,^ 29 The input file euf LL will tF slate pef ^Mile data „ „+. of aetuation 30 31 yntefs will be able u� u t + 1 t t t t t nY°."'.� as L. ., ���:: ;.'y-ca�izcac�crvsaic-vucpi=tccr=crciiicr-cv-any 32 66nfigk1fed-alei4—These serLargS will be saved in non volatile-irrerxvxy-c-rrc 33 the a:t,u file eafd� „tot^ ,.f„ f- •t ease��t �v" 34 2) The imaptA file „Laid will suppoft Dual L (Speed T„ ' 1^t: well 35 the following modes of op-,.^t: 36 37 in feal time with 2.5 tHs-fesehitieff) 38 b) Pulse iu single 125 , output, idle fa f^ ^t . t t 39 e) Pfesenee"'aftout-4 ding to the duration of eaeb vehiele- 40 ehustex in- With , „t , Of 2.5 ,zone 41 d) S,I gle e d�a t•,,,, of- t a a tl t^ the 42 speed"mph,- 13 6,,idufa+:„„ in seeonds) 43 44 the following bald fates� 9600, 19200, -400,5 7600 and 115200. Also,,- 45 the Input file eafd will auto b&ud and auto Bete 4 LL Vt V Vt T evef wifed ,t 46 1 47 4) The inpp le,eafd will evv^rrrply with the NEMA Tc7 1998 T -Ff'• 48 Gontrel�'�A Assemblies with TOP Requifement's,aeetie2.8 49 50 be pfevided. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,201 3441 10-39 TRAFFIC SIGNALS Page 39 of 83 1 5) The iffpiit file eafd will also provide failsafe epemtion, so that in the eve-BA 2 eii 3 n eantaaet t t, t 4 6) The input fit •a will eotHply with the EN 61000 n c Class 4 lightnin o 5 6 61 000 Tn S ni CJS T4 +:Jt-will be pa v yai e +. 7 1E 8 1 1 R 1, .t + t will l 1, Fedefal 7 , , 10 sensof, of seetion 15.249 as an inteatimal tudiater. This eeffifieation will 11 be displayed a + nl label, eh deviee aeeefding to the rules ,.e+ 12 eut by the>y r. 13 2) The a + +efwill tfaiismi1 iii the-18 50- 10.55 GHz of 224 nn 2 25 r_u� 14 15 E)f-GFR ' 16 3) The f ,, will p f ide dee +aft+ „t:nnnn to all 17 FCC speeifieatieiis. - 18 5C. D d 71 +' Cab! shall meet the N41L G 26 4 82 speeeifie4ian and shall be- 19 a. The eable end eennee4er 20 21 b. Pie eenneaer-baek she!!shall be an envifenmentally sealed shefl that effefs 22 t t +immefsieff eapabilit�- 23 24 jaeket,and the atAef diametef(O.D.) of this jaeket shall be within the baek 25 shell's t,t O.D.range to ensure pfelp . 26 d. Th baek she!!shall ha-ve a stfain felief with efieugh strength to suppeft the 28 e. The 1,t shall eatifafm lure€ellewingspee-ifie4ie 29 F The DC X 85 `..__'t..._+ shall be n twisted r _-. 30 31 of less than '71 p P at 1 4i,— 32 h. The RS 4 85 eenduetefs shall have notninal eendueter-DG fesistatiee of less 33 16.5 t i(304.8 m)at 68'F(2026). 34 i. The power-eenduetefs shall be one twisted paif with nemiaal eanduetaf DG 35 Zesista_______-_fless thaii 11.5 t i(304.8 at 6421~ (nnor)fli) 36 j. Eaeh wire bundle the 37 shield with a dr-ain wife. 38 k. -he Tshall be a single junefien V pfevided J 4ie flianufaetwef and in the 40 t-faffle signal eabine+at the„+t,n..end. 41 t The eable O.D. shall +exeeed 0.4 _-_nt,nn 42 II b+The 1 „ t, shall iiet 43 485 eammunieations (9.6 Kbps) 44 ft. if 12 VDC= is being supplied f .+1 .t + + thett the i.t t ..,.a, shalt fie 45 n,t nn f n+ 46 e if 24 v DG is being rr ,t t f 47 exeeed 500 feet. 48 49 eable as long as the above mefftioned eaiiditiaiis afe met. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-40 TRAFFIC SIGNALS Page 40 of 83 1 6. Video Imaging Vehicle Detection System (VIVDS) 2 a. The product bid shall be the Iteris Vantage Vector HybridTM system, or approved 3 equivalent, and shall meet the following specifications. 4 b. The multi-sensor system shall utilize two different sensors of different 5 technologies,video imaging and radar,to detect and track licensed and 6 unlicensed vehicles at distances up to 600 feet. 7 c. The sensor system shall fuse vehicle information from the two sensors to 8 provide highly accurate and precise detection for special or advanced 9 applications. 10 d. The multi-sensor system shall use a primary detector rack mounted processor to 11 interface with the traffic control cabinet. The module shall process information 12 from both video imaging and radar sensors simultaneously in real-time. 13 e. System configurations 14 1) The multi-sensor detection system(MSDS) shall consist of up to two video 15 cameras and radar units, detection processors (DP)capable of processing 16 from one to two intersection approaches, output extension modules, surge 17 suppressors, a setup tool and a pointing device. 18 2) Available system configurations 19 a) The MSDS will be deployed at locations where site conditions and 20 roadway geometry vary. The MSDS system may also be deployed at 21 locations where existing cabinets or equipment exist. Existing site 22 configurations will dictate the availability of cabinet space and MSDS 23 usage. 24 b) The proposed MSDS shall be available in various configurations to 25 allow maximum deployment flexibility. Each configuration shall have 26 an identical user interface for system setup and configuration. The 27 communications protocol to each configuration shall be identical and 28 shall be hardware platform independent. The proposed MSDS shall 29 have multiple configurations available for deployment as described in 30 Table 1. 31 32 Table 1.MSDS Confi uration No. of Description Multi- No. Video Mounting Power Supply Sensor Outputs Configuration Requirements Inputs Rack Mount 12 or 24 VDC Single-Channel 1 I (Type 170 or power From Rack Mounted NEMA TS-1, Rack TS-2 Racks) Rack Mount 12 or 24 VDC Dual-Channel 2 1 (Type 170 or power From Rack Mounted NEMA TS-1, Rack TS-2 Racks) 33 34 35 36 37 CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-41 TRAFFIC SIGNALS Page 41 of 83 1 f. System software 2 1) The system shall include software that detects vehicles in multiple lanes. 3 Video imaging detection zones shall be defined using only an on-board 4 video menu and a pointing device to place the zones on a video image.Up 5 to 24 video detection zones per camera view shall be available. Two 6 additional trigger zones for the radar sensor shall be available and be 7 configurable by using the same system setup menu on the DP. A separate 8 computer shall not be required to program the detection zones. A portable 9 setup tool shall be available for sensor alignment and adjustment of 10 camera's field of view and focus. 11 g. Materials 12 1) Multi-Sensor Detection System Hardware 13 a) The MSDS hardware shall consist of the following four elements: 14 (1) Video imaging camera sensor 15 (2) Radar sensor 16 (3) Sensor data combiner 17 (4) Detection processor 18 b) The MSDS shall be made in the U.S.A. in compliance with FTA"Buy 19 America"regulations. 20 2) Video Imaging Camera Sensor 21 a) To accommodate deployment flexibility,the MSDS camera sensor 22 shall be compatible will all DP platforms identified in Table 1. The 23 MSDS camera sensor shall be supplied by the MSDS manufacturer. 24 b) The advanced camera enclosure shall utilize Indium Tin Oxide(ITO) 25 technology for the heating element of the front glass. The transparent 26 coating shall not impact the visual acuity and shall be optically clear. 27 c) Cable terminations at the data combiner for video and power shall not 28 require crimping or special tools. 29 d) The camera sensor shall allow the user to set the focus and field of 30 view via Wi-Fi connectivity. 31 e) The camera shall produce a useable video image of the bodies of 32 vehicles under all roadway lighting conditions,regardless of time of 33 day. The minimum range of scene luminance over which the camera 34 shall produce a useable video image shall be the minimum range from 35 nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux. 36 f) The camera electronics shall include automatic gain control (AGC)to 37 produce a satisfactory image at night. 38 g) The imager luminance signal to noise ratio (S/l) shall be more than 50 39 dB with the automatic gain control(AGC)disabled. 40 h) The imager shall employ three dimensional dynamic noise reduction 41 (3D-DNR)to remove unwanted image noise. 42 i) The camera imager shall employ wide dynamic range(WDR) 43 technology to compensate for wide dynamic outdoor lighting 44 conditions. The dynamic range shall be greater than 100 dB. 45 j) The camera shall be digital signal processor(DSP)based and shall use 46 a CCD sensing element and shall output color video with resolution of 47 not less than 550 TV lines. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-42 TRAFFIC SIGNALS Page 42 of 83 1 k) The camera sensor shall include an electronic shutter control based 2 upon average scene luminance and shall be equipped with an auto-iris 3 lens that operates in tandem with the electronic shutter. The electronic 4 shutter shall operate between the ranges of 1/1 to 1/10,000th second. 5 1) The camera sensor shall utilize automatic white balance. 6 m) The camera sensor shall include a variable focal length lens with 7 variable focus that can be adjusted, without opening up the camera 8 housing,to suit the site geometry by means of a portable interface 9 device designed for that purpose and manufactured by the detection 10 system supplier. 1 I n) The horizontal field of view shall be adjustable from 4.6 to 53.6 12 degrees. This camera configuration may be used for the majority of 13 detection approaches in order to minimize the setup time and spares 14 required by the user. The lens shall be a 12x zoom lens with a focal 15 length of 3.7mm to 44.Omm. 16 o) The lens shall also have an auto-focus feature with a manual override 17 to facilitate ease of setup. 18 p) The camera shall incorporate the use of preset positioning that store 19 zoom and focus positioning information. The camera shall have the 20 capability to recall the previously stored preset upon application of 21 power. 22 q) The camera shall be housed in a weather-tight sealed enclosure 23 conforming to IP-67 specifications. The housing shall allow the camera 24 to be rotated to allow proper aligrmient between the camera and the 25 traveled road surface. 26 r) The camera enclosure shall be equipped with a sunshield. The 27 sunshield shall include a provision for water diversion to prevent water 28 from flowing in the camera's field of view. 29 s) The camera enclosure shall be design so that the pan,tilt and rotation 30 of the camera assembly can be accomplished independently without 31 affecting the other settings. 32 t) The camera enclosure shall include a proportionally controlled Indium 33 Tin Oxide heater design that maximizes heat transfer to the lens. The 34 output power of the heater shall vary with temperature,to assure 35 proper operation of the lens functions at low temperatures and prevent 36 moisture condensation on the optical faceplate of the enclosure. 37 u) The glass face on the front of the enclosure shall have an anti-reflective 38 coating to minimize light and image reflections. 39 v) When mounted outdoors in the enclosure,the camera shall operate in a 40 temperature range from-34 °C to+74 °C and a humidity range from 41 0%RH to 100%RH. Measurement of satisfactory video shall be 42 based upon DP system operation. 43 w) The camera sensor shall acquire its power from the sensor data 44 combiner. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-43 TRAFFIC SIGNALS Page 43 of 83 1 x) Recommended camera placement height shall be 18-33 feet(or 6-10 2 meters)above the roadway,and over the traveled way on which 3 vehicles are to be detected.For optimum detection the camera should 4 be centered above the traveled roadway. The camera shall view 5 approaching vehicles at a distance not to exceed 350 feet for reliable 6 detection(height to distance ratio of 10:100). Camera placement and 7 field of view(FOV)shall be unobstructed and as noted in the 8 installation documentation provided by the supplier. 9 y) The video signal shall be fully isolated from the camera enclosure and 10 power cabling 11 z) A weather-proof protective cover shall be provided to protect all 12 terminations at the camera. 13 3) Radar Sensor 14 a) The radar sensor shall operate in the 24 GHz frequency band and shall 15 operate on 1 of 7 available enumerated channels that is user selectable. 16 b) The radar detection range shall be 600 feet minimum, +/- 5%. 17 c) The radar sensor shall be able to track up to 20 independent objects 18 simultaneously. 19 d) Object speed detection shall be within a range of 0 to 150 miles per 20 hour+/- 1.0 miles per hour. 21 e) The radar sensor shall be able to detect vehicles in 1 to 4 traffic lanes. 22 f) The radar sensor shall be housed in a weather-tight sealed enclosure 23 conforming to EP-67 specifications. The housing shall allow the radar 24 to be adjusted to allow proper alignment between the sensor and the 25 traveled road surface. 26 g) When mounted outdoors in the enclosure,the radar shall operate in a 27 temperature range from-34°C to+74 °C and a humidity range from 28 0%RH to 100%RH. 29 h) The radar sensor shall communicate with the sensor data combiner. 30 i) The radar sensor shall acquire its power from the sensor data combiner. 31 4) Multi-Sensor Assembly 32 a) Both camera and radar sensors shall be housed in an overall, single 33 enclosure assembly. 34 b) The overall size of the multi-sensor enclosure shall not exceed 14 35 inches x 15 inches x 17 inches. 36 c) The overall weight of the multi-sensor unit shall not exceed 11 pounds. 37 d) The effective projected area(EPA)shall not exceed 2.0 square feet. 38 e) The maximum power consumption for the multi-sensor assembly shall 39 be less than 10 watts typical, 20 watts peak. 40 5) Sensor Data Combiner 41 a) A sensor data combiner that combines sensor information from both 42 video and radar sensors shall be employed. 43 b) The sensor data combiner shall supply primary power to each sensor 44 unit. 45 c) The sensor data combiner shall facilitate digital communications 46 between the sensor data combiner and each of the sensor units. 47 d) The sensor data combiner shall get its primary power from an AC 48 power source using industry standard 3-conductor cabling. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 3441 10-44 TRAFFIC SIGNALS Page 44 of 83 1 e) The sensor data combiner shall communicate with the detection 2 processor using a single coax cable. Both video imaging and radar 3 data shall use the single coax cable. 4 f) The sensor data combiner shall also employ industry standard Wi-Fi 5 connectivity for remote sensor system setup using a mobile 6 programming device such as a netbook or tablet computer. Video 7 camera and radar sensor shall be able to be configured independently. 8 g) The sensor data signal shall be fully isolated from the mechanical 9 enclosure and power cabling 10 h) Cable terminations at the sensor data combiner shall not require 11 crimping tools. 12 i) The sensor data combiner shall be housed in a weather-tight sealed 13 enclosure conforming to IP-67 specifications. 14 6) Detector Processor(DP) 15 a) Each sensor input shall accept RS 170(NTSC) or CCIR(PAL) signals 16 from an external video source. The interface connector shall be BNC 17 type and shall be located on the front of the processing unit. The 18 sensor input shall have the capability to be terminated into 75-ohms or 19 high impedance(Hi-Z)using dip switches or software control from the 20 user menu. The sensor input shall also facilitate the data from the 21 radar sensor. 22 b) A LED indicator shall be provided to indicate the presence of the 23 sensor signal. The LED shall illuminate upon valid sensor 24 synchronization and turn off when the presence of a valid sensor signal 25 is removed. 26 c) One video output shall be provided. The video output shall be RS 170 27 or CCIR compliant and shall pass through the input video signal. 28 d) For multi-channel video input configurations, a momentary push- 29 button shall be provided on the front panel to cycle through each input 30 video channel. hn the absence of a valid sensor signal, the channel 31 shall be skipped and the next valid sensor signal shall be switched. 32 The real time video output shall have the capability to show text and 33 graphical overlays to aid in system setup. The overlays shall display 34 real-time actuation of detection zones upon vehicle detection or 35 presence. Overlays shall be able to be turned off by the user. Control 36 of the overlays and sensor switching shall also be provided through the 37 serial communications port. The video output interface connector shall 38 be positive locking BNC type. Friction type(e.g. RCA type) 39 connectors shall not be allowed. 40 e) A serial communications port shall be provided on the front panel. The 41 serial port shall compliant with EIA232 electrical interfaces and shall 42 use a DB9 type connector mounted on the front panel of the DP. The 43 serial communications interface shall allow the user to remotely 44 configure the system and/or to extract calculated vehicle/roadway 45 information. The interface protocol shall be documented or interface 46 software shall be provided. The interface protocol shall support multi- 47 drop or point-to-multipoint communications. Each MSDS shall have 48 the capability to be addressable. The DP shall support data rates of 49 1200 bps to 230,400 bps, inclusive. CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised February 2,2015 FQRTORTN, The Cities of Fort Worth and Dallas, Texas D Advanced Transportation Controller Specification City of Dallas Table of Contents SECTION 1-GENERAL SPECIFICATIONS.......................................................................................1 2070.1 Description............................................................................................................................1 2070.2 Interchangeability................................................................................................................. 1 r 2070.3 Compliance............................................................................................................................1 2070.4 Reference Standards and Specifcations................................................................................1 4 2070.5 Barcode.................................................................................................................................2 2070.6 Warrant 2 2070.7 Definitions.............................................................................................................................2 2070.8 Assemblies and Associated Modules....................................................................................3 2070.9 Documentation.....................................................................................................................4 2070.10 Packaging..........................................................................................................................5 2070.11 Delivery.............................................................................................................................5 2070.12 Measurement and Payment .............................................................................................5 2070.13 Metals ...............................................................................................................................5 2070.14 Aluminum..........................................................................................................................5 l2070.15 Stainless Steel ...................................................................................................................5 2070.16 Cold Rolled Steel ...............................................................................................................5 2070.17 Plating...............................................................................................................................5 2070.18 Mechanical Hardware.......................................................................................................5 2070.19 Electrical Isolation.............................................................................................................5 2070.20 Equipment Grounding.......................................................................................................6 2070.21 Daughter Boards...............................................................................................................6 COMPONENTS......................................................................................................................................6 2070.22 General..............................................................................................................................6 2070.23 Electronic Components.....................................................................................................6 2070.24 Capacitors..........................................................................................................................6 2070.25 Potentiometers.................................................................................................................6 2070.26 Resistors............................................................................................................................7 2070.27 Semiconductor Devices.....................................................................................................7 2070.28 Transformers and Inductors..............................................................................................7 2070.29 Triacs.................................................................................................................................7 2070.30 Circuit Breakers and Fuses Circuit Breakers......................................................................7 f 2070.31 Load Circuit Breaker Auxiliary Internal Switches..............................................................7 2070.32 Fuses..................................................................................................................................8 2070.33 Switches............................................................................................................................8 2070.34 Terminal Blocks.................................................................................................................8 2070.35 Wiring, Cabling, and Harnesses.........................................................................................8 2070.36 Indicators and Character Displays.....................................................................................9 t2070.37 Connectors........................................................................................................................9 2070.38 Surge Protection Device..................................................................................................10 MECHANICAL....................................................................................................................................10 2070.39 Assemblies ......................................................................................................................10 2070.40 Locking Devices 10 l 2070.41 PCB Design and Connectors............................................................................................10 2070.42 Model and Serial Numbers .............................................................................................10 i2070.43 Workmanship..................................................................................................................11 2070.44 Tolerances.......................................................................................................................11 February 2012 Page i The Cities x�Fw�Wo�h �d Tm�m Advanced Transportation Controller Specification- City ofDallas 2070.131 Poll Raw input Data.........................................................................................................34 2070.132 Poll Filtered Input Data ...................................................................................................3S 2870.133 Poll Input Transition Buffer.............................................................................................36 I070.134 Active Input.....................................................................................................................37 2070.135 The Block Number byte...................................................................................................37 2070.136 Set Outputs .....................................................................................................................37 2070.137 Configure Input Tracking Functions................................................................................3O 2070.138 Definitions are as follows:...............................................................................................38 2070.139 7lmestanop Value ............................................................................................................39 � 2070.140 Outputs Tracks Inputs.....................................................................................................39 2070.141 Number of Item...............................................................................................................39 I070.142 Configure Complex Output Functions.............................................................................39 2070.143 Configure Complex Outputs Bit Fields............................................................................40 I070.144 Controlling Input Signals.................................................................................................41 2078.145 Number uf Items.............................................................................................................41 2070.146 Configure Watchdog.......................................................................................................41 2070.147 Tlnneout Value.................................................................................................................42 2078.148 Watchdog Tlmeout Value ...............................................................................................42 2070.149 Controller Identification..................................................................................................42 2070.150 Module Identification .....................................................................................................42 SECTION V - TYPE 2070-31)FRONT PANEL ASSEMBLY...,'......-----------.-----...----'43 2070.151 GeneraL----------------------------------------..43 2070.152 Keyboards........................................................................................................................43 3070.153 Ethernet Port...................................................................................................................43 2078.154 FPA Layout.......................................................................................................................43 2070.155 CPU Active Indicator .......................................................................................................43 2070.156 Display Liquid Crystal Display(LCD)................................................................................43 2070.157 Characters and Angles of Liquid Crystal Display (LCD)....................................................43 2070.158 Backlight..........................................................................................................................43 2070.159 Cursor Display.................................................................................................................44 2070.160 FPA Controller.................................................................................................................44 2070.161 FPA RESET........................................................................................................................44 2070.162 Keypress..........................................................................................................................44 2070.163 Auto-Repeat....................................................................................................................44 2070.164 AUX..................................................................................................................................44 2070.165 Controller Circuitry..........................................................................................................44 2070.166 Character Overwrite........................................................................................................4S 2070.167 Auto-Wrap.......................................................................................................................4S 2070.168 Cursor Positioning...........................................................................................................45 2070.169 Blinking Characters .........................................................................................................4S 3070.170 Tab Stops.........................................................................................................................4S 2070.171 Auto-Scroll.......................................................................................................................4S 2070.172 Displayable Characters....................................................................................................46 2070.173 Display Back Light Illuminate ..........................................................................................46 � 2070.174 Command Codes.............................................................................................................46 2070.175 Controller Circuit.............................................................................................................46 2070.176 CS0 ENABLE FUNCTION...................................................................................................46 2070.177 Front Panel......................................................................................................................46 February 2012 Page iv FORT WORTH: o The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification CRy of Dallas SECTION VII-TYPE 2070-3D USB FRONT PANEL ASSEMBLY.................................................47 2070.178 General............................................................................................................................47 2070.179 Universal Serial Bus (USB)...............................................................................................47 2070.180 Alternate Front Panel Assembly Layout..........................................................................47 2070.181 1C-CPU USB.....................................................................................................................47 SECTION VIII TYPE 2070 4A POWER SUPPLY MODULE. 48 2070.182 Model 2070-4A Power Supply Module...........................................................................48 2070.183 On Off Power Switch 48 2070.184 Input Protection..............................................................................................................48 2070.185 +5VDC Standby Power....................................................................................................48 2070.186 Monitor Circuitry.............................................................................................................48 2070.187 ACFAIL/POWER DOWN ...................................................................................................48 2070.188 Monitor Circuitry Switch.................................................................................................48 2070.189 60 Hz Square Wave LINESYNC.........................................................................................48 2070.190 LINESYNC.........................................................................................................................49 2070.191 Line/Load Regulation ......................................................................................................49 2070.192 Efficiency.........................................................................................................................49 2070.193 Ripple and Noise .............................................................................................................49 2070.194 Voltage Overshoot..........................................................................................................49 2070.195 Overvoltage Protection...................................................................................................49 2070.196 Circuit Protection............................................................................................................49 2070.197 Inrush Current.................................................................................................................49 2070.198 Holdup Time....................................................................................................................49 2070.199 Remote Sense .................................................................................................................50 SECTION IX-UNIT CHASSIS TYPE 2070.........................................................................................51 2070.200 General............................................................................................................................51 2070.201 Serial Motherboard.........................................................................................................51 SECTION X-TYPE 2070 NEMA...........................................................................................................52 2070.202 ATC NEMA Standard Controller Units.............................................................................52 2070.203 N1C Unit Consisting.........................................................................................................52 2070.204 N2C Unit Consisting.........................................................................................................52 2070.205 Address............................................................................................................................52 FIELDI/O MODULE...........................................................................................................................52 2070.206 2070-2N Field 1/0 Module ..............................................................................................52 2070.207 Requirements Exceptions ...............................................................................................52 2070.208 Types...............................................................................................................................53 2070.209 Power..............................................................................................................................53 2070.210 Isolation...........................................................................................................................53 2070.211 FCU Output......................................................................................................................53 2070.212 Connectors A, C15S pin out and functions......................................................................53 2070.213 Serial Port 3.....................................................................................................................53 4AN POWER SUPPLY MODULE.....................................................................................................54 2070.214 4AN POWER SUPPLY MODULE........................................................................................54 MODEL 2070-8 FIELD I/O MODULE.............................................................................................54 2070.215 2070-9 Module................................................................................................................54 2070.216 Module Front Panel ........................................................................................................54 2070.217 Label................................................................................................................................54 2070.218 Module Power Supply.....................................................................................................54 2070.219 Incoming AC Power.........................................................................................................55 February 2012 Page v Th� ��� x�Fw�Wor� �d Dallas, Texas Advanced-��- Transportation Controller Specification Coy wDallas 2070]20 Module PC Boards...........................................................................................................SS 2070.221 PUVVERDOVVN, NRE3B[ and UNESYNC..........................................................................55 2070222 Requirements..................................................................................................................SS 2070223 EIA-232 Serial Port ..........................................................................................................SS 2070224 HAR2 Harness.................................................................................................................SS 2070.225 Fault and Voltage Monitor Circuitry ...............................................................................S5 2070.226 Figures.............................................................................................................................56 SECTION XI-TYPE%070 ------..'......,.,--------------.......57 2070.237 General Notes.................................................................................................................S7 2070.228 Type 2070'6A& QAaync/ Modem Serial Communication Modules..............................57 2070.229 Type 2O78'7AAuyno Serial Comm Module.....................................................................G8 SECTION XII—GLOSSARY '.~--__'----'-'..... ..,,..,-~,'-_'--_'-'..,...~~..~---_'—_.59 2070230 Terms and Abbreviations................................................................................................S9 APPENDIX A—ELECTRICAL ENVIRONMENTAL AND TESTING REQUIREMENTS'........63 Al ENV|OR0K4ENTAL AND TEST PROCEDURES........................................................................6] A2Inspection............................................................................................................................64 A3 Definitions of Design Acceptance Testing(DAT) and Production Testing. .........................64 A4 Environmental and Operating Requirements.....................................................................G4 AG TransiantsPovverService.--------------------------------..6S 46 Nondestructive Transient Immunity...................................................................................66 TEST FACILITIES-_-'--'-'-..~...,...-,__'-----'---.-'.....~~...-'_-'--_-----~...~~.-.66 AlTest Facilities.......................................................................................................................66 TEST PROCEDURE: TRANSIENTS, TEMPERATURE,VOLTAGE,AND HUMIDITY--...66 Al Test A: Placement in Environmental Chamber and Check-Out of Hook-Up.......................66 A2 Test 8:Transient Tests (Power Service)..............................................................................66 A3 TestC--Lovv'Temperatune Low-Voltage Tests....................................................................68 A4 Test D--Lnvv-Temperature High-Voltage Tests ----------------------69 A5 Test E--Hi8h'Temperature High-Voltage Tests..................................................................69 A6 Test F--Hi8h-Temperature Low-Voltage Tests...................................................................70 A7 Test G--Teot Termination...................................................................................................70 A8 Test H--Appraisa| of Equipment under Test -----------------------.7O A9Vibration Test......................................................................................................................71 A10Shock (|mpaMd Test.............................................................................................................7l All Power Interruption Tests....................................................................................................73 APPENDIX B—DETAILED DRAWINGS------..-.....~....,...--.---------.-.-~.........,..-.-.---75 February 2012 Page vi P The Cities of Fort Worth and Dallas, Texas - Advanced Transportation Controller Specification City of Dallas SPECIAL SPECIFICATION ADVANCED TRANSPORTATION CONTROLLER SECTION I - GENERAL SPECIFICATIONS 2070.1 Description. Furnish Type 2070 Advanced Transportation Controller (ATC) unit. The Advanced Transportation Controller (ATC) is a general purpose programmable controller that is intended for continuous unattended operation in harsh environments. This specification defines specific, interchangeable modules that are combined to form the Type 2070 ATC, capable of running control software that could be provided from a variety of providers. This specification lays out compositions for the Type 2070 ATC configurations to be used in the City. The Type 2070 ATC is designed such that all components are fully standardized and are therefore interchangeable. All furnished equipment shall be new and unused. Vacuum or gaseous tubes and electro- mechanical devices (unless specifically called out)shall not be used. 2070.2 Interchangeability All assemblies described in this specification and their respective associated devices shall electrically and mechanically inteimate and be compatible with each other. 2070.3 Compliance. The Supplier shall guarantee that the 2070 ATC Controller Unit facilitates application portability by abstracting application software from the ATC hardware thereby allowing application programs to operate on the 2070 ATC, regardless of software manufacturer. This will be accomplished thorough a layered software architecture and open source operating system as defined in 2070.78 of this specification. "Burn-in" each controller unit and provide a Quality Control report as described in this specification. The certification report shall be furnished by the manufacturer and attached to each controller unit. The report shall indicate the dates of the "burn-in" period, number of hours, and"burn-in"temperature, and other pertinent test information requested by the City. 2070.4 Reference Standards and Specifcations This specification incorporates the latest approved versions of the following standards by reference: • Advanced Transportation Controller (ATC) Standard Version 5.2b published jointly by the American Association of State Highways and Transportation Officials (AASHTO), the Institute on Transportation Engineers (ITE), and the National Electrical Manufacturers Association(NEMA),January 24,2006. • Transportation Electrical Equipment Specifications published by the State of California,Department of Transportation(CALTRANS),dated March 12,2009. • NEMA TS2-2003 v2.03— Traffic Controller Assemblies with NTCIP Requirements— Published by the National Electrical Manufacturers Association, 2003 When specifications defined in this specification differ from specifications in the above referenced documents,this specification shall prevail. February 2012 Page Al of 107 FORT WORM, The Cities of Fort Worth and Dallas, Texas 2J.) Advanced Transportation Controller Specification City of Dallas Any applicable update and/or revision approved and incorporated into these standards and specifications shall be automatically incorporated into the City's ATC Specification. 2070.5 Barcode Each Controller Unit shall have a unique barcode place on the front. The Barcode shall be .002"Premium polyester material or approved equal. The barcode shall be 1 ''/z"x 3/4". The adhesive shall be MC59 or approved equal. Temperature range shall be —40 degrees Fahrenheit to 250 degrees Fahrenheit. Barcode shall be Code 39. The shelf life is 12 months when stored at 72 degrees Fahrenheit and 50 percent relative humidity. The barcode for the controller unit shall be 4.7 CPI (low density). All barcodes are guaranteed to have no skips in sequence. All barcodes and numerals shall be subsurface printed and produce in black. 2070.6 Warranty The Vendor shall fully guarantee all items, equipment and materials provided under this contract. The duration of the warranty or guarantee shall be the standard of the industry, with a minimum period of 36 MONTHS from the date of shipment to the City. The Vendor shall mark each device with the date of shipment and "City of Fort Worth (or purchasing agency)." The warranty shall cover all Manufacturer's defects, including parts, labor, and shipping costs. Any item found not in accordance with this Specification will be rejected, and returned to Vendor at the Vendor's expense for immediate replacement. Repair: The Manufacturer shall perform warranty repair or replacement and return component within 30 calendar days after receiving equipment. Extension: Following warranty repair or replacement, the warranty period (for that item or module) shall be extended for an additional period of one(1)year. Vendor: If the equipment Vendor is other than the Manufacturer, then the Vendor shall be fully responsible for all warranties and requirements of this Specification. Vendor's Responsibility: The City will determine the supplier's responsibility for any controller unit assembly failure if failure occurs within the warranty period. The City will contact the supplier with instructions on the pickup and delivery of defective controller assembly component. The supplier shall be responsible for all shipping and related handling charges. 2070.7 Definitions. The Type 2070 Controller Housing defines a controller housing that is intended to fit an EIA 19 in. rack mounted form commonly found in the Type 332 and ITS family of cabinets. In addition, A NEMA base module is defined for those NEMA TS 1 and TS2 shelf mounted applications. • Engine Board. All computational functions are concentrated on an engine board within the ATC that meets requirements of CPU and RAM memory, FLASH memory storage, serial ports, Ethernet interface, standardized pin out interface, clock/calendar maintenance, and Board Support Package. • CPU Module. The CPU module consists of the main CPU, memory, software and interfaces to the remainder of the controller. The CPU module identified in this specification is the Type 2070-1C configuration and is intended to interface with the "engine board" specified by the ATC AASHTO/ITE/ NEMA v5.2b Standard and this specification. February 2012 Page A2 of 107 FORT WORTH:, The Cities of Fort Worth and Dallas,Texas®R Advanced Transportation Controller Specification City of Dallas • Field UO Module. The Field 1/0 Module provides a mechanism for input and output interfaces. There are two options for the Field 1/0 Module identified in this specification. The Type 2070-2A Modules is intended to provide a parallel I/O interface with the Type 332 family of cabinets using the CIS connector. The Type 2070-2B Module is intended to provide a serial 1/0 interface to the ITS cabinet family and the NEMA interface to TS 1 cabinets. The Type 2070-2N is for the NEMA TS2 Type 1 cabinets. • Front Panel Assembly Module. A controller Front Panel contains a keyboard display that comprises the user field interface. The Front Panel on the Type 2070 ATC Unit specified shall be the Type 2070-31) Front Panel. The 2070-3D Front Panel includes large character(16 lines of 40 characters each)Liquid Crystal Display(LCD). • Power Supply Module. The power supply module is used to convert 120 volt power to voltages required to operate the electronics inside the Type 2070 ATC controller unit. This power supply shall meet certain minimum electrical characteristics defined herein for its intended use. The power supply shall meet certain minimum electrical characteristics defined herein for its intended use. The Type 2070 4AN identifies the corresponding power supplies needed to support the NEMA TS1 and TS2 standards. This power supply has the Power-up and Power-down signals adjusted to meet NEMA specifications. • Communications Modules. This standard includes serial and modem communication modules. The modem communication module shall be a type 2070-613. The Type 2070-7A communication modules are for serial communications. • NEMA Interface. This standard includes requirements for an optional module to interface with the NEMA TS 1 and NEMA TS2 Type 1 cabinets. The Type 2070-8 NEMA Field 1/0 Module is an external module that attaches to the bottom of the 2070 and provides for the typical"A,"`B,"and"C"NEMA connectors. 2070.8 Assemblies and Associated Modules The 2070 ATC assemblies and associated modules to be provided include the following: (1)Type 2070-LC Controller Unit(Type 332 Family of Cabinets) • Type 2070-IC CPU Module • Type 2070-2A Field I/O Module • Type 2070-31)Front Panel Assembly • Type 2070-4A Power Supply • Type 2070-613 Internal Modems(Optional) • Type 2070-7A Serial MA Module(Optional) (2)Type 2070-LCS Controller Unit(ITS Cabinets) • Type 2070-1C CPU Module) • Type 2070-213 Field I/O Module • Type 2070-31)Front Panel Assembly • Type 2070 4A Power Supply • Type 2070-613 Internal Modem(Optional) • Type 2070-7A Serial MA Module(Optional) (3)Type 2070-NlC Controller Unit • Type 2070-1C CPU Module • Type 2070-213 Field 1/0 Module • Type 2070-3D Front Panel Assembly • Type 2070 4AN Power Supply Module • Type 2070-7A Serial MA Module(Optional) • Type 2070-8 NEMA Module February 2012 Page A3 of 107 FORT ORTH«, 4" The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas 2070.20 Equipment Grounding Equipment grounding practices specified in the NEMA TS2 Standard shall be followed. In particular, all external metallic surfaces such as faceplates, chassis, and connector housing shall be connected to the equipment ground signal input of the power supply. 2070.21 Daughter Boards Keyboards and LCD/LED Displays are considered daughter boards. Daughter boards shall be mechanically secured with a minimum of four spacers/metal screws. Connectors shall be either Flat Cable or PCB Headers. Components are to be mounted under the daughter board. COMPONENTS 2070.22 General All components shall be of such design, fabrication, nomenclature or other identification as to be purchased from a wholesale distributor or from the component manufacturer. When a component is of such special design that it precludes the purchase of identical components from any wholesale distributor or component manufacturer, one spare duplicate component shall be furnished with each 20, or fi-action thereof, components used. The electronic circuit design shall be such that all components of the same generic type, regardless of manufacturer, shall function equally in accordance with the specifications. 2070.23 Electronic Components No device to be socket mounted unless specifically called out. No component to be operated above 80% of its maximum rated voltage, current or power ratings. Digital components shall not be operated above 3% over their nominal voltage, current or power ratings. No component to be provided where the manufactured date is three years older than the contract award date. The design life of all components, operating for twenty-four hours a day and operating in their circuit application, shall be ten years or longer. Components shall be arranged so they are easily accessible, replaceable and identifiable for testing and maintenance. Where damage by shock or vibration exists, a clamp, fastener, retainer, or hold-down bracket shall support the component mechanically. The Manufacturer shall submit detailed engineering technical data on all components at the request of the Department. The Manufacturer shall certify that the component application meets the requirements of this standard. 2070.24 Capacitors The DC and AC voltage ratings as well as the dissipation factor of a capacitor shall exceed the worst-case design parameters of the circuitry by 150% except for supercaps. Supercaps are capacitors rated less than 10 working volts DC with capacitance values greater than or equal to LOF. Supercaps shall be required to meet only their stated ratings. Capacitor encasements shall be resistant to cracking, peeling and discoloration. All capacitors shall be insulated and shall be marked with their capacitance values and working voltages. Electrolytic capacitors shall not be used for capacitance values of less than 1.0 µF and shall be marked with polarity. 2070.25 Potentiometers Potentiometers with ratings from 1 to 2 watts shall meet Military Type RV4 requirements. Under 1 Watt potentiometers shall be used only for trimmer type function. The February 2012 Page A6 of 107 FART WORTH; OF The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification ciy°`Dallas potentiometer power rating shall be at least 100% greater than the maximum power requirements of the circuit. 2070.26 Resistors Fixed carbon film, deposited carbon, or composition-insulated resistors shall conform to the performance requirements of Military Specifications MIL-R-1117 or MIL-R-22684. All resistors shall be insulated and be marked with their resistance values. Resistance values shall be indicated by the EIA color codes, or stamped value. The value of the resistors shall not vary by more than 5% between-37 degrees C and 74 degrees C. Special ventilation or heat sinking shall be provided for all 2- watt or greater resistors. They shall be insulated from the PCB. 2070.27 Semiconductor Devices All transistors, integrated circuits, and diodes shall be a standard type listed by EIA and clearly identifiable. All metal oxide semiconductor components shall contain circuitry to protect their inputs and outputs against damage due to high static voltages or electrical fields. Device pin "1" locations shall be properly marked on the PCB adjacent to the pin. 1 2070.28 Transformers and Inductors All power transformers and inductors shall have the manufacturer's name or logo and part number clearly and legibly printed on the case or lamination. All transformers and inductors y shall have their windings insulated, be protected to exclude moisture, and their leads color coded with an approved EIA color code or identified in a manner to facilitate proper installation. 2070.29 Triacs Each triac with a designed circuit load of greater than 0.5 Amperes at 120 VAC shall be 1, mounted to a heat sink with thermal conductive compound or material, in addition to being mechanically secured. 1 2070.30 Circuit Breakers and Fuses Circuit Breakers Circuit Breakers and Fuses Circuit breakers shall be listed by UL or ETL. The trip and frame sizes shall be plainly marked (marked on the breaker by the manufacturer), and the ampere rating visible from the front of the breaker. Contacts shall be silver alloy and enclosed in an arc-quenching chamber. An ambient air temperature range of from -18 degrees C to 50 degrees C shall not influence overload tripping. The minimum Interrupting Capacity shall be 5,000 amperes, RMS when the breaker is secondary to a UL approved fuse i or primary circuit breaker and both breakers in concert provide the rated capacity. For circuit breakers 80 amperes and above, the minimum interrupting capacity shall be 10,000 amperes, RMS. Circuit breakers shall be the trip-free type with medium trip delay d characteristic (Carling switch Time Delay Curve#24 or equal). 2070.31 Load Circuit Breaker Auxiliary Internal Switches The Load Circuit Breakers used to power Switch Packs shall have auxiliary switches. The auxiliary switches shall "open" when the load breaker has tripped and the system will transfer the power from the Main Contactor to the Flash or Blank condition. February 2012 Page A7 of 107 FORT O TH, The Cities of Fort Worth and Dallas, Texas DDo,,- Advanced Transportation Controller Specification City Of Dallas 2070.32 Fuses All Fuses that are resident in a bayonet style fuse holder shall have the fuse size rating labeled on the holder or on the panel adjacent to the holder. Fuses shall be easily accessible and removable without use of tools. 2070.33 Switches Dual-inline-package (DIP). DIP quick snap switches shall be rated for a minimum of 30,000 operations per position at 50 mA, 30 VDC. The switch contact resistance shall be 100 milliohms maximum at 2 mA, 30 VDC. The contacts shall be gold over brass. Logic Switches. The switch contacts shall be rated for a minimum of 1-ampere resistive load at 120 VAC and shall be silver over brass (or equal). The switch shall be rated for a minimum of 40,000 operations. Power Switches. The switch contacts shall be rated for a minimum of 5 amperes resistive load at 120 VAC or 28 VDC and be silver over brass (or equal). The switch shall be rated for a minimum of 40,000 operations. Power. Ratings shall be the same as CONTROL, except the contact rating shall be a minimum of 10 amperes at 125 VAC. 2070.34 Terminal Blocks The terminal blocks shall be barrier type, rated at20amperes and 600 VAC RMS miniinum. The terminal screws shall be 0.3125 in. minimum length nickel-plated brass binder head type with screw inserts of the same material. Screw size is called out under the associated file, panel or assembly. Screw Lug and Cam Driven Connectors. Provided the connectors mate, screw lug cam driven devices or crimp pin connectors shall be allowable if the interface is part of a harness. For field termination, screw lug and cam driven assemblies are interchangeable for field wiring termination, provided they both accommodate 22-gauge wire on the inputs and 22- gauge wire on the outputs. 2070.35 Wiring, Cabling, and Harnesses Wiring, Cabling and Harnesses shall be neat, firm and properly bundled with external protection. They shall be tie-wrapped and routed to minimize crosstalk and electrical interference. Each harness shall be of adequate length to allow any conductor to be connected properly to its associated connector or termination point. Conductors within an encased harness have no color requirements. Printed circuit motherboards are to be used where possible to eliminate or reduce cabinet wiring. Wiring containing AC shall be bundled separately or shielded separately from all DC logic voltage control circuits. Wiring shall be routed to prevent conductors from being in contact with metal edges. Wiring shall be arranged so that any removable assembly may be removed without disturbing conductors not associated with that assembly. All conductors, except those that can be readily traced, shall be labeled. Labels attached to each end of the conductor shall identify the destination of the other end of the conductor. All conductors shall conform to MIL-W-16878E/1 or better and have a minimum of 19 strands of copper. The insulation shall be polyvinyl chloride with a minimum thickness of 10 February 2012 Page A8 of 107 FORT WORTH:, The Cities of Fort Worth and Dallas, Texas B.) Advanced Transportation Controller Specification City Of Dallas mils or greater. Where insulation thickness is 15 mils or less, the conductor shall conform to MIL-W-16878/17. Conductor color identification shall be as follows: • AC- circuits—white • Equip. Ground- solid green or continuous green color with 1 or more yellow stripes • DC logic ground-continuous white with a red stripe • AC+circuits-continuous black or black with colored stripe • DC logic ungrounded or signal-any color not specified 2070.36 Indicators and Character Displays All indicators and character displays shall be readily visible at a radius of up to 4 feet within the cone of visibility when the indicator is subjected to 97,000 lux (9,000 foot-candles) of white light with the light source at 45 degrees(+/-2 degrees)to the front panel. All indicators and character displays shall have a minimum 90 degrees cone of visibility with its axis perpendicular to the panel on which the indicator is mounted. All indicators shall be self-luminous. All indicators shall have a rated life of 100,000 hours minimum. Each LED indicator shall be white or clear when off. Indicators supplied on equipment requiring handles shall be mounted such that a horizontal clearance is provided. Liquid Crystal Displays (LCD) shall be readable at temperatures of-20 degrees C to+70 degrees C. All controller unit functions are required to operate at temperatures of—37 degrees C to +74 degrees C. 2070.37 Connectors Connectors shall be keyed to prevent improper insertion of the wrong connector where equipment damage or operator injury may result. The mating connectors shall be designated as the connector number and male/female relationship, such as C1P (plug or PCB edge connector)and CIS (socket). Type T. Type T connector shall be a single row, 10 position, feed through terminal block. The terminal block shall be a barrier type with 6-32, 0.25 in. or longer, nickel plated brass binder head screws. Each terminal shall be permanently identified as to its function. Plastic Circular and Type M Connectors. Pin and socket contacts for connectors shall be beryllium copper construction subplated with 1.27 microns nickel and plated with 0.76 microns gold. Pin diameter shall be 0.0618 in. All pin and socket connectors shall use the AMP #601105-1 or #91002-1 contact insertion tool and the AMP #305183 contact extraction tool or equal. Card Edge and Two Piece PCB. Edge connectors shall have bifurcated gold-plated contacts. The PCB receptacle connector shall meet or exceed the following: • Operating Voltage: 600 VAC (RMS) • Current Rating: 5.0 Amperes • Insulation Material: Diallyl Phthalate or Thermoplastic • Insulation Resistance: 5,000 Megohms Contact • Material: Copper alloy plated with 0.00005 in. of nickel and 0.000015 in. of gold • Contact Resistance: 0.006 Ohm maximum The two-piece PCB connector shall meet or exceed the DIN 41612. The PCB 22/44 Connector shall have 22 independent contacts per side; dual sided with 0.156 in. contact centers. February 2012 Page A9 of 107 FORT 4RTU, �-- The Cities of Fort Worth and Dallas, Texas DER Advanced Transportation Controller Specification City of Dallas Wire Terminal. Each wire terminal shall be solderless with PVC insulation and a heavy- duty short -locking spade type connector. Crimp terminal connectors using a Controlled- Cycle type crimping tool. Flat Cable. Each flat cable connector shall be designed for use with 26 AWG cable; have dual cantilevered phosphor bronze contacts plated with 0.00015 inn. of gold over 0.00005 inn. of nickel; and have a current rating of 1 Ampere minimum and an insulation resistance of 5 Megohms minimum. PCB Header Post. Each PCB header post shall be 0.025 in. square by 0.3425 in. high from the plane of the PCB to the end of the pin; be mounted on 0.10 in. centers; and be tempered hard brass plated with 0.000 15 in. of gold over 0.00005 inn. of nickel. PCB Header Socket. Each PCB header socket block shall be nylon or diallyl phthalate. Each PCB header socket contact shall be removable, but crimp-connected to its conductor. List the part number of the extraction tool recommended by its manufacturer. Each PCB header socket contact shall be brass or phosphor bronze plated with 0.0015 in. of gold over 0.00005 in. of nickel. 2070.38 Surge Protection Device The surge suppression device shall comply with ANSIJEEE C62.41 (100 Kilohertz Ring Wave, the 1.2/50 microseconds — 8/20 Combination Wave and the EFT Burst) at voltages and currents specified at "Location Category 132" and at "Test Severity" level III (i.e. up to 4.0 Kilovolts, open-circuit). MECHANICAL 2070.39 Assemblies All assemblies shall be modular, easily replaceable and incorporate plug-in capability for their associated devices or PCBs. Assemblies shall be provided with two guides for each plug-in PCB or associated device (except relays). The guides shall extend to within 0.75 in. from the face of either the socket or connector and front edge of the assembly. If Nylon guides are used, attach the guides securely to the file or assembly chassis. 2070.40 Locking Devices All screw type fasteners shall utilize locking devices or locking compounds except finger screws,which are captive. 2070.41 PCB Design and Connectors No components, traces, brackets or obstructions are to be within 0.125 in. of the board edge (guide edges). The manufacturer's name or logo, model number, serial number, and circuit issue or revision number shall appear and be readily visible on all PCBs. 2070.42 Model and Serial Numbers The manufacturer's model number and circuit issue or revision number shall appear on the rear panel of all equipment supplied (where such panel exists). In addition to any assignment of model numbers by the manufacturer, the TYPE number shall be displayed on the front panel in bold type, at least 0.25 in. high. A permanent label shall be affixed to the inside near and center floor of the Type 2070 unit chassis when viewed from the front. The label shall display the unit's serial number and be permanent and easy to read. February 2012 Page AIO of 107 FORT WORTH., The Cities of Fort Worth and Dallas DOR Advanced Transportation Controller Specification City of Dallas 2070.43 Workmanship Workmanship shall conform to the requirements of this specification and be in accordance with the highest industry standards. 2070.44 Tolerances The following tolerances shall apply, except as specifically shown on the plans or in these specifications: Sheet Metal +/-0.0525 in. PCB +0 in., - 0.010 in. Edge Guides +1-0.015 in. *Note: These dimensional tolerances do not apply to material gauge or thickness. ENGINEERING 2070.45 Human Engineering Equipment. The equipment shall be engineered for simplicity, ease of operation and maintenance. Knobs. Knobs shall be a minimum of 0.5 in. in diameter and a minimum separation of 0.5 in. edge to edge. PCBs. PCBs shall slide smoothly in their guides while being inserted into or removed from the frame and fit snugly into the plug-in PCB connectors. PCBs shall require a force no less than 5 pounds-force or greater than 50 pounds-force for insertion or removal. 2070.46 Design Engineering The design shall be inherently temperature compensated to prevent abnormal operation. The circuit design shall include such compensation as is necessary to overcome adverse effects due to temperature in the specified environmental range. The design shall take into consideration the protection of personnel from all dangerous voltages. 2070.47 Generated Noise No item, component or subassembly is to emit an audible noise level exceeding the peak level of 55 dBa when measured at a distance of one meter away from its surface, except as otherwise noted. No item, component or subassembly is to emit a noise level sufficient to interfere with processing and communication functions of the controller circuits. PRINTED CIRCUIT BOARDS 2070.48 Design,Fabrication and Mounting. Contacts of PCBs. All contacts on PCBs shall be plated with a minimum thickness of 0.00003 in. gold over a minimum thickness of 0.000075 in. nickel. PCB Design. PCB design shall be such that when a component is removed and replaced, no damage is done to the board, other components, conductive traces or tracks. Fabrication. Fabrication of PCBs shall be in compliance with Military Specification MIL- P-13949, except as follows: • Copper Tracks - NEMA FR-4 glass cloth base epoxy resin copper clad laminates 0.0625 in. minimum thickness shall be used. Inter-component wiring shall be by February 2012 Page All of 107 FORT ORTU:, 0-The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification U y of Dallas laminated copper clad track having a minimum weight of 2.0 ounces per square foot with adequate cross section for current to be carried. All copper tracks shall be plated or soldered to provide complete coverage of all exposed copper tracks. Jumper wires to external PCB components shall be from plated-through padded holes and as short as possible. • Pits, Dents, Bows and Twists. All PCBs shall conform to Section 3.3 of Military Specification MIL-P-13949G Grade of Pits and Dents and be of Grade B quality (3.5.1.3) or better. The class of permissible bow or twist shall be Class C (Table V) or better. The class of permissible warp or twist shall be Class A(Table H)or better. NOTE: Omit Sections 4.2 through 6.6 of Military Specification MIL-P-13949G (inclusive) except as referenced in previous sections of this specification. Mounting. The mounting of parts and assemblies on the PCB shall conform to Military Specification MIL-STD-275E, except as follows: • Semiconductor Devices. Semiconductor devices that dissipate more than 250 milliwatts or cause a temperature rise of 10 degrees C or more shall be mounted with spacers,transipads or heat sinks to prevent contact with the PCB. • Residual Flux. When completed,remove all residual flux from the PCB. • Resistence. The resistance between any two isolated, independent conductor paths shall be at least 100 Megohms when a 500 VDC potential is applied. • Coating. All PCBs shall be coated with a moisture resistant coating. • Lateral Separation. Where less than 0.25 in. lateral separation is provided between the PCB (or the components of a PCB) and any metal surface, a 0.0625 in. (+/- 0.0005 in.) Thick Mylar (polyester) plastic cover shall be provided on the metal to protect the PCB. Connector Edges. Each PCB connector edge shall be chamfered at 30 degrees from board side planes. The key slots shall also be chamfered so that the connector keys are not extracted upon removal of board or jammed upon insertion. The key slots shall be 0.045 in. (+/-0.005 in.)for 0.1 in. spacing and 0.055 in. (+/-0.005 in.)for 0.156 in. spacing. 2070.49 Soldering Hand Soldering. Hand soldering shall comply with Military Specification MIL-STD-2000. Automatic Flow Soldering. Automatic flow soldering shall be a constant speed conveyor system with the conveyor speed set at optimum to minimize solder peaks or points. Temperature shall be controlled to within +/- 8 degrees C of the optimum temperature. The soldering process shall result in the complete coverage of all copper runs, joints and terminals with solder except that which is covered by an electroplating process. Wherever clinching is not used, provide a method of holding the components in the proper position for the flow process. Time-Temperature. If exposure to the temperature bath is of such a tune-temperature duration, as to come within 80% of any component's maximum specified time-temperature exposure, that component shall be hand soldered to the PCB after the flow process has been completed. 2070.50 Definitions Definitions for the purpose of this section on PCBs shall be taken from MIL-P-551101 Section 3.3 and any current addendum. February 2012 Page Al2 of 107 FORT WORTHY, The Cities of Fort Worth and Dallas, Texas -Bx Advanced Transportation Controller Specification City of Dallas QUALITY CONTROL 2070.51 General Material in this section is considered a supplement to that provided in Appendix A. In the case of apparent inconsistencies, the material in Appendix A of this specification shall prevail. 2070.52 Manufacturers' Quality Control and Testing Certification A compliant test report that is part of the quality control procedure shall be supplied with each delivered unit. Along with pass fail information this report shall include the quality control procedure, test report format and the name of the tester. It should be counter-signed by a corporate officer. • The quality control procedure shall include the following: • Design acceptance testing of all supplied components • Physical and functional testing of controller units • Environmental testing report(s)and final acceptance • Acceptance testing of all supplied components • Physical and functional testing of all modules and items • Verification of a minimum burn-in of all equipment 2070.53 Components. All components shall be lot sampled to assure a consistent high conformance standard to the design specification of the equipment. 2070.54 Subassembly,Unit or Module Complete electrical, environmental and timing compliance testing shall be performed on each module, unit, printed circuit or subassembly. Components will be tested as a complete controller assembly. Housing, chassis, and connection terminals shall be inspected for mechanical sturdiness, and harnessing to sockets to be electrically tested for proper wiring sequence. The equipment shall be visually and physically inspected to assure proper placement, mounting, and compatibility of subassemblies. 2070.55 Pre-delivery Repair Any defects or deficiencies found by the inspection system involving mechanical structure or wiring shall be returned through the manufacturing process or special repair process for correction. PCB flow soldering is allowed a second time if copper runs and joints are not satisfactorily coated on the first run. Do not flow solder a PCB more than twice. Hand soldering is allowed for printed circuit repair. 2070.56 Electrical,Environmental and Testing Requirements Electrical, Environmental and Testing Requirements are provided in Appendix A of this Specification. February 2012 Page A13 of 107 The Cities wf Fart Worth and Dallas, Texas DD Advanced Transportation Controller Specification City of Dallas SECTION 11 _ TYPE 2070 ATK` CONTROLLER UNIT 2070'57 Controller Unit The Controller Unit is composed of the Type 2070 Unit CHASSIS, modules, and assemblies per their version. 2870'58 Unit Version Configuration The Type 2O7O Controller Unit Version defiuoothe module composition tobo delivered uo foUuvvo: MODEL 2870 CONTROLLER CONFIGURATIONS 2070 Unit Chassis IC Type 2070-IC CPU Module 2A Type 2070-2A Field 1/0 Module 2B I Type 2070-213 Field 1/0 Module 2N Type 2070 -2N Field 1/0 Module 3 Type 2070-3D Front Panel Assy. 4B Type 20704A Power Supply 4AN Type 20704AN Power Supply 8 Type 2070-8 NEMA Module 6B Type 2070—613 Comm. Module opt opt I opt opt 7A Type 2070-7A Comm. Module opt opt I opt opt Notes: 1)2070 LC ondLC8 are the same units using the |C CPU Module with u2AKI8 and 2B conmooioudou inAor600 to drive the Type 332 and Serial ou6inmm` respectively. 2)2070Nvcxoinna includes the |C CPU Module. The communications and option modules/assemblies must be oulloJ out uopsoa1eh/ from the unit vozaiuu. The 2N Field 1/0 module is designed to replace the 2070-8 NEK&A8omo and use the TS2 serial interface. The 207ON versions are described in SECTION X- TYPE 2070 NEI&&A. 2070'09 Communication and Option Modules The communications and op<iou000du|om/uaoucuhUea must be called out separately from the unit version. 2070'60 Operating System & Board Support Package Requirements The /\TC abuU use u Linux operating myotozo (CVS) and abul| include atuudond POSD{ )U`zodea for application support including real-time extensions ofpOSD{ 1003.1b. To facilitate application level uucosu to the /\TC hardware, uBomod Support Package (8SP) shall bu provided for access tohardware-specific drivers. February 2012 Page A84of107 FORT WORTH 0 The Cities of Fort Worth and Dallas,Texas Advanced Transportation Controller Specification C'`y of Dallas After boot-up the ATC Linux O/S shall make available to applications, access to the low level drivers (block, character and network) provided by the kernel (subject to current open source requirements)or through kernel modules. 2070.61 Chassis The CHASSIS Top and Bottom, Internal Structure Supports, Back Plane Mounting Surface, Module Plates, Power Supply Enclosure, and Front Panel shall be made of 63-gauge in inii num aluminum sheet. The CHASSIS Side panels shall be 0.090 inches minimum sheet. 2070.62 Power Fail and Power Restoration Operation It is noted that the Power Failure Power Restoration operations of this unit are specific to the requirements of the user. All associated modules are to comply with said operations. 2070.63 Power Limitations 2070 UNIT module/assembly power limitations are as follows: +SVDC +12VDC +12VDC -12 VDC T es ISO ser ser 2070-1C CPU 2.OA 250Ma 2070-2A FI/O 250 mA 750 mA ----- ----- 2070-213 FI/O 250 mA 500 mA ----- ----- 2070-3D FPA 500 mA ----- 50 mA 50 mA 2070-6 All Comm. 900 mA ----- 300 mA 300 mA 2070-7 All Comm. 250 mA ----- 50 mA 50 mA 2070.64 EIA-485 Communications Circuitry All circuitry associated with the EIA-485 Communications links shall be capable of reliably passing a minimum of 1.0 megabits per second. 2070.65 EIA-485 Line Drivers/Receivers The EIA-485 Line Drivers/Receivers shall be socket mounted or surface mounted and shall not draw more than 35 mA in active state and 20 mA in inactive state. A 100-Ohm Termination Resistor shall be provided across each Differential Line Receiver Input. The Motherboard's control signals (e.g., SPI-RTS) shall be active, or asserted, when the positive terminal (e.g., SPI-RTS+) is a lower voltage than its corresponding negative terminal (e.g., SP1-RTS-). A control signal is inactive when its positive terminal voltage is higher than its negative terminal. Receive and transmit data signals shall be read as a "1" when the positive terminal's (e.g., SPI-TXD+) voltage is higher than its corresponding negative terminal (e.g., SP1-TXD-). A data value is "0" when its positive terminal's (e.g., SPI-TXD+) voltage is lower than its negative terminal(e.g., SP1-TXD-). 2070.66 Sockets Sockets for devices (called out to be socket mounted) shall be "xx" pin AUGAT 500/800 series AGIODPC or equal. February 2012 Page A15 of 107 FORT WORM, The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas 2070.76 Universal Serial Bus (USB) Except as noted in SECTION VII - TYPE 2070-31) USB FRONT PANEL ASSEMBLY, the TYPE 2070-IC CPU module shall include a USB port compliant to the AASHTO/ITE/NEMA ATC Standard, with exceptions that the USB shall conform to appropriate sections of the USB v3.0 specification for both hardware and software operations. USB shall be brought out from the Engine Board to a USB Connector mounted on the 2070-IC front panel. The USB Mass Storage device shall use the FAT file system as configured in the latest approved version of Annex A — Minimum Linux Kernel Configuration of the ATC AASHTO/ITE/NEMA Standard. 2070.77 Host Module Identification The TYPE 2070-1C CPU module shall use a Host Module that provides the mechanical and electrical interfaces to the Engine Board and Mother Board. The TYPE 2070-IC CPU module shall implement the host module identification using the Engine Board SPI serial port, compliant to the latest approved version of the AASHTO/ITE/NEMA ATC Standard. 2070.78 ATC Controller Board Support Package(BSP) The BSP supplied by the manufacturer shall provide operating-system-level support for engine board. The ATC shall use a Linux operating system (O/S) and shall include standard POSIX libraries for application support including real-time extensions of POSIX 1003.1b. To facilitate application level access to the ATC hardware, a Board Support Package (BSP) shall be provided for access to hardware-specific,drivers. After boot-up the ATC Linux O/S shall make available to applications, access to the low level drivers (block, character and network) provided by the kernel (subject to current open source requirements) or through kernel modules. The BSP supplied by a manufacturer shall include the following components: 1) A Linux compatible kernel that shall be configured to include, at minimum, the features specified in the latest approved version of Annex A — Minimum Linux Kernel Configuration of the ATC AASHTO/ITE/NEMA Standard. 2) Drivers that support all functionality defined by Section 5.3 of the ATC AASHTO/ITE/NEMA Standard (and Section III and W of this specification), On-Board Resources; and Section 5.4.3 (and paragraph 2070.69 of this specification), Serial Interface Ports, of the ATC AASHTO/ITE/NEMA Standard, and be capable of operating in an interrupt driven environment where appropriate. Drivers for the following engine board hardware are required: Function Character Block Network Interrupt /dev/spI Asynchronous Port X X /dev/sp Is Synchronous Port X X /dev/sp2 Asynchronous Port X X /dev/sp2s Synchronous Port X X /dev/sp3 Asynchronous Port X X /dev/sp3s Synchronous Port X X /dev/sp4 Asynchronous Port(Note 1) X X /dev/sp5s Synchronous Port X X /dev/sp6 Asynchronous Port X X /dev/sp8 Asynchronous Port X X February 2012 Page A18 of 107 FORT WORTH:, The Cities of Fort Worth and Dallas Texas Advanced Transportation Controller Specification City of Dallas Function Character Block Network Interrupt /dev/sp8s Synchronous Port X X Ethernet 1 X X Ethernet 2 X X USB X X SPI X X CPU Reset X CPU Active LED X Power Down X X RTC X Datakey Present X X Flash File System X X SRAM File System X Notes: A Linux console shall be provided on /dev/tty4 (/dev/console) at boot-up. All terminal outputs during boot time shall be made to that interface. All inputs are made via a terminal program to that interface. This interface is the default stdin / stdout of Linux. The communication parameters are initially 38400 baud, n, 8, 1. The same communication parameters shall be used by the boot-loader in order to ensure a continuous output to the serial terminal / console. After booting and all applications are loaded, /dev/tty4 shall be available to applications as /dev/sp4 unless the single-user mode Linux feature has been invoked via Ctrl-C during the boot process before control is passed to any application programs. See the latest approved version of Annex B—Required Device Driver Interfaces of the ATC AASHTO/ITE/NEMA Standard for BSP-specified driver interface details. 3) Utility applications, modules, libraries and supporting data which include, but are not limited to,the following: Package Version* Programs Remarks Busybox I.00p8 [, addgroup, adduser, adjtimex, ar, UNIX shell and commands ash, basename, busybox, cat, collection chgrp, chmod, chown, chroot, http://www.busybox.net/ clear, cmp, cp, crond, erontab, cut, date, dd, delgroup, deluser, df, dimame, dmesg, dos2unix, du, echo, egrep, env, expr, false, fgrep, find, freeramdisk, getty, grep, gunzip, gzip, halt, head, hexdump, hostid, hostname, hwclock, id, ifconfig, ifdown, ifup, inetd, init, insmod, install, kill, killall, klogd, last, In, logger, login, logname, logread, Is, lsmod, makedevs, md5sum, mesg, mkdir, mkfifo, mknod, mktemp, modprobe, more, mount, mv, netstat, nslookup, passwd, patch, pidof, ping, pivot root, printf, ps, wd, rdate, reboot, renice, reset, February 2012 Page A19 of 107 FORT WORTHx The Cities of Fort Worth and Dallas,Texas DER Advanced Transportation Controller Specification City of Dallas SP8_CTS: Clear To Send(I) SP8_CD: Carrier Detect(I) SP8_TXC_INT: Transmit Clock Internal(0) SP8 RXC EXT: Receive Clock External(I) 2070.91 Serial Peripheral Interface Port The engine board shall provide a synchronous Serial Peripheral Interface Port. All SPI interface pins shall be at HCT logic-levels. Input pins are indicated by (I), output pins by (0). The implementation of SPI SEL_1 is required to support DataKey operations. The implementation of SPI_SEL_2 is required to support a host module serial EEPROM device containing controller configuration information. The content and organization of the information will be described in the BSP. This EEPROM device shall have the following characteristics: • Function in a manner similar to a 25020-type(2K-bit) SPI EEPROM device • Have a minimum size of 2 Kbit organized as 256 words of 8 bits each • Provide 5V interface signals • Operate properly with up to a 2.0 MHz SPI clock • Utilize SPI Mode 0(CPOL=O, CPHA=O) • Be write-protected(using *WP pin)whenever POWERUP is LOW • Be readable from application software during normal ATC operation • Support the following instruction set: Instruction Description Instruction Format WREN Write Enable 0000 X110 WRDI Write Disable 0000 X100 RDSR Read Status Register 0000 X101 WRSR Write Status Register 0000 X001 READ Read froo�aMemory 0000 A8011 WRITE 1 Write to Memory Array 0000 A8010 Note: A8 represents MSB address bit Ag SPI_SEL_3 is currently unimplemented and is reserved for future SPI-related expansion. SPI SEL 4 is manufacturer specific. 2070.92 Serial Peripheral Interface.(SPI) Principal Usage: DataKey/serial EEPROM interface Operating Modes: SYNC Synchronous Rates(bps):(application-specific) Interface Pins: SPI_MOSL• Master-Out-Slave-In(0) SPI_MISO: Master-In-Slave-Out(I) SPI_CLK: Clock(0) SPI_SEL_I: Select 1 (0) SPI_SEL_2: Select 2 (0) SPI_SEL_3: Select 3 (0) SPI_SEL_4: Select 4(0) February 2012 Page A24 of 107 FORT WORTH`` The Cities of Fort Worth and Dallas Texas y Advanced Transportation Controller Specification City of Dallas 2070.93 Data Key Provide a DATAKEY KeyceptacleT"' (KC4210, KC4210PCB or equal) shall be mounted on the CPU module front panel. Power shall not be applied to the receptacle if the key is not present. The Manufacturer shall supply a 3.3 Volt, 8-Mb Memory Size Datakey (SFK8Mb or equal) with each MODEL 1C CPU module. The Datakey shall be temperature rated for--40°C to +85°C (-40°F to 185°F) operation, be blue in color, and shall be initialized to the format and default values defined below. External capability to program the CPU Datakey shall be provided by the Manufacturer. When programmed,the memory on the key of header shall be organized as follows: Bytes Description Default Values 16 bit Frame Check Sequence(FCS) 1-2 calculated as defined in clause 4.6.2 of ISO/IEC 3309. This FCS is calculated across bytes 3-64 3 Key Type See table below 4 Header Version 2 5-8 Latitude 0.0 9-12 Longitude 0.0 13-14 Controller ID OxFFFF 15-16 Communication drop number OxFFFF 17-20 IP Address 10.20.70.51 21-24 Subnet Mask 255.255.255.0 25-28 Default Gateway 10.20.70.254 29 Startup Override OxFF 30-64 Reserved for Agency use All bytes set to OxFF 65 to End User Data All bytes set to OxFF When programmed, Byte 3 of the header must contain the Key Type value as defined in the following table: Key Type Model No. Memory Size Sector Size Part Number 1 DK1000 1 KiloByte 2 Byte 611-0006-002A 2 LCK16000 16 KiloBytes 2 Byte 611-0070-008A 3 SFK2Mb 2 megabytes 64 KiloBytes 611-0089-004A 4 SFK4Mb 4 megabytes 64 KiloBytes 611-0104-002A 5 SFK8Mb 8 megabytes 64 KiloBytes 611-0132-006A 6 SFK32MB 32 megabytes 64 KiloBytes 611-0164-005A The data format in the CPU Datakey header for the Latitude and Longitude fields shall comply with IEEE/ANSI 754-1985 STD. All the other fields follow a Big Endian Fonnat as implemented by Motorola CPUs. The Startup Override byte, not the Key Type, may be used to override the default controller startup procedure as defined below. February 2012 Page A25 of 107 FORT WORTH, The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification city 0P Dallas 2070.94 Start-Up Consideration and Sequence The engine board low-level hardware and O/S software initialization shall be completed and application software shall be capable of exercising control of all ATC unit hardware within a maximum of 4.5 seconds from the rise of both the POWERUP and POWERDOWN signals to the HIGH state. In order that the startup tune requirement may be verified, an application program shall be provided by the manufacturer, as an independently-loaded software module, which will activate the CPU ACTIVE signal. Start-Up Sequence. The engine board shall provide circuitry to prevent writing to the SRAM area and to keep the processor in a RESET state any time that VPRIMARY is less than the minimum-specified operating voltage regardless of the state of the POWERUP or POWERDO"signals. The BSP supplied by the vendor shall provide operating-system-level support for the engine board. See Paragraph 2070.60 Operating System&Board Support Package Requirements. Startup Sequence The BSP performs many steps starting from system reset to configure all low-level hardware, file systems and system level drivers for such items as SP4, SP6,timers, etc. The bootstrap code: • Initializes the microprocessor(s) internal registers • Does low level memory subsystem and peripheral initialization • Decompresses the Linux kernel, if compressed, and moves it from flash EPROM to DRAM • Creates an initial RAM disk(initrd) if needed • Boots the kernel The kernel then: • Parses the kernel command line if provided • Determines the processor MIPs rating(BogoMIPS) • Determines available memory and many other things • Loads compiled-in BSP drivers • Creates the RAM disk(s)from the flash EPROM image • Frees up memory used by the initial RAM disk • Starts processing the startup scripts The startup scripts,which run before the prompt is displayed on the terminal, should then: • Install any additional time-critical BSP driver modules. (The steps listed above must be completed within the time period specified above.) • Start time-critical user applications • Start IP stack protocol modules • Start other driver modules • Start other applications The file/etc/inittab is the main location to put calls to startup scripts. February 2012 Page A26 of 107 FORTWQRTH, The Cities of Fort Worth and Dallas Texas . Advanced Transportation Controller Specification City of Dallas SECTION V— TYPE 2070-2 FIELD I/O MODULE 2070.95 Type 2070-2A Field I/O Module (FI/O) The TYPE 2070-2A MODULE consists of the Field Controller Unit; Parallel Input/Output Ports; other Module Circuit Functions (includes muzzle switch); Serial Communication Circuitry; Module Connectors C 1 S, C 11 S, and C 12S mounted on the module front plate; VDC Power Supply(+12VDC to+5VDC); and required resident software. 2070.96 Type 2070-211 Field I/O Module(FI/O) The TYPE 2070-213 MODULE shall consist of the Serial Communication Circuitry, DC Power Supply, and Module Connector C12S mounted on the module front plate only. 2070.97 Field F/O Controller Unit(FCU) The FCU shall include a programmable microprocessor/controller unit together with all required clocking and support circuitry. The FCU shall be provided with in-circuit re- programmability via JTAG or BDM port. FCU shall be provided with operational software necessary to meet housekeeping and functional requirements resident in socketed firmware. 2070.98 Parallel Input Port The Parallel Input Ports shall provide 64 bits of input using ground-true logic. Each input shall be read logic "1" when the input voltage at its field connector input is less than 3.5 VDC, and be read logic "0" when either the input current is less than 100 pA or the input voltage exceeds 8.5 VDC. Each input shall have an internal pull-up to the Isolated+12 VDC and not deliver greater than 20 Ma to a short circuit to ground. The pull-up resistance shall not be less than l OK or more than 50 K Ohms. 2070.99 Parallel Output Port The Parallel Output Ports shall provide 64 bits of output. Each output written as logic "1" shall have a voltage at its field connector output of less than 4.o VDC. Each output written as logic "0" shall provide an open circuit (1 Mega Ohm or more) at its field connector output. Each output shall consist of an open-collector capable of driving 40 VDC minimum and sinking 100 Ma minimum. Each output circuit shall be capable of switching from logic 641" to "0" within 100 ps when connected to a load of 100K-Ohms minimum. Each output circuit shall be protected from transients of 10 ±2µs duration, ±300 VDC from 1 K-Ohm source,with a maximum rate of 1 pulse per second. 2070.100 Output Operation Each output shall latch the data written and remain stable until either new data is written or the active-low reset signal. Upon an active-low reset signal, each output shall latch LOGIC "0" and retain that state until a new writing. The state of all output circuits at the time of Power Up or in Power Down state shall be open. It shall be possible to simultaneously assert all outputs within 100 µs of each other. An output circuit state not changed during a new writing shall not glitch when other output circuits are updated. February 2012 Page A27 of 107 FORT WORTH., The Cities mf Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dalm" OTHER MODULE CIRCUIT FUNCTIONS. 2070'101 Maximum Capacitive Load Anomxbounu capacitive load ofl00pinrofaxudo shall bc presented tothe T.INE8YNC input signal. The EIA-485 compliant differential ]LTNESYNC signals shall be derived from the LO^ESYNCoi8nai 2070'102 External WD17 ^^BCmabUm`, Shunt/Toggle Switch An External WDT '^Elnuble" Shunt/Toggle 8vviiob aboU he provided on the board. With the jumper IN and NRESET transitions IRGH(FCU active),the FCU shall output a state change on Output 3V Monitor Watchdog Timer Input) every |00 milliseconds for l0 seconds ordue to Set Output Command. When the shunt is missing (opeo), the feature will not apply. This feature ia required to operate with the Type 2l0 Monitor Unit only. 2070,103 WATCHDOG Circuit AoFClJ Watchdog Circuit shall heprovided. b shall be enabled by FIELD D0 firmware u1 Power Up with uvabue of 100 nnU|ioccoodo. Its enabled state sbo1\be nuucbiue rooduhlo and reported in the FD0 ahzk'u byte. Once enabled, the watchdog timer shall not he disabled without resetting the FI8l. Failure of the PKO to reset the watchdog timer vvbhio the prescribed tbneou1 will result inu hardware reset. 2070.104 One KHzReference /\ oyuobruuizuh\e l KHz time reference. }t shall maintain u frequency accuracy o[±U.OlY6 ' (±0.1 counts per second). � 2070'105 32 Bit Millisecond Counter /\32'hbMl[IJ8EC0ND COUNTER(MC) for"time stamping"shall be provided." Each l . l{]fz reference interrupt shall increment the MC. 2070^106 Power Up At Power TJn, the FClJ (000 of communication tbnuc nbaU indicate loss of communication until the user program sends the Request Module Status message to reset the ^1B"Bit. 2070.107 Logic Switch A[0GIC Bvvi\ob shall be provided resident on the module board. The switch mbuU f000doo to disconnect Serial Port 3 (SP3) from the external world, Connector Cl28. Its purpose iato po:vuu\ multiple use ofSP3. An LEI) shall be provided on the module front panel labeled ^^SP3 ()N". If LED light ON, SP3 is aotb/o and available utCl2S. SERIAL COMMUNICATIONS/LOGIC CIRCUITRY 2070.100 System Serial Port 5(8]P5) DCIA4N5Signal System Serial Port 5 (SP5)EIA-485 signal lines shall enter the Field 1/0 Module and be split into two multi-drop isolated ports. Route one to the FCl7 and the other converted toETA- 485,tbuuroutodtoC000cctozC12S. February 2012 Page/\28o[107 FORT WORTH, The Cities of Fort Worth and Dallas, Texas DO Advanced Transportation Controller Specification city of Dallas 2070.109 System Serial Port 3 (SP3)EIA 485 Signal System Serial Port 3 (SP3) EIA-485 signal lines shall enter the Field UO Module and be isolated, converted back to EIA-485 and then routed to Connector C12S. 2070.110 LINE SYNC and POWER DOWN LINE SYNC and POWER DOWN lines shall be split and isolated, one routed to the FCU for shut down functions and the other changed to EIA-485; then routed to connector C12S for external module use. 2070.111 CPU RESET and POWER UP CPU_ RESET and POWER UP (SysReset) lines shall be isolated and "OR'd" to form NRESET. NRESET shall be used to reset the FCU and other module devices. NRESET shall also be converted to EIA-485 then routed to Connector C12S. 2070.112 Module 2070-213 If the Type 2070 module is a—213,routing to FCU does not apply. 2070.113 Internal Isolation Isolation is between internal +5 DC /DCG#1 and +12 DC ISO /DCG #2. +12 DC ISO is for board power and external logic. 2070.114 Buffers Transition Buffer capable of holding a minimum of 1024 recorded entries shall be provided. The Transition Buffer shall default to empty. There shall be two entry types: Transition and Rollover. The inputs shall be monitored for state transition. At each transition (If the input has been configured to report transition), a transition entry shall be added to the Transition Buffer. The MC shall be monitored for rollover. At each rollover transition ($xxxx FFFF - $xxxx 0000), a rollover entry shall be added to the Transition Buffer. For rollover entries, all bits of byte 1 are set to indicate that this is a rollover entry. Transition Buffer blocks are sent to the CPU Module upon command. Upon confirmation of their reception, the blocks shall be removed from the Transition Buffer. I/O FUNCTIONS. 2070.115 Inputs Input scanning shall begin at I0 (bit 0) and proceed to the highest numbered input I63, from LSB to MSB in increasing input number. Each complete input scan shall finish within 100 µs. Once sampled, the logic state of an input shall be held until the next input scan. Each input shall be sampled 1,000 times per second. The time interval between samples must be I ms (±loo µs). If configured to report, each input that has transitioned since its last sampling shall be identified by input number,transition state, and timestamp (at the time the input scan began) and be added as an entry to the Transition Buffer. If multiple inputs change state during one input sample, these transitions shall be entered into the Input Transition Buffer by increasing input number. The MC shall be sampled within 10 µs of the completion of the input scan. 2070.116 Data Filtering If configured, the inputs shall be filtered by the FCU to remove signal bounce. The filtered input signals shall then be monitored for changes as noted. The filtering parameters for each February 2012 Page A29 of 107 FONT ORTH.; �� The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas input shall consist of Ignore Input Flag and the ON and OFF filter samples. If the Ignore Input flag is set, no input transitions will be recorded. The ON and OFF filter samples shall detennine the number of consecutive samples an input shall be ON and OFF, respectively, before a change of state is recognized. If the change of state is shorter than the specified value, the change of state shall be ignored. The ON and OFF filter values shall be in the range of 0 to 255. A filter value of 0, for either or both values, shall result in no filtering for this input. The default values for input signals after reset shall be as follows: Filtering Enabled On and off filter values shall be set to 5 Transition monitoring Disabled(Timestamps are not logged) 2070.117 Outputs Simultaneous assertion of all outputs shall occur within 100 µs. Each output shall be capable of being individually configured in state to ON, OFF, or a state synchronized with either phase of LINESYNC. The condition of the outputs shall only be "ON" if the FI/O continues to receive active communications from the CPU Module. If there is no valid communications with the CPU Module for 2.0 seconds, all outputs shall revert to the OFF condition, and the Module Status Byte shall be updated to reflect the loss of communication from the CPU Module. 2070.118 Standard Function Each output shall be controlled by the data and control bits in the CPU Module Field I/O frame protocol as follows: Output Bit Translation Output Output Case Data Control Function Bit Bit A 0 0 Output in the OFF state Output is a square wave, synchronized to the B 1 1 LINESYNC signal. When LINESYNC is ON (1), the output is OFF, and when LINESYNC is OFF (0), the output is ON. Output is a square wave, synchronized to the C 0 1 LINESYNC signal. When LINESYNC is ON (1), the output is ON, and when LINESYNC is OFF (0), the output is OFF D 1 0 Out ut is in the ON state. 2070.119 CASE A In Case A above, the corresponding output shall be turned OFF if previously ON and if previously OFF remain OFF until otherwise configured. For half-cycle switching (cases B and C), all outputs to be changed shall be changed within 50 µs after the corresponding LINESYNC transition and shall remain in the same state during the entire half cycle. In Case D above, the corresponding output shall be turned ON if previously OFF and if previously ON remains ON until otherwise configured. All outputs shall neither glitch nor change state unless configured to do so. February 2012 Page A30 of 107 FORT WORTH, The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification C"'`o°Dallas 2070.120 Interrupts All interrupts shall be capable of asynchronous operation with respect to all processing and all other interrupts. MILLISECOND Interrupt shall be activated by the 1 KHz reference once per ms. A timestamp rollover flag set by MC rollover shall be cleared only on command. LINESYNC Interrupt both the 0-1 and 1-0 transitions of the LINESYNC signal shall generate this interrupt. The LINESYNC interrupt shall monitor the MC interrupt and set the MC error flag if there has not been an interrupt from the 1 KHz source for 0.5 seconds (>_60 consecutive LINESYNC interrupts). The LINESYNC interrupt shall synchronize the 1 KHz time reference with the 0-1 transition of the LINESYNC signal once a second. A LINESYNC error flag shall be set if the LINESYNC interrupt has not successfully executed for 0.5 seconds or longer(>_500 consecutive ms interrupts). 2070.121 Communication Service Routine A low-level communication service routine shall be provided to handle reception, transmission, and EIA-485 communication faults. The communication server shall automatically: For Transmission Generate the opening and closing flags Generate the CRC value Generate the abort sequence (minimum of 8 consecutive '1' bits) when commanded by the FCU Provide zero bit insertion For Receiving Detect the opening and closing flags Provide address comparison, generating an interrupt for messages addressed to the Field UO Module, and ignoring messages not addressed to the Field UO Module Strip out inserted zeros Calculate the CRC value, compare it to the received value, and generate an interrupt on an error Generate an interrupt if an abort sequence is received 2070.122 Communication Processing This task shall be to process the command messages received from the CPU Module, prepare, and start the response transmission. The response message transmission shall begin within 4 milliseconds of the receipt of the received message. Message type processing time constraint shall not exceed 70 milliseconds per message. 2070.123 Input Processing This task shall process the raw input data scanned in by the 1 ms interrupt routine, perform all filtering, and maintain the transition queue entries. DATA COMMUNICATIONS PROTOCOLS. 2070.124 Communication Protocol All communication between the CPU Module and the Field I/O shall be SDLC-compatible command-response protocol, support 0 bit stuffmg, and operate at a data rate of 614.4 kilobits per second. The CPU Module shall always initiate the communication and should the command frame be incomplete or there is an error, no Field UO response will be February 2012 Page A31 of 107 FORTWORTH., 4 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas transmitted. The amount of bytes of a command or response is dependent upon the Field I/O Module identification. 2070.125 Frame Types The frame type shall be determined by the value of the first byte of the message. The command frames type values 112-127 ($70-$7F) and associated response frame type values 240-255 ($FO- $FF) are allocated to the manufacturer diagnostics. All other frame types not called out are reserved. The command-response Frame Type values and message times shall be as follows: Frame Tjges Module I/O Module Minimum Maximum Command Response Description Message Message Time Time 0-43 128-171 Reserved for NEMA TS-2 44-48 172-176 Reserved 49 177 Request Module Status 250 VLs 275 s 50 178 MC Management 222.5 s 237.5 s 51 179 Configure Inputs 344.5 Vts 6.8750 Vs 52 180 Poll Raw Input Data 317.5 Vis 320 s 53 181 Poll Filtered Input Data 317.5 s 320 s 54 182 Poll Input Transition Buffer 300 ps 10.25 s 55 183 Set Outputs 405 gs 410 s 56 184 Configure hi put Trackin g 340 ps 10.25 gs 57 185 Configure Complex Outputs 340 ps 6.875 s 58 186 Configure Watchdog 222.5 s 222.5 lts 59 187 Controller Identification 222.5 Vts 222.5 Vts 60 188 I/O Module Identification 222.5 Vts 222.5 Vts 61-62 189-190 Reserved (note below) ___ ___ 63 191 Poll variable length raw input 317.5 µs 320 µs (note below 64 192 Variable length command outputs 405 s 410 s 65 193 Reserved (note below) --- --- 67 195 Reserved (note below) --- --- 68-111 196-239 Reserved 112-127 240-255 Manufacture Dia nostics ___ ___ Note: ITS Cabinet Monitor. Messages 61 / 189, 62 / 190, 65 / 193, are reserved for ITS Cabinet Monitor Unit. See ITS Cabinet Monitor System Serial Bus #1 for Command and Response Frames. Message 63 /Message 191 shall be the same as Message 52/ 180 except Byte 2 of Message 63 response shall denote the following number of input data bytes. Message 64 / 192 shall be the same as Message 55 / 183 except Byte 2 of the Message 64 Command shall denote the number of output data bytes, plus the following output control bytes. 2070.126 Request Module Status The Command shall be used to request FI/O status information response. Command/response frames are as follows: February 2012 Page A32 of 107 -Dar FART WORTHY; The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas Request Module Status Command Description msb Isb Byte Number (Type Nunnber =49 0 0 1 1 0 0 0 1 Byte 1 Reset Status Bits P E K R T M L W Byte 2 Request Module Status Response Description msb Isb Byte Number (Type Number= 177) 1 0 1 1 0 0 0 1 Byte 1 System Status P IEIKIRITIMILIW Byte 2 SCC Receive Error Count Receive Error Count Byte 3 SCC Transmit Error Count Transmit Error Count Byte 4 MC Timestamp MSB MC Timestamp MSB Byte 5 MC Timestamp NMSB I MC Time tamp NMSB Byte 6 MC Timestamp NLSB MC Timestamp NLSB Byte 7 MC Timestamp LSB MC Timestamp LSB Byte 8 2070.127 Status Bits The response status bits are defined as follows: P Indicates FUO hardware reset E Indicates a communications loss of greater than 2 seconds K Indicates the Datakey has failed or is not present R Indicates that the SCC Receive Error count byte has rolled over T Indicates that the SCC Transmit Error count byte has rolled over M Indicates an error with the MC interrupt L Indicates an error in the LINESYNC W Indicates that the FI/O has been reset by the Watchdog 2070.128 Request Module Status Each of these bits shall be individually reset by a "1" in the corresponding bit of any subsequent Request Module Status frame, and the response frame shall report the current status bits. The SCC error count bytes shall not be reset. When an SCC error count rolls over(255-0), its corresponding roll-over flag shall be set. _ 2070.129 MC Management MC MANAGEMENT frame shall be used to set the value of the MC. The'S'bit shall return status '0' on completion or"I" on error. The 32-bit value shall be loaded into the MC at the next 0-1 transition of the LINESYNC signal. The frames are as follows: MC Management Command Description msb Isb Byte Number (Type Number=50) 0 0 1 1 0 0 1 0 Byte 1 New MC Timestamp MSB x x x x x x x x Byte 2 New MC Timestamp NMSB x x x x x x x x Byte 3 New MC Timestam NLSB x x x x x x x x Byte 4 New MC Timestamp LSB I x Ix Ix Ix Ix Ix Ix Ix I Byte 5 February 2012 Page A33 of 107 FORT WORTH., The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification Cily of Dallas MC Management Response Description msb Isb Byte Number (Type Number= 178) 1 10111110101110 1 Byte 1 Status 10 1010101010101S I Byte 2 2070.130 Configure Inputs Commands The Configure Inputs command frame shall be used to change input configurations. The command-response frames are as follows: Confi-u-e Ineuts Command Description msb Isb Byte Number (Type Number=5 1) 0 0 1 110101111 Byte 1 Number of Items (n) n _ nln , nlnlnlnln Byte 2 Item# -Byte I E Input Number Byte 3(1-1)+3 Item# -Byte 2 Leading edge filter(e) Byte 3(1-1)+4 Item# -Bxte 3 Trailing edge filter(r) Byte 3(1-1)+5 Confi gure In guts Reseonse Description msb Isb I Byte Number ((Type Number= 179) 1 10111110101111 1 Byte I Ty t Status 10 1010101010101S I BXte 2 Block field definitions shall be as follows: E Ignore Input Flag. "I" = do not report transitions for this input, "0" = report transitions for this input e A one-byte leading edge filter specifying the number of consecutive input samples which shall be "0" before the input is considered to have entered to "0" state from "I" state (range I to 255, 0=disabled) r A one-byte trailing edge filter specifying the number of consecutive input samples which shall be "I" before the input is considered to have entered to "I" state from "0" state (range 1 to 255, 0=disabled) S return status S ='0' on completion or'1' on input error out of range 2070.131 Poll Raw Input Data The Poll Raw Input Data frame shall be used to poll the FI/O for the current unfiltered status of all inputs. The response frame shall contain 8 bytes (2A) or 15 bytes (213) of information indicating the current status of the inputs. The frames are as follows: Poll Raw Ineut Data Command Description -- msb Isb Byte Number (Type Number= 52) 10 10 11 11 10 11 10 10 Byte I February 2012 Page A34 of 107 FORT WORTH,, The Cities of Fort Worth and Dallas, Texas DE-49 Advanced Transportation Controller Specification City of°a"ps Poll Raw Input Data Response (2070-2A) Description msb Isb Byte Number (Type Number= 180) 1 0 1 1 0 1 0 0 Byte 1 Inputs I0 (Isb)to I7 (msb) x x x x x x x x Byte 2 Inputs 18 to I63 x x x x x x x x Bytes 3 to 9 Timestamp MSB x x x x x x x x Byte 10 Timestamp NMSB x x x x x x x x Byte 11 Timestamp NLSB x x x x x x x x Byte 12 Timestamp LSB x I x I x I x I x I x I x x I Byte 13 Poll Raw Input Data Response(2070-8 via 2070-2B) Description msb Isb Byte Number (Type Number= 180 1 0 1 1 0 1 0 0 Byte I Inputs I0 (Isb)to 17 (msb) x x x x x x x x Byte 2 Inputs I8 to I119 x x x x x x x x Bytes 3 to 16 Timestamp MSB x x x x x x x x Byte 17 Timestam NMSB x x x x x x x x Byte 18 Timestamp NLSB x x Ix Ix x Ix Ix I x Byte 19 Timestamp LSB x I x Ix Ix x Ix Ix I x I Byte 20 2070.132 Poll Filtered Input Data The Poll Filtered Input Data frame shall be used to poll the FI/O for the current filtered status of all inputs. The response frame shall contain 8 bytes (2A) or 15 bytes (213) of information indicating the current filtered status of the inputs. Raw input data shall be provided in the response for inputs that are not configured for filtering. The frames are as follows: Poll Filter Input Data Command Description msb Isb Byte Number (Type Number=53) 0 10 1 11 1 10 1 1 10 1 1 Byte 1 Poll Filter In ut Data Response(2070-2A) Description msb Isb Byte Number (Type Number= 18 1) 1 0 1 1 0 1 0 1 Byte 1 Inputs I0 (Isb)to 17(msb) x x x x x x x x Byte 2 Inputs I8 to I63 x x x x x x x x Bytes 3 to 9 Timestamp MSB x x x x x x x x Byte 10 Timestamp NMSB x x x I x x x x x Byte 11 Timestam NLSB x x x x x x x x Byte 12 Timestamp LSB x x x x x x x x Byte 13 February 2012 Page A35 of 107 The Cities of Fort Worth and Texas Advanced Transportation Controller Specification-��- City mo"/m" Poll Filter Input Data Response(2070-8 via 2070-2B) Description --7MSb Isb I Byte Number X Byte 20 2070.133 Poll Input Transition Buffer The Poll luou1 Transition Buffer frame sbuU poll the FDO for the contents of the input buoakioo buffer. The response bumc mbuU include uthreo-hvte iufbuna1ino field for each of the input changes that have occurred since the last interrogation. The frames are uafollows: Poll Im Transition Buffer Command Poll Inp t Transition Buffer Res Description msb Isb Byte Number Item# S In)ut Number Byte 3(1-1)+4 The entry types are depicted as follows: X put Transition Entry Description msb Isb Byte Number Transition Entry Identifier S In)ut Number I Timestaing LSB X Ll XjXjXj X 3 February 2012 Page/\36of887 WORTH, The Cities of Fort Worth and Dallas, Texas DOR Advanced Transportation Controller Specification chy 01 Dallas MC Rollover Entry Description msb Isb B to Number Rollover Entry Identifier 1 1 1 1 1 1 1 1 1 Timestamp MSB x x x x x x x x 2 Timestamp NMSB x x x x x x x x 3 2070.134 Active Input Each detected state transition for each active input (see configuration data) is placed in the queue as it occurs. Bit definitions are as follows: S Indicates the state of the input after the transition C Indicates the 255 entry buffer limit has been exceeded F Indicates the transition buffer limit has been exceeded G Indicates the requested block number is out of monotonic increment sequence E Same block number requested,E is set in response 2070.135 The Block Number byte The Block Number byte is a monotonically increasing number incremented after each command issued by the CPU Module. When the FI/O Module receives this command, it shall compare the associated Block Number with the Block Number of the previously received command. If it is the same, the previous buffer shall be re-sent to the CPU Module and the 'E' flag set in the status response frame. If it is not equal to the previous Block Number, the old buffer shall be purged and the next block of data sent. If the block number is not incremented by one, the status G bit shall be set. The block number received becomes the current number (even if out of sequence). The Block Number byte sent in the response block shall be the same as that received in the command block. Counter rollover shall be considered as a normal increment. 2070.136 Set Outputs The Set Outputs frame shall be used to command the FI/O to set the Outputs according to the data in the frame. If there is any error configuring the outputs, the 'E' flag in the response frame shall beset to '1'. If the LINESYNC reference has been lost,the 'L'bit in the response frame shall be set to "1". Loss of LINESYNC reference shall also be indicated in Module Status Response Frame. The output bytes depend upon field UO module. These command and response frames are as follows: Set Out uts Command (2070-2A) Description msb Isb Byte Number (Type Number= 55) 0 0 1 1 0 1 1 1 Byte 1 Outputs 00 (Isb) to 07 (msb) x x x x x x x x Byte 2 Data Outputs 08 to 063 Data x x x x x x x x Bytes 3 to 9 Outputs 00 (Isb) to 07 (msb) x x x x x x x x Byte 10 Control Outputs 08 to 063 Control x x x x x x x x Bytes 11 to 17 February 2012 Page A37 of 107 FORT O TH,: j'fA' - The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas Set Outputs Command (2070-8 via 2070-213) Description msb Isb Byte Number (T e Number=55) 0 0 1 1 0 1 1 1 Byte 1 Outputs 00 (Isb) to 07 (msb) x x x x x x x x Byte 2 Data Outputs 08 to 0103 Data x x x x x x x x Byte 3 to 14 Outputs 00 (Isb) to 07 (msb) x x x x x x x x Byte 15 Control Out guts 08 to 0103 Control x x I x x x x x x B to 16 to 27 Set Out uts Res onse Description msb Isb Byte Number (T e Number= 183) 1 0 1 1 0 1 1 1 Byte 1 Status 0 0 0 0 0 0 L E B to 2 2070.137 Configure Input Tracking Functions The Configure Input Tracking Functions frame shall be used to configure outputs to respond to transitions on a specified input. Each Output Number identified by Item Number shall respond as configured to the corresponding Input Number identified by the same Item Number. Input and Output mapping shall be one to one. If a command results in more than 8 input tracking outputs being configured, the response V bit shall be set to "1" and the command shall not be implemented. The command and response frames are as follows: Configure In put Tracking Function Command Description msb Isb Byte Number (Type Number= 56) 0 0 1 1 1 0 0 0 Byte 1 Number of Items Number of Items Byte 2 Item# -Byte 1 E Output Number Byte 2(1-1)+3 Item# -Byte 2 I In ut Number Byte 2(I-1)+4 Configure Input Trackinjj Functions Response Description msb Isb Byte Number (Type Number= 184) 1 0 1 1 1 1 0 0 0 Byte 1 Status x x x x x x x x Byte 2 Timestamp MSB x x x x x x x x Byte 3 Timestamp NMSB x x x x x x x x Byte 4 Timestam NLSB x x x x x x x x Byte 5 Timestat-n2 LSB x x x x x x x x Byte 6 2070.138 Definitions are as follows: E "1" - Enable input tracking functions for this output 44051- Disable tracking functions for this output I 441" - The output is OFF when input is ON, On when the input is OFF February 2012 Page A38 of 107 WOIZTH The Cities of Fort Worth and Dallas, Texas E Advanced Transportation Controller Specification City of Dallas The output is ON when input is ON, OFF when input is OFF V "1" - The max. number of 8 configurable outputs has been executed - No error Number of Items — the number of entries in the frame. If zero, all outputs currently configured for input tracking shall be disabled. 2070.139 Timestamp Value The timestamp value shall be sampled prior to the response frame. 2070.140 Outputs Tracks Inputs Outputs which track inputs shall be updated no less than once per ms. Input to output signal propagation delay shall not exceed 2 ms. 2070.141 Number of Item The "Number of Item" field is valid from 0 to 16 (most that is sent at one time is 8 enables and 8 disables). If processing a command resulting in more than 8 Input Tracking functions being enabled,none of the command shall be implemented and response message"V"bit set to 1. If an invalid output or input number is specified for a function, the ROM software shall not do that function definition. It shall also not be counted toward the maximum of 8 input tracking function allowed. The rest of the message shall be processed. When an Input Tracking function is disabled, the output is set according to the most recently received Set Outputs Command. When an input tracking function for an output is superseded (redefined as either another input tracking function or as a complex output function) nothing shall be done with the output. The most recent value remains until the new function changes it. 2070.142 Configure Complex Output Functions The configure complex output functions frame shall be used to specify a complex output for one to eight of any of the outputs. If a Configure Complex Output Function command results in more than eight outputs being configured, the 'V' bit in the response message shall be set to a '1', and the command shall not be implemented. Two output forms shall be provided: single pulse and continuous oscillation. These output forms shall be configurable to begin immediately or on a specified input trigger and, in the case of continuous oscillation,to continue until otherwise configured or to oscillate only while gated active by a specified input. If the command gate bit is active, the command trigger bit shall be ignored and the specified input shall be used as a gate signal. The command and response frames are as follows: Configure Complex Output Functions Command Description msb lsb Byte Number (Type Number= 57 0 0 1 1 1 0 0 1 1 Number of Items Number of Items 2 Item i - Byte 1 0 1 Output Number 7(i-1)+3 Item i -Byte 2 Primary Duration MSB 7(i-1)+4 Item i -Byte 3 Primary Duration(LSB) 7(i-1)+5 ` Item i - Byte 4 Secondary Duration(MSB) 7(i-1)+6 Item i - Byte 5 Secondary Duration(LSB) 7(i-1)+7 Item i -Byte 6 0 1 In ut Number 7 i-1 +8 Item i - Byte 7 P W G E J F R L 7(i-1)+9 February 2012 Page A39 of 107 FORT ORTH., 1 The Cities of Fort Worth and Dallas, Texas LI Advanced Transportation Controller Specification city of Dallas Configure Complex Output Functions Response Description msb lsb Byte Number (Type Number= 185)_ 1 0 1 1 1 0 0 1 1 Status 0 0 0 0 0 0 0 V 2 Timestamp (MSB) x x x x x x x x 3 Timestamp (NMSB) x x x x x x x x 4 Timestamp (NLSB) x X x x x x x x 5 Timestamp LSB x X x x x x x x 6 2070.143 Configure Complex Outputs Bit Fields The bit fields of the command frame are defined as follows: E '1' - Enable complex output function for this output '0' - Disable complex output function for this output 7 '1' -During the primary duration,the output shall be written as a logic '1' During the secondary duration,the output shall be written as a logic '0' V- During the primary duration,the output shall be written as a logic'0' During the secondary duration,the output shall be written as a logic '1' Output Number- 7-bit output number identifying outputs Primary Duration -For single pulse operation,this shall determine the number of "ticks" preceding the pulse. For continuous oscillation, this shall determine the length of the inactive (first)portion of the cycle. Secondary Duration - For single pulse operation, this shall determine the number of ticks the pulse is active. Subsequent to the secondary duration, the output shall return to the state set according to the most recently received Set Outputs command. For continuous oscillation, this shall determine the length of the active (second) portion of the cycle. 0 = hold output state until otherwise configured. F '1' - The trigger or gate shall be acquired subsequent to filtering the specified input. The raw input signal shall be used if filtering is not enabled for the specified input. '0' - The trigger or gate shall be derived from the raw input. R '1' - For triggered output, the output shall be triggered by an ON-to-OFF transition of the specified input and shall be triggered immediately upon command receipt if the input is OFF. For gated output, the output shall be active while the input is OFF. '0'- For triggered output, the output shall be triggered by an OFF-to-ON transition of the specified input and shall be triggered immediately upon command receipt if the input is ON. For gated output,the output shall be active while the input is ON. Input Number- 7-bit input number identifying inputs 0 Up. P '1'- The output is configured for single-pulse operation. Once complete,the complex output function shall be disabled. '0' - The output is configured for continuous oscillation. February 2012 Page A40 of 107 FORT WORTH., The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification caiy of Dallas W 'I'- It is triggered by the specified input. Triggered complex output shall commence within 2 ms of the associated trigger. V- Operation shall begin within 2 ms of the command receipt. G 'I'- Operation shall be gated active by the specified input. V- Gating is inactive. L '1' - The LINESYNC based clock shall be used for the time ticks. V- The MC shall be used for the time ticks. V '1' - Indicates maximum number of configurable outputs is exceeded. V- No error Number of items - The number of entries in the frame. If 0, all outputs currently configured as complex outputs shall be disabled. 2070.144 Controlling Input Signals Controlling input signals shall be sampled at least once per ms. 2070.145 Number of Items The "number of items" field is valid from 0 to 16. Zero means disable all Complex Output functions. Sixteen is the maximum because the most that is sent at one time is eight enables and eight disables. If processing a command results in more than eight Complex Output functions being enabled, none of the command shall be implemented and the response message "V"bit shall be set to 1. If an invalid output or input number (the "G" or"W"bits being set to 1) is specified for a function, that function definition is not done by the FIOM software. It shall also not be counted towards the maximum of eight Complex Output functions allowed. The rest of the message shall be processed. When a Complex Output function is disabled, the output is set according to the most recently received set outputs command. When a Complex Output function for an output is superseded, that is, redefined as whether another Complex Output function, or as an input tracking function, nothing special is done with the output. The most recent value remains until the new function changes it. The "G" bit (gating) set to 1 takes precedence over the "W" bit (triggering). If gating is ON, triggering is turned OFF, regardless of the value of the "W" bit in the command message. If a Complex Output is configured with the "G"bit set to 1 (gating) and the "P" bit set to 0 (continuous oscillation), the output is set to OFF (0) whenever the specified input changes state so that the oscillation should cease (output inactive). For a single pulse operation("G"bit set to 1), after the secondary duration completes the Complex Output function shall be disabled, and the output shall be set according to the most recently received set outputs command. 2070.146 Configure Watchdog The Configure Watchdog frames shall be used to change the software watchdog tmeout value. The Command and response frames are as follows: Configure Watchdog Command Description rush lsb Byte Number (Type Number= 58) 1 0 1011111110111 0 1 Byte 1 Timeout Value I x lxlXlxlxlxlxl x I Byte 2 February 2012 Page A41 of 107 FORT ORTH, B60 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of°""t,3 Configure Watchdog Response Description msb Isb Byte Number (Type Number= 186) 1 1011111110111 0 1 Byte 1 Status 0 10 10 10 10 10 10 1 Y I Byte 2 2070.147 Timeout Value The timeout value shall be in the range between 10 to 100 ms. If the value is lower than 10, 10 shall be assumed. If the value is greater than 100, 100 shall be assumed. 2070.148 Watchdog Timeout Value On receipt of this frame, the watchdog timeout value shall be changed to the value in the message and the "Y" bit set. The response frame bit (Y) shall indicate a '1' if the watchdog has been previously set and a'0' if not. 2070.149 Controller Identification This is a legacy message command / response for FI/O modules with Datakey resident. Upon command, a response frame containing the 128 bytes of the Datakey See previous sections on Request Module Status for FI/O Status Bit `K' definition. If"K"bit set, only the first two bytes shall be returned. The Command and Response frames are as follows: Controller Identification Command Description msb Isb Byte Number (Ty e Number= 59) 1 0 10111111101 1 1 1 1 Byte 1 Controller Identification Res onse Description msb lsb Byte Number (Type Number= 187) 1 0 1 1 1 0 1 1 Byte 1 Status 0 0 0 0 0 1 0 0 1 K Byte 2 Datakey x x x x I x I x x I x Bytes 3 to 130 2070.150 Module Identification The Field 1/0 Module Identification Command frame shall be used to request the FI/O Identification value. A value response of"1" shall Model 332 FI/O, "2" for the NEMA TS-2 Type 2, "3" is reserved for NEMA TS 2 Type 1 FI/O and "32 to 40" are reserved for ITS Cabinets. The command and response frames are shown as follows: I/O Module Identification Command Description msb Isb Byte Number (T e Number=60) 1 0 1011111111101 0 1 Byte 1 I/O Module Identification Res onse Description msb Isb Byte Number (Type Number= 188) 1 1011111111101 0 1 Byte 1 FI/O I D b to x I x I X I x I x I x I x I x I Byte 2 February 2012 Page A42 of 107 FORT WORTH., The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas SECTION VI - TYPE 2070-3D FRONT PANEL ASSEMBLY. 2070.151 General The Type 2070-313 Front Panel Assembly (FPA) shall be delivered with a panel with Latch assembly and two TSD #1 hinge attaching devices, assembly PCB, external serial port connector (13139), external Ethernet port (RJ45), CPU active LED indicator, and FP Harness Interface. The FPA shall also provide the following features; FPA controller, two keyboards, AUX switch, alarm bell and Display D as described below in Paragraph 2070.156. 2070.152 Keyboards Provide two KEYBOARDS, one with sixteen keys for hexadecimal alphanumeric entry and the other with twelve keys to be used for cursor control and action symbol entry. Engrave or emboss each key with its function character. Each key shall have an actuation force between 1.764 ounce and 3.527 ounce and provide a positive tactile indication of contact closure. Key contacts shall be hermetically sealed, have a design life of over one million operations, be rated for the current and voltage levels used, and stabilize within 5 ms following contact closure. 2070.153 Ethernet Port The FPA shall include a standard pin out RJ-45 Ethernet port in place of the C50J RJ-45 serial port. 2070.154 FPA Layout Alternate keyboard and display layouts are acceptable as approved by the City. However, minimum size dimensions shall be maintained. 2070.155 CPU Active Indicator The cathode of the CPU ACTIVE LED INDICATOR shall be electrically connected to the CPU ACTIVE signal and be pulled up to+5 VDC. 2070.156 Display Liquid Crystal Display(LCD) The Display shall consist of a Liquid Crystal Display (LCD), a backlight, and a contrast potentiometer control. Display D shall have 16 lines of 40 characters each with minimum dimensions of 0.104 wide by 0.167 high and either LED or EL backlight. 2070.157 Characters and Angles of Liquid Crystal Display(LCD) Each character shall be composed of a 5 x 7 dot matrix with an underline row or a 5 x 8 dot matrix. The viewing angle of the LCD shall be optimized for direct (90 degrees) viewing, ±35 degrees vertical, ±45 degrees horizontal. The LCD shall have variable contrast with a minimum ratio of 4:1. The LCD shall be capable of displaying, at any position on the Display, any of the standard ASCII characters as well as user-defined characters. 2070.158 Backlight The backlight shall be turned on and off by the Controller Circuitry. The backlight and associated circuitry shall consume no power when in off state. A potentiometer shall control the LCD contrast with clockwise rotation increasing contrast. The contrast shall depend on the angular position of the potentiometer,which shall provide the entire contrast range of the LCD. February 2012 Page A43 of 107 FORTWORTH, The Cities of Fort Worth and Dallas, Texas "BEr Advanced Transportation Controller Specification City ol Dallas 2070.159 Cursor Display Cursor display shall be turned ON and OFF by command. When ON, the cursor shall be displayed at the current cursor position. When OFF, no cursor is to be displayed. All other cursor functions (positioning, etc.) shall remain in effect. 2070.160 FPA Controller The FPA CONTROLLER shall function as the Front Panel Device controller interfacing with the CPU Module. 2070.161 FPA RESET Provide a FPA RESET Switch on the Assembly PCB. The momentary CONTROL switch shall be logic OR'd with the CPU—RESET Line, producing a FPA RESET Output. Upon FPA RESET being active or receipt of a valid Soft Reset display corninand, the following shall occur: • Auto-repeat,blinking, auto-wrap, and auto-scroll shall be set to OFF. • Each special character shall be set to ASCII SPC(space). • The tab stops shall be set to columns 9, 17, 25, and 33. • The backlight timeout value shall be set to 6 (60 seconds). • The backlight shall be extinguished. • The display shall be cleared(all ASCII SPQ. • The cursor display shall be turned off. • The FPA module shall transmit a power up string through/sp6 to the CPU. Once power is applied to the FPA, or the FPA hardware RESET BUTTON IS PUSHED. The string is"ESC [PU",hex value"113 5B 50 55". 2070.162 Keypress When a keypress is detected, the appropriate key code shall be transmitted to SP6-RxD. If two or more keys are depressed simultaneously, no code is to be sent. If a key is depressed while another key is depressed,no additional code is to be sent. 2070.163 Auto-Repeat Auto-repeat shall be turned ON and OFF by command. When ON, the key code shall be repeated at a rate of 5 times per second starting when the key has been depressed continuously for 0.5 second, and shall terminate when the key is released or another key is pressed. 2070.164 AUX When the AUX Switch is toggled, the appropriate AUX Switch code shall be transmitted to the CPU. 2070.165 Controller Circuitry The controller circuitry shall be capable of composing and storing eight special graphical characters on command, and displaying any number of these characters in combination with the standard ASCII characters. Undefined characters shall be ignored. User-composed characters shall be represented in the communication protocol on Figure 14 of Appendix D. PI represents the special character number (1-8). Pn's represent columns of pixels from left to right. The most significant bit of each Pn represents the top pixel in a column and the least significant bit shall represent the bottom pixel. A logic '1' shall turn the pixel ON. There shall be a minimum of 5 Pn's for 5 columns of pixels in a command code sequence February 2012 Page A44 of 107 FORT WORTH The Cities of Fort Worth and Dallas, Texas '0 Advanced Transportation Controller Specification C'`x°'Dallas terminated by an'T" If the number of Pn's is more than the number of columns available on the LCD, the extra Pn's shall be ignored. P1 and all Pn's shall be in ASCII coded decimal characters without leading zero. 2070.166 Character Overwrite Character overwrite mode shall be the only display mode supported. A displayable character received shall always overwrite the current cursor position on the Display. The cursor shall automatically move right one character position on the Display after each character write operation. When the rightmost character on a line (position 40) has been overwritten, the cursor position shall be determined based on the current settings of the auto-wrap mode. 2070.167 Auto-Wrap Auto-wrap shall be turned ON & OFF by command. When ON, a new line operation shall be performed after writing to position 40. When OFF, upon reaching position 40, input characters shall continue to overwrite position 40. 2070.168 Cursor Positioning Cursor positioning shall be non-destructive. Cursor movement shall not affect the current display, other than blinking the cursor momentarily and periodically hiding the character at that cursor position. 2070.169 Blinking Characters Blinking characters shall be supported, and be turned ON and OFF by command. When ON, all subsequently received displayable characters shall blink at the rate of 1 Hertz with a 60% ON / 40% OFF duty cycle. It shall be possible to display both blinking and non-blinking characters simultaneously. 2070.170 Tab Stops Tab stops shall be configurable at all columns. A tab stop shall be set at the current cursor position when a SetTabStop command is received. Tab Stop(s) shall be cleared on receipt of a ClearTabStop command. On receipt of the HT (tab) code, the cursor shall move to the next tab stop to the right of the cursor position. If no tab stop is set to the right of the current cursor position,the cursor shall not move. Tab stops shall be set based only upon the column (horizontal) position of the cursor; the row position shall be ignored. Each tab that is set shall apply to all rows of the display. In this way, tabs shall operate similarly to a typewriter or line printer. For example, if the cursor is positioned at column 21, row 3 when a Set Tab Stop command (ESC H) is received, a tab stop is placed at column 21 and applies to every row of the display. If the cursor is then positioned to column 21, row 5, and a Clear Tab Stop command (ESC OG) is received, the tab stop on column 21 is removed and there will be no tab stop on any row of the display at that column position. 2070.171 Auto-Scroll Auto-scroll shall be turned ON and OFF by command. When ON, a Line Feed or new line operation from the bottom line shall result in the display moving up one line. When OFF, a Line Feed or new line from the bottom line shall result in the top line clearing, and the cursor being positioned on the top line. February 2012 Page A45 of 107 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification c"y of Dallas 2070.172 Displayable Characters Display Characters shall be refreshed from the buffer at a rate of no less than 20 times per second. 2070.173 Display Back Light Illuminate The Display back light shall illuminate when any key is pressed and illuminate or extinguish by command. The backlight shall extinguish when no key is pressed for a specified time. This time shall be program selected by command, by a number in the range 0 to 63 corresponding to that number of 10-second intervals. A value of 1 shall correspond to a ti neout interval of 10 seconds. A value of 0 shall indicate no timeout. 2070.174 Command Codes The Command Codes shall use the following conventions: 1. Parameters and Options: Parameters are depicted in both the ASCII and hexadecimal representations as the letter 'P' followed by a lower-case character or number. These are interpreted as follows: Pn: Value parameter, to be replaced by a value, using one ASCII character per digit without leading zeros. P1: Ordered and numbered parameter. One of a listed known parameters with a specified order and number(Continues with P2,P3, etc.) Px: Display column number(1-40), using one ASCII character per digit without leading zero. Py: Display line(1-4)one ASCII character .... Continue the list in the same fashion Values of'h' (0x68) and'1' (Ox6C) are used to indicate binary operations. `h' represents ON(high), 'l' represents OFF (low). 2. ASCII Representation: Individual characters are separated by spaces; these are not to be interpreted as the space character,which is depicted by SPC. 3. Hexadecimal Representation: Characters are shown as their hexadecimal values and will be in the range 0x00 to Ox7F (7 bits). 2070.175 Controller Circuit The Controller Circuit shall communicate via a SP6 asynchronous serial interface. The interface shall be configured for 38.4 kilobits per second, 8 data bits, 1 stop bit, and no parity. 2070.176 C50 ENABLE FUNCTION C50 ENABLE function when grounded by C50 pins 1 and 5, shall be brought to Connectors Al,pun B21 for the put-pose of disabling the module channel 2, (SP4). 2070.177 Front Panel The Front Panel shall include an electronic bell to signal receipt of AG(hex07)). The bell shall sound at 2,000 Hertz, with a minimum output rating of 85 dB at a distance of 4 feet for 350±100 ms upon receipt of AG(hex07). Receipt of all other characters and ESC codes shall continue during the time the bell sounds. February 2012. Page A46 of 107 FORT WORTH.; The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas SECTION VII - TYPE 2070-31) USB FRONT PANEL ASSEMBLY 2070.178 General The 2070-3D USB Front Panel Assembly shall meet all specification presented in Section VI with the following additions and exceptions: 2070.179 Universal Serial Bus (USB) The FPA shall include a minimum of 2 external Type-A USB ports on front panel. The USP ports shall be compliant to the latest AASHTO/ITE Next Generation ATC Standard with the exception that the USB shall conform to the appropriate sections of the USB v3.0 specification for both hardware and software operations. 2070.180 Alternate Front Panel Assembly Layout Alternate keyboard and display layouts are acceptable as approved by the City. However, minimum size dimension shall be maintained. 2070.181 1C-CPU USB To facilitate the implementation of this Alternative, the City shall allow the disabling of the USB port on the 1C-CPU front panel. However, all wiring to implement this alternative shall be internal to the controller unit. February 2012 Page A47 of 107 The Cities of Fort Worth and Dallas, Tmmm -�� Advanced Transportation Controller S ifi tio mvof Di/m° SECTION VIII - TYPE 20704A POWER SUPPLY MOD0LE, 2070'182 Model%0704A Power Supply Module Type 2070-4I3 power supply muodo|ou nbuU he provided. Type 2070'413 Power Supply Module shall be independent, self contained Module,vented, and cooled by convection only. The Module ubuU slide into the unit's puvvor supply compartment from the back ofthe Chassis and be attached to the Backplane Mounting Surface by its four TSD#3 Devices. 2070.103 On/Off Power Switch An "On/Oft" POWER Switch, four LED DC Power Indicators, PS Receptacle POWER Connectors, and the Incoming AC yuuo protection shall be provided on the Module Front. The LED [)C POWER Indicators ubuU indicate all required I}C voltages meet the following conditions: the f5 \/Z)C and the 12 l/I)C are within 5% o[their nominal levels. 2070.104 Input Protection Two 0.5-(}hn/` /U-vvoU `vb.c'vvouod power resistors with u 0.2 uB inductance (one on the /\CfLine & on the /\C- Line) mba|) be provided. llnoe 20 Joule surge uoeo{om between ACf <o /\C', /\Cf (o ]B(}, and /\C- to ]B(} uhuU he provided. A 0.68 pF capacitor mbu|1 be placed between/\Cf&c AC- (between the resistor 6t uocm<oru). 2070.185 +5'00C Standby Power f5 \/DC STANDBY POWER to hold up opoch]od cbonhry during the power down period shall hnprovided. Tt shall consist of the monitor circuitry; hold op capacitors, and charging circuitry. A charging circuit shall be provided, that under uonnul operation, [o|h/ charges and float the capacitors consistent with the manufacturers' roconozuuodu1iouo. The Hold Up power requirements shall be a minimum constant drain of 600 microamperes at a range of+5 Vl}Ctuf2\/Z)C for over 60Ominutes. 2870'106 Monitor Circuitry MONITOR CIRCUITRY to monitor incoming ACPower for Power Failure and Restoration uudI.LNES.8NC generation shall hoprovided. 2070'187 ACFAIL0,OWERDOWN The AC FATL/POWER DOWN Output Lines shall go LOW(ground true) immediately upon Power Failure. The l.iuem ahuU 1ruuaiiiou to HIGH vvhbin 50 nou after both 9ovvor Restoration and aopp|v Du)h/ recovered. The Lines ahuU he driven separately. The S}'SDESB7YP0WERlDP 0ntpod l.iuou ubuU transition to I.0W 525 f/-25 zno after /\Cy/\lL/POVVEDl DOWN transition toLOW. The Lines shall transition\o HIGH 225 +/ 25 rnx after Power Restoration and the supply is fully recovered. The l.iueo abuU be driven aepuru1c|v. 2070'188 Monitor Circuitry Switch The monitor circuitry shall switch the f5 \/DC Standby ON buuuodiu1eh/ upon Power Failure and isolate (VFy)the line u1 Power Up. 2070.289 680z Square Wavw|LIyw8CSYNC The 60Hz Square Wave LlNE0YNC signal shall bo generated bya crystal oscillator, which abuU he synchronized 10 the 60-Hertz VAC incoming power line at 120 and 300 degrees. /\ continuous aguurc wave signal shall be fS \/[)C amplitude, 8.333 ouu half-cycle pn|oc February 2012 Page/\40uf107 FORTWORTH, The Cities of Fort Worth and Dallas Texas Em Advanced Transportation Controller Specification City of Dallas duration, and 50+/-1% duty cycle. The output shall have drive sink capability of 16 mA. A 2 K-Ohm pull-up resistor shall be connected between the output and+5 VDC. The monitor circuit shall compensate for missing pulses and line noise during normal operation. 2070.190 LINESYNC The LINESYNC shall continue until SYSRESET transitions LOW and begin when SYSRESET transitions HIGH. Power Supply Requirements. Voltage Minimum Maximum Load Line Ripple& Load Load Range Reg. Noise +5 VDC 0.0 Amp 10 Amp f5% fl% 50mV P-P +12 VDC Serial 0.0 Amp 0.5 Amp f5% ±1% 50mV P -12 VDC Serial 0.0 Amp 0.5 Amp f5% fl% 50mV P +12 VDC 0.0 Amp 1.0 Amp ±5% ±1% 50mV P 2070.191 Line/Load Regulation The Power Supply Module shall meet Line /Load Regulation for input voltage range of 90 to 135 VAC, the maximum and minimum loads called out in the table and including ripple noise. 2070.192 Efficiency 70%minimum. 2070.193 Ripple and Noise Less than 0.2%rms, 1%peak to peak or 50 mV,whichever is greater. 2070.194 Voltage Overshoot No greater than 5%, all outputs. 2070.195 Overvoltage Protection 130%V out for all outputs. 2070.196 Circuit Protection f Automatic recovery upon removal of fault. 2070.197 Inrush Current Cold Start Inrush shall be less than 25 amperes at 115VAC.Transient Response. Output voltage back to within 1% in less than 500 µs on a 50% Load change. Peak transient not to exceed 5%. 2070.198 Holdup Time The power supply shall supply 30 watts minimum for 550 ms after ACFAIL going LOW. The supply shall be capable of holding up the Unit for two 500 ms Power Loss periods occurring in a 1.5-second period. February 2012 Page A49 of 107 FORT ORTI-L; ` The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas 2070.199 Remote Sense +5 VDC compensates 250 mV total line drop. Open sense load protection required. February 2012 Page A50 of 107 FoRTWORTH, The Cities of Fort Worth and Dallas, Texas D) Advanced Transportation Controller Specification City od Dallas SECTION IX - UNIT CHASSIS TYPE 2070. 2070.200 General The Chassis consists of the metal housing, Serial Motherboard, Back-plane Mounting Surface, Power Supply Module Supports, slot card guides, Wiring Harnesses, and Cover Plate(s). All external screws shall be countersunk and be Phillips flat head stainless steel type. The housing shall be treated with clear chromate and the slot designation labeled on the back-plane mounting surface above the upper slot card guide. The Chassis shall be cooled by convection only. The top and bottom pieces of the housing shall be slotted for vertical ventilation. 2070.201 Serial Motherboard Serial Motherboard shall function as support for its connectors, Al to A5 and FP, and as the interface between the CPU and the dedicated modules/Front Panel carrying both serial communications, logic, and power circuits. The PCB shall be multi-layered, with one layer plane assigned to DC Ground. A wiring harness PS2 shall be provided between the Type 2070-4 Power Supply and the Motherboard PCB (provide strain relief). Test points shall be provided on the FPA side of the Motherboard for PS2 lines. A wiring harness FP shall be provided, linking the Motherboard with the FPA. February 2012 Page A51 of 107 FORT WORTH, The Cities of Fort Worth and Dallas, Texas 0,5) Advanced Transportation Controller Specification Ciiy of Dallas SECTION X - TYPE 2070 NEMA 2070.202 ATC NEMA Standard Controller Units This specification covers two versions of 2070 / NEMA Standard Controller Units. The versions associate with NEMA TSI/TS2 Type 2 and NEMA TS2 Type I Standards. They are as follows: • Model 2070 NI Controller Unit(TSl/TS2 Type 2) • Model 2070 N2 Controller Unit(TS2 Type-1) 2070.203 NIC Unit Consisting The Model 2070 NIC Controller Unit consists of- 0 Unit Chassis • 2070- 1C CPU Module • 2070-213 Field I/O Module • 2070-31)Front Panel Module • 2070-4NA Power Supply Module • 2070-8 Field 1/0 Module • Optional communication modules 2070.204 N2C Unit Consisting • Unit Chassis • 2070-IC CPU Module • 2070-2N Field I/O Module • 2070-313 Front Panel Module • 2070-4AN Power Supply Module 2070.205 Address The Serial Port 5 Frame Address for 2070-2N and 2070-8 shall be"20". FIELD I/O MODULE 2070.206 2070-2N Field I/O Module The 2070-2N Field I/O Module provides a TS2 Type I compatible SDLC interface via 2070 Serial Port 3, AC Power to the 2070 Unit and Fault Monitor LOGIC Output via SP5 on output 078 (similar to the 2070-8) to the NEMA TS2 Malfunction Management Unit (MMU). The communications timeout operation shall function in a manner similar to the 2070-8 (see sections 11.4.11.6 and 11.4.11.7 for details) 2070.207 Requirements Exceptions The Module shall meet the 2070-2A Module Requirements with the following exceptions: No C 1, C 11 and C 12 Connectors on the front panel of the module • No 64 inputs/64 outputs requirements • Serial Port 5 routed to the FCU MPU Device only • Serial Port 3 shall not have a disabling switch • No Watchdog output • No Muzzle Shunt February 2012 Page A52 of 107 FORT WORTH, T BE-) he Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas 2070.208 Types The module shall be a 4X type board/front panel with three connectors. The connectors are 10 Pin Connector A, a NEMA 5-15 Receptacle and a Port 1 DA-15S connector labeled as either"C15S" or"Port V. The Port 1 (C15S) connector shall be a 15 pin metal shell DA-15 connector with female contacts. The connector shall be equipped with latching blocks and shall intermate with a 15 pin D type connector, Amp Incorporated part number 205206-1, or equivalent, which is equipped with spring latches, Amp Incorporated part number 745012-1, or equivalent. 2070.209 Power Incoming 2070 AC Power is derived from Connector A Pin C (AC+), Pin A (AC-), and Pin H (Equipment Ground). The power is directly routed to the NEMA 5-15 Receptacle with equipment ground also connected to the face plate. Connector A shall intermate with a NEMA TS2 Type I (MS3106O-18-IS)cable. 2070.210 Isolation The module shall isolate 2070 Serial Port 3 from the A3 Connector and reconvert the lines to external EIA 485 drivers/receivers which shall be terminated at C15S Connector. The Port shall be clocked at 153.6 Kbps. 2070.211 FCU Output An FCU output shall drive an open collector transistor whose output shall be routed to Connector A Pin F for use as a FAULT MONITOR Output. The transistor shall be capable of sinking 200 mA at 30 VDC. 2070.212 Connectors A,C15S pin out and functions Connectors A and C15S pin out and functions are as follows: CONNECTOR A Pin Function Pin Function Pin Function A. AC Neutral E NA I NA B. NA F Fault Monitor J NA C. AC Line G DCG#2 D. NA H EG(Equip Ground) CONNECTOR C15S: Pin Function Pin Function Pin Function 1 SP3TXD+ 6 DCG#2 11 SP3TXC- 2 DCG#2 7 SP3RXC+ 12 EG(Equip Ground) 3 SP3TXC+ 8 DCG 42 13 SP3RXD- 4 DCG#2 9 SP3TXD- 14 NA 5 SP3RXD+ 10 Port 1 Disable 15 SP3RXC- 2070.213 Serial Port 3 Serial Port 3 shall control the TS2 BIU Units using SDLC Protocol that meets the NEMA TS2 Type I Frame Command / Response Standards. SP3DCD shall be allocated to Port I Disable where 0 VDC input on C15S pin 10 equals DCD inactive (False). SP3DCD shall be opto-isolated from Port 1 Disable. February 2012 Page A53 of 107 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City*Dallas 4AN POWER SUPPLY MODULE 2070.214 4AND^OWXCR SUPPLY MODULE The 2070-4N Power Supply Module supports the NBYWA TS l and TS2 Standards. The module is identical to the 207O'4/\Power Supply Requirements except for the following: w The power cord shall have u 15 incb ± | inch length as zncaenrcd from the panel to the plug tips. 0 The AC Power Fail voltage shall he85VAC±2VAC. * The&C Power Restore voltage shall be90\/AC±2\/AC. 0 The 2O7O-4N(A)power supply shall have proper marking Example^^207O4N (/\Y` /\permanent sticker shall beun acceptable marking method. MODEL 2070- N FIELD 8/0MODULE 2070.215 2070-9 Module The Module shall consist m[the Module Cbummim, Module Power Supply, ;ClJController, Parallel Input/Output Ports, Serial Communications Circuits and Module Connectors. The Module CHASSIS shall be made ofO.O6 in. minimum aluminum sheet and treated with clear chromate. All external ocrcvvu, except where called out, shall be countersunk and shall be Phillips flat head duhUeee steel. The matching tints obu1{ be permanently captive on the mating surfaces. 2070.216 Module Front Panel The Module Front Panel shall bo furnished with the following: l. ON/OFF POWER Switch mounted vertically with 0Niu the D9position. 2. LED DC Power Indicator. The indicator sboU indicate that the requbedf 5 \/[}C in within 3Y6 and the f24VDCia within 8%. 3. Incoming VAC fuse protection. 4. T*oZ)B-25S COMM connectors labeled "E}{l" /b "IIX2." 5. Four NEM/\Connectors A,R, C, dLI}. 2070,217 Label A pen-nanent Label shall be affixed to the Front Panel. The label shall display the unit's serial number. The number shall be permanent and easy toread. 2070'218 Module Power Supply /\ Module Power Supply shall boprovided and located oo the right side of the module as viewed from the front. The supply shall provide the necessary module internal circuitry DC power p|oo 2.0 Aoocrca roiuboono of +24 l/I)C for nxtumnu| logic, detector inputs, and output load control. The supply shall meet the following requirements: Input D^n*tootinm, Two 0.5-()hm, 10-vvmd wire-wound power resistors with o 0.2 uB[ inductance (one nn the ACfLine 8t on the AC- Line) shall be provided. Three 20 Joule surge oocatoru between/\Cfto /\C-, AC+to BG, and AC- to EG shall be provided. /\ 0.68 [tF capacitor shall be placed between AC+&AC- (between the resistor& arrestors). Power Supply Requirements The Power Supply abu1) meet the specification as listed in Puvvcr }leqoironuon10 2070-162 0vouub 2070-171 Supply Requirements except Input Protection above. February 2012 Page/\54o[107 F©R WORTH;r: - The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas Tolerances. DC Voltage tolerances shall be f3% for 5 VDC and±8% for 24 VDC. 2070.219 Incoming AC Power The supplied Incoming AC Power shall be derived from Connector A Pins "p" (AC+) and "U" (AC Neutral). External+24 VDC shall be at Connector A, Pin "B" and Connector D Pin "NN." AC Power for the 2070 receptacle shall be tapped off from the secondary side of the ON Switch/Fuse configuration. 2070.220 Module PC Boards All Module PC Boards shall be mounted vertically. 2070.221 POWERDOWN,NRESET,and LINESYNC POWERDOWN, NRESET, and LINESYNC are incoming EIA-485 differential signals and shall be routed to the module via C12S Connector. The state of the module output ports at the time of POWERDOWN transition to LOW State and until NRESET goes HIGH shall be an open circuit. 2070.222 Requirements The Module shall meet all requirements under SECTION V — TYPE 2070-2 FIELD UO MODULE with the following exceptions: Parallel Ports 118 Bits of Input and 102 bits of Output shall be provided. Specification for inputs applies except the voltage is +24 in lieu of+12, Ground False ("0") exceeds 16.0 VDC, and Ground True("1") is less than 8.0 VDC. Serial Communication Circuitry The module shall interface with the 2070-213 Field I/O module via HAR I Harness meeting EIA-485 Requirements. HAR 1 Harness shall be 23 lines minimum with a C 12P Connector on one end and soldered with strain relief on the other. In addition to SP5 being routed to the FCU Controller interface, the SP3 EIA-485 Signal lines shall be routed only to the EXl Connector. 2070.223 EIA-232 Serial Port An EIA-232 Serial Port on the FCU shall be provided with baud rate selection by Shunt of 0.3, 1.2, 2.4, 4.8, 9.6, 19.2, & 38.4 Kbps asynchronous and shall be connected at EXl Connector. This hardware is provided for future expansion capability and its use/protocol is currently undefined. 2070.224 HAR 2 Harness A 22-line minimum HAR 2 Harness shall be provided between EX2 Connector and Model 2070-6 Serial COMM Module in the 2070 UNIT. This provides two Modems or EIA-232 Interfaces between the 2070 UNIT and the outside world. The two EG (Equipment Ground) lines within HAR 2 shall be connected between EX2 and the 2070-8 module chassis. 2070.225 Fault and Voltage Monitor Circuitry NEMA TS 1 Controller Fault and Voltage Monitor functions (outputs to cabinet monitor) shall be provided. OR Gates. Conceptually,two 3-input OR gates shall be provided. The gate 1 output shall be connected to Connector A, Pin A (Fault Monitor) and gate 2 output shall be connected to Connector A,Pin C. Any False state input shall cause a gate output False(+24VDC) state. February 2012 Page A55 of 107 The Cities of Fort Worth and Dallas, Texas DD Advanced Transportation Controller Specification ``'`y""Dallas FCU Output 078. The FCU output 078 shall normally change its state every 100 ms. A module Watchdog circuit shall monitor the output. No state change for 2 X0.1 seconds shall cause the circuit output to generate a FALSE (+24 VDC) output (input to gates 1 and 2). Should the FCU begin changing state, the Watchdog output shall return to TRUE (0 VDC) state. Operation. The module shall have a +5 VDC monitoring circuit which monitors the module's +5 VDC (±0.25). If the voltage exceeds the limits,the circuit output shall generate a False output (input to gates 1 and 2). Normal operation shall return the output state to TRUE state. Microprocessor Output. The FCU microprocessor output shall be assigned to FAULT Monitor (input to gate 1) and another output shall be assigned to VOLTAGE Monitor(input to gate 2). Message Outputs. CPU Port 5 Set Output Command Message Outputs 078 and 079 shall be assigned to FAULT (078) and VOLTAGE (079). The bit logic state "1" shall be FCU output FALSE. CPU/FCU Operations. CPU/FCU operation at POWER UP shall be as follows: 1. FCU Comm Loss Flag set. FAULT and VOLTAGE MONITOR outputs set to FALSE state. 2. CPU REQUEST MODULE STATUS COMMAND Message with `B"bit set is sent to FCU to clear Comm Loss Flag and FCU responds to CPU with`B"bit reset. 3. Before the Comm Loss timer expires, the SET OUTPUT COMMAND data must be sent. In that data, the 078 and 079 logically set to "0" will cause the FCU microprocessor port pins assigned for FM and VM outputs to go to their TRUE state. At this point,the signal outputs defined in the message will be permitted at the output connectors. Any number of other messages may be sent between the MODULE STATUS COMMAND and SET OUTPUTS COMMAND. 4. * If the above message sequence is not followed, Comm Loss Flag shall be set (or remain) and VM&FM shall retain the FALSE output state. 5. Performs items 2 & 3 above User Software. CPU/FCU Communications. A CPU/FCU Communications Loss during normal operation shall cause all outputs to go blank(FALSE state)and shall set the Comm. Loss Flag. FM and VM outputs shall be in FALSE state. 2070.226 Figures The following figures are found in Appendix B: • Front View A 11-1 • Side View A11-2 • ISO View A11-3 • Field I/O Module, Connector A& B Al 1-4 • Field I/O Module, Connector C &D Al 1-5 • Field 1/0 Module,EX1 &EX2 Connectors Al 1-6 • 2070-2N Field I/O Module Al 1-7 *Notes: Module sheet metal tolerance shall be 0.015 inch or less. February 2012 Page A56 of 107 FORT WORTH, The Cities of Fort Worth and Dallas, Texas Ox Advanced Transportation Controller Specification Ct°y of Dallas SECTION XI - TYPE 2070 PERIPHERAL EQUIPMENT. 2070.227 General Notes The 2070-6x and 2070-7x modules shall provide circuitry to disable its Channel 2 and EIA- 232 control lines (TX, RX, RTS, CTS, and DCD) when a ground true state is present at Connector Al, Pin B21 (C50 Enable). C50 Enable shall disable Channel 2 via disabling the RS-485 signals to and from the motherboard. The disable lines shall be pulled up on these modules. Line drivers/receivers shall be socket mounted or surface mounted. Isolation circuitry shall be opto- or capacitive-coupled isolation technologies. Each module's circuit shall be capable of reliably passing a minimum of 1.0 megabits per second. EIA-485 drivers to the external connectors must be capable of supporting either two times the maximum applicable baud rate for the port or 1 Mbps, whichever is less. EIA-232 drivers to the external connectors must be capable of supporting a minimum of 115,200 bits per second. The Communication modules shall be "Hot" swappable without damage to circuitry or operations. A communication"glitch" occurring during insertion/removal is acceptable sine the application program shall be able to recover/retry. Power-on and hot-swap current surges shall not exceed a 10 ms surge at three times (3x)the maximum rating of each voltage supply used by the module. 2070.228 Type 2070-6 A& B Async/Modem Serial Communication Modules Fuse Isolation. A fused isolated+5 VDC with a minimum of 100 mA power supply shall be provided for external use. Option—Bourns MF—MSMD020 PTC(Positive Temperature Coefficient) Resettable Fuse, or approved equal, allowed. Logic Switches. Two LOGIC switches per circuit shall be provided (faceplate mounted). One logic switch shall be used to vertically switch between Half-Duplex (Down) and Full- Duplex (Up). In Half-Duplex mode, the Transmit connections shall be used for both Receive and Transmit. A MODEM Enable switch shall be provided such that when in the UP Position shall enable MODEM and disable MODEM in the DOWN Position. Circuitry. Two independent circuits, designated CIRCUIT #1 and CIRCUIT #2, shall be provided. Both circuit functions shall be identical, except for their Serial Communications Port and external connector (CIRCUIT #1 to SPl [or SP3] and C2S Connector and CIRCUIT #2 to SP2 [or SP4] and C20S Connector). Circuits #1 and Circuits 42, shall optically isolate the FSK, C2 and C20 Serial Ports from the Motherboard SP EIA-495 signals. Each circuit shall provide full isolation from each other and the Model 2070 Motherboard. Modem Requirements. Each CIRCUIT shall have a common power independent MODEM with the following requirements: Data Rate: Baud modulation of 300 to 1200 for Module 2070-6A and 0 to 9600 for Module 2070-613. Modulation: Phase coherent frequency shift keying(FSK). Data Format: Asynchronous, serial by bit. February 2012 Page A57 of 107 ThwC��uofD7ext��mrth and l0a0am, Texas Advanced Transportation Controller Specification-��- City wDallas Line J& Signal Requirements: Type 3002 voice-grade, unconditioned Tone Carrier Frequencies (Transmit and R000hxe): MARK and SPACE: ±1% tolerance. The operating band shall he (half power, -3 dB) between |.OKHz &s2.4KJ­Iu for 207O-6/\ and 9.9kU{z6L l8.9K]Tz for 2070-68. Transmitting Output Signal Level: 0" -2, -4, -6, and-8 dB (o1 l.7l{I{z for 207O-6/\ & 14.7 IQBz for 207U'6B) continuous or switch selectable. Receiver Input Sensitivity: 0tn -40dB. Receiver ]0uwdpmom KrQtec Shall meet the error rate requirement specified below and provide 20 dB/octave, rnbzbunru active attenuation for all frequencies outside the operating band. Cloar-to-Seud (Cl[S) Delay: || +/-3 ouiUiaououdu. Receive Line Signal Detect Time: 8+/-2 zuiUiaeooudy mark frequency. Receive Line Squelch: 6.5 (+/-1)milliseconds, 0cuiUiue000da (()L17). Soft Carrier 1[orm Off Time: |O +/-2 milliseconds (O.V kilohertz for 2070-6/\ and 7.8 kilohertz for 2070-6]0). When the ll7S is unasserted, the carrier shall turn off or go to soft carrier frequency. Modem Recovery Time: Capable of receiving data within 22 milliseconds after completion of transmission. Error Rate: Shall not exceed l bit in 100 kilobits, with signal-to-noise ratio of 16 dB measured with flat-weight over u3UOto3,000 Hertz band. Transmit Noise: [eoo than -50 dB uuroom 600-obnzo resistive load vvkhiu the frequency spectrum o[30Otu3"OOO Hertz u1 maximum output. Modem interface: ElA-232 Standards. Control Switch: A CONTROL mvvkub shall be provided on the module front panel to h/on (}N(Oo)/OFF (0ovvn) all module power. 2078.229 Type 2O70'7AAxynu Serial Comm Module Circuitry. Two opto-isolated independent circuits, designated CIRCUIT#1 (Channel |) and CIRCUIT #2 (Channel 2), shall be provided. Their functions are idou1iuui, except for the CPU Serial Communications Port and external connector(CIRCUIT#ItoSP| [or S93] and Connector C2|8 and CIRCUIT#2to8P2 [or 8y4] and Connector C228). 2870-7A. Each circuit shall convert its [J/\-4#5 signal lines (8}C' ]X, R[S, CTS uud]]CD) to / from bound 1[OL Level Signals; isolate both signal and ground; and drive / receive external EIA-232 devices via C21 /C22 Connectors. Connectors shall be DB-9S type. LED Xmdioahmx. Each circuit signal ]X uodGX line abo]/ have an LED Indicator mounted on the front plate and labeled to function. February 2012 Page A5@of107 FORT WORTH, The Cities of Fort Worth and Dallas, Texas Ear Advanced Transportation Controller Specification City of Dallas SECTION XII- GLOSSARY 2070.230 Terms and Abbreviations Wherever the following terms or abbreviations are used, the intent and meaning is interpreted as follows: A Ampere AC Alternating Current AC+ 120 Volts AC, 60 hertz ungrounded power source AC- 120 Volts AC, 60 hertz grounded return to the power source ANSI American National Standard Institute ASCII American Standard Code for Information Interchange Assembly A complete machine, structure or unit of a machine that was manufactured by fitting together parts and/or modules ASTM American Society for Testing and Materials AWG American Wire Gage C Celsius C Language The ANSI C Programming Language Cabinet An outdoor enclosure generally housing the controller unit and associated equipment Certificate of Compliance A certificate signed by the manufacturer of the material or the manufacturer of assembled materials stating that the materials involved comply in all respects with the requirements of the specifications Channel An information path from a discrete input to a discrete output. Component Any electrical or electronic device Contractor The person or persons, Manufacturer, firm, partnership, corporation, vendor or combination thereof, who have entered into a contract with the DEPARTMENT, as party of the second part or legal representative Controller Unit That portion of the controller assembly devoted to the operational control of the logic decisions programmed into the assembly CPU Central Processing Unit CTS Clear To Send DAT Program The DEPARTMENT's Diagnostic and Acceptance Test Program dB Decibel dBa Decibels above reference noise,adjusted DC Direct Current DCD Data Carrier Detect(Receive Line Signal Detector) DIN Deutsche Industry Norm DRAM Dynamic random access memory. Random access means that the processor can access any part of the memory or data storage space directly rather than having to proceed sequentially from some starting place. DRAM is dynamic in that it needs to have its storage cells refreshed or given a new electronic charge every few milliseconds. EG Equipment Ground EIA Electronic Industries Association EMI Electro Magnetic Interference EPROM Ultraviolet Erasable,Programmable,Read Only Memory Device EEPROM Electrically Erasable,Programmable,Read Only Memory Device Equal Connectors: comply with physical dimensions, contact material, plating and method of connection. Devices: comply to function, pin out, electrical and operating parameter requirements, access times and interface parameters of the specified device February 2012 Page A59 of 107 FORTWORTU, The Cities of Fort Worth and Dallas, Texas EDO Advanced Transportation Controller Specification City of Dallas; ETL Electrical Testing Laboratories, Inc. Firmware A computer program or software stored permanently in PROM, EPROM, ROM or semi-permanently in EEPROM FLASH A +5 VDC powered IC Memory Device with nonvolatile, electrically erasable, programmable, 100K read/write minimum cycles and fast access time features FPA Front Panel Assembly HEX Hexadecimal Hz Heitz IC Integrated Circuit I.D. Identification IEEE Institute of Electrical and Electronics Engineers ISO Isolated Jumper A means of connecting/disconnecting two or more conductive by soldering/desoldering a conductive wire or by PCB post jumper KB Kilobytes Keyed Means by which like connectors can be physically altered to prevent improper insertion. Laboratory The established laboratory of the DEPARTMENT or other laboratories authorized by the DEPARTMENT to test materials involved in the contract LCD Liquid Crystal Display LED Light Emitting Diode LOGIC Negative Logic Convention(Ground True) State LSB Least Significant Byte Isb Least Significant Bit MB megabyte MSB Most Significant Byte msb Most Significant Bit In Milli MCU/MPU/IMP Micro Controller Unit,Microprocessor Unit, or Integrated Multiprotocol Processor MIL Military Specifications MODEM Modulation/Demodulation Unit Module A functional unit that plugs into an assembly Motherboard A printed circuit connector interface board with no active or passive components MOS Metal-Oxide Semiconductor MOV Metal-Oxide Varistor MS Military Standards N Newton: SI unit of force N.C. Normally closed contact N.O. Normally open contact NA Presently Not Assigned. Cannot be used by the Manufacturer for other purposes NEMA National Electrical Manufacturer's Association NETA National Electrical Testing Association, Inc. n nano NLSB Next Least Significant Byte n1sb Next Least Significant Bit NMSB Next Most Significant Byte February 2012 Page A60 of 107 oRT WORTH, The Cities of Fort Worth and Dallas, Texas DER Advanced Transportation Controller Specification City of Dallas nmsb Next Most Significant Bit PCB Printed Circuit Board PDA Power Distribution Assembly PLA/PAL Programmable Array Logic Device Power Failure A Power Failure is said to have occurred when the incoming line voltage falls below 92+/- 2 VAC for 50 milliseconds. See Power Conditions. Power Restoration Power is said to be restored when the incoming line voltage equals or exceeds 97+/-2 VAC for 50 milliseconds. See Power Conditions. Power Conditions 16.7 ms (one 60 Hertz cycle) reaction period is allowed to be included in the 50 milliseconds timing or added to (67 milliseconds duration). The hysteresis between power failure and power restoration voltage settings shall be a min. of 5 VAC with a threshold drift of no more than 0.2 VAC. ppm Parts per million PWM Pulse Width Modulation RAM Random Access Memory RF Radio Frequency RMS Root-Mean-Square ROM Read Only Memory Device RTS Request to Send R/W Controller Unit Read/Write Control Line RxD Received Data SCI Serial Communications Interface SDLC Synchronous Data Link Control S Logic State S second Second Sourced Produced by more than one Manufacturer SRAM Static Random Access Memory Device SW Switch TB Terminal Block TOD Time Of Day Clock Triac Silicon-Controlled Rectifier which controls power bilaterally in an AC switching circuit TTL Transistor-Transistor Logic Thumb Screw Device (TSD ) A retractable screw fastener with projecting stainless steel screw, spring and natural aluminum knob finish. (TSD No.2 shall be flat black.) TSD No.1 - 8-32 SOUTHCO#47-62-301-20 or equal. TSD No.2- 8-32 SOUTHCO#47-62-301-60 or equal. TSD No.3 -M3 SOUTHCO#47-82-101-10 or equal. TxD Transmitted Data U Micro UL Underwriter's Laboratories,Inc. VAC Voltage Alternating Current(root mean square) VDC Voltage Direct Current VME Versa Module Eurocard,VMEbus Standard IEEE P1014/D1.2 x Number Value XX Manufacturer's Option WDT Watchdog Timer: A monitoring circuit, external to the device watched, which senses an Output Line from the device and reacts February 2012 Page A61 of 107 FoRTWORTH, The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification c"y of Dallas A6 Nondestructive Transient Immunity. The Test Unit (with protection in place and operational) shall be capable of withstanding a high energy transient having the following characteristics repeatedly applied to the alternating current input terminals (no other power connected to terminals)without failure of the test unit: • Amplitude: 2000 Volts(+/-5 percent),both positive and negative polarity. • Energy Source: Capacitor, oil filled, 1.5 microfarads (+/-10 percent), internal surge impedance less than 1 olmm. • Repetition: Applied to the Test Unit once every 2 seconds for a maximum of three applications for each polarity. • After the foregoing, the Test Unit shall perform all defined functions upon the application of nominal alternating current power. • This test is considered to be a minimum test requirement for the Test Unit complying with ANSI/IEEE C62.41 (100 Kilohertz Ring Wave, the 1.2/50 microseconds — 8/20 Combination Wave and the EFT Burst) at voltages and currents specified at "Location Category 132" and at "Test Severity" level III (i.e. up to 4.0 Kilovolts, open-circuit). Regional conditions may warrant additional testing as described in ANSI/IEEE C62.41. (Authorized Engineering Information). TEST FACILITIES A7 Test Facilities All instrumentation required in the test procedures, such as voltmeters, ammeters,thermocouples, pulse timers, etc. shall be selected in accordance with good engineering practice. In all cases where time limit tests are required, the allowance for any instrumentation errors shall be included in the limit test. • Variable Voltage Source: A variable source capable of supplying 20 amperes from 100 VAC to 135 VAC. • Environmental Chamber: An environmental chamber capable of attaining temperatures of-37 degrees C to+74 degrees C and relative humidity given in Table 1. • Transient Generators: Transient generators capable of supplying the transients outlined above. TEST PROCEDURE: TRANSIENTS,TEMPERATURE,VOLTAGE,AND HUMIDITY A8 Test A: Placement in Environmental Chamber and Check-Out of Hook-Up 1. Place the test unit in the environmental chamber. Connect the test unit AC input circuit to a variable voltage power transformer, voltmeter, and transient generator. The transient generator shall be connected to the AC input circuit at a point at least 25 feet from the AC power source and not over 10 feet from the input to the test unit. 2. Connect test switches to the appropriate terminals to simulate the various features incorporated into the test unit. Place these switches in the proper position for desired operation. 3. Verify the test hook-up. Adjust the variable-voltage power transformer to 120 VAC and apply power to the test unit. Verify that the test unit goes through its prescribed startup sequence and cycles properly in accordance with the operation determined by the positioning of test switches. Upon the satisfactory completion and verification of the test hook-up,proceed with Test B. A9 Test B: Transient Tests (Power Service) 1. Program the test unit to dwell. Verify the input voltage is 120 VAC. 2. Set the transient generator to provide high-repetition noise transients as follows: February 2012 Page A66 of 107 FORT WORTH,, The Cities of Fort Worth and Dallas, Texas , Advanced Transportation Controller Specification Cifr of Dallas • Amplitude: 300 Volts (+1-5 percent),both positive and negative polarity. • Peak Power: 2500 watts. • Repetition Rate: One pulse every other cycle moving uniformly over the full wave in order to sweep once every 3 seconds across 360 degrees of line cycle. • Pulse Rise Time: 1 microsecond. • Pulse Width: 10 microseconds. 3. Apply the transient generator output to the AC voltage input for at least 5 minutes. Repeat this test for at least two conditions of dwell for the test unit. The test unit shall continue to dwell without malfunction. 4. Program the test unit to cycle through normal operations. Turn on the transient generator (output in accordance with item 2) for 10 minutes, during which time the test unit shall continue to cycle without malfunction. 5. Set a transient generator to provide high-repetition noise transients as follows: • Amplitude: 300 Volts (+1-5 percent),both positive and negative polarity. • Source Impedance:Not less than 1000 ohms nominal impedance. • Repetition: One pulse per second for a minimum of five pulses per selected terminal. • Pulse Rise Time: I microsecond. • Pulse Width: 10 microseconds. Program the test unit to dwell. Verify the input voltage is 120 VAC. 6. Apply the transient generator (output in accordance with item 5) between logic ground and the connecting cable termination of selected Field I/O input/output terminals of the test unit. A representative sampling of selected input/output terminations shall be tested. The test unit shall continue to dwell without malfunction. 7. Program the test unit to cycle. Turn on the transient generator (output in accordance with item 5) and apply its output to the selected Field I/O input/output terminations. The test unit shall continue to cycle without malfunction. 8. Reinstall protection and set a transient generator to provide low-repetition high-energy transients as follows: • Amplitude: 600 Volts(+1-5 percent), both positive and negative polarity. • Energy Discharge Source: Capacitor, oil-filled, 10 microfarads. • Repetition Rate: One discharge each 10 seconds. • Pulse Position: Random across 360 degrees of line cycle. 9. Program the test unit to dwell. Verify the input voltage is 120 VAC. 10. Discharge the oil-filled 10-microfarad capacitor ten times for each polarity across the AC voltage input. Repeat this test for at least two conditions of dwell. The test unit shall continue to dwell without malfunction. 11. Program the test unit to cycle through normal operations. Discharge the capacitor ten times for each polarity while the test unit is cycling, during which time the test unit shall continue to cycle without malfunction. 12. During the preceding transient tests,the test unit shall continue its programmed functions. The test unit shall not skip normal program intervals/steps or portions thereof when in normal operation; place false inputs or produce false outputs while in dwell; disrupt normal sequences in any manner; or change parameters. 13. Nondestructive Transient Immunity: • Turn off the AC power input to the test unit from the variable-voltage power source. • Apply the following high-energy transient to the AC voltage input terminals of the test unit(no other power connected to terminals): o Amplitude: 2000+- 100V,both positive and negative polarity. o Peak Power Discharge: Capacitor, oil-filled, 15 microfarads. February 2012 Page A67 of 107 Fo1zT QRTH.r The Cities of Fort Worth and Dallas, Texas I Ot Advanced Transportation Controller Specification City of Dallas o Maximum Repetition Rate: Applied to the Cabinet Assembly once every 2 seconds for a maximum of three applications for each polarity. • Upon completion of the foregoing, apply 120 VAC to the test unit and verify that the test unit goes through its prescribed startup sequence and cycles properly in accordance with the programmed functions. The first operation of the over-current protective device during this test is not considered a failure of the test unit. NOTE—Tests C through G follow the profile indicated in Figure Al to demonstrate the ability of the test unit to function reliably under stated conditions of temperature, voltage, and humidity. so ® - - - - - - - - - - - - - - - - - - - - 70 60 SEE NOTES J 50 SEE NOTES >j 1 AND 3 W 40 1 AND 2 M Co � r U) I I LU W 30 I I (AMBIENT) _ _ _ _ _ _ _ _ ® I I ® SEE NOTES i ® ®1 c 10 V 1 AND 3 V L j I 1 j ® I 1 0 0 r I I r I- 1 I I 1 WQ 10 I I 1 I I I I 1 IL I U U I I 1 W 20 1 > >I I 1 I 1 F_ 1 o M 30 I I I - - - - - - - -- - - - - - I I 1 40 1 I I I 1 A+B C D E F G Figure Al — Test Profile NOTES: 1. The rate of change in temperature shall not exceed 18 degrees C per hour 2. Humidity controls shall be set in conformance with the humidity given in Table 1 during the temperature change between Test D and Test E. 3. If a change in both voltage and temperature are required for the next test, the voltage shall be selected prior to the temperature change. A10 Test C—Low-Temperature Low-Voltage Tests 1. Definition of Test Conditions February 2012 Page A68 of 107 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification City of Dallas • Environmental Chamber Door: Closed. • Temperature: -37 degrees C. • Low Voltage: 100 VAC. • Humidity Control: Off. 2. Test Procedure: While at room temperature, adjust the input voltage to 100 VAC and verify that the test unit is still operable. • With the test unit cycling through normal operations, lower the test chamber to -37 degrees C at a rate not exceeding 18 degrees C per hour. Allow the test unit to cycle for a minimum of 5 hours at-37 degrees C with the humidity controls in the off position. Then operate the test switches as necessary to determine that all functions are operable. • Remove power from the test unit for a minimum period of 5 hours. Upon restoration of power, the test unit shall go through its prescribed startup sequence and then resume cycling. • With the test unit at -37 degrees C and the input voltage at 100 VAC, evaluate the following item against the respective standards: o Power Interruption Tests On satisfactory completion of this test,proceed with Test D. All Test D—Low-Temperature High-Voltage Tests 1. Definition of Test Conditions • Environmental Chamber Door: closed. • Low Temperature: -37 degrees C. • High Voltage: 135 VAC. • Humidity Controls: Off. 2. Test Procedure: While at -37 degrees C and with humidity controls off, adjust the input voltage to 135 VAC and allow the test unit to cycle for 1 hour. Then operate the test switches as necessary to determine that all functions are operable. 3. With the test unit at-37 degrees C and the input voltage at 135 VAC (humidity controls off), evaluate the following items against the respective standards: • Power Interruption Tests On satisfactory completion of this test,proceed to Test E. Al2 Test E—High-Temperature High-Voltage Tests 1. Definition of Test Conditions • Environmental Chamber Door: Closed. • High Temperature: +74 degrees C. • High Voltage: 135 VAC. • Humidity Controls: In accordance with the humidity given in Table 1. 2. Test Procedure - With the test unit cycling, raise the test chamber to +74 degrees C at a rate not to exceed 18 degrees C per hour. Verify the input voltage is 135 VAC. 3. Set the humidity controls to not exceed 95 percent relative humidity over the temperature range of+1.1 degrees C to +46 degrees C. When the temperature reaches +46 degrees C, readjust the humidity control to maintain constant absolute humidity; +42.7 degrees C wet bulb that results in the relative humidity shown in Table Al. Verify that the test unit continues to cycle satisfactory during the period of temperature increase and at established levels of relative humidity. • Allow the test unit to cycle for a minimum of 15 hours at+74 degrees C and 18 percent relative humidity. Then operate the test switches as necessary to determine that all functions are operable. • With the test unit at+74 degrees C and 18 percent relative humidity and the input voltage at 135 VAC, evaluate the following items against the respective standards: February 2012 Page A69 of 107 FORT O TH, The Cities of Fort Worth and Dallas, Texas B`r Advanced Transportation Controller Specification city"'Dallas o Section -Power Interruption Tests On satisfactory completion of this test,proceed to Test F. A13 Test F—High-Temperature Low-Voltage Tests 1. Definition of Test Conditions • Environmental Chamber Door: Closed. • High Temperature: +74 degrees C. • Low Voltage: 100 VAC. • Humidity Controls: 18 percent relative humidity and+42.7 degrees C wet bulb. 2. Test Procedure: Adjust the input voltage to 100 VAC and proceed to operate the test switches to determine that all functions are operable. With the test unit at +74 degrees C and 18 percent relative humidity, +42.7 degrees C wet bulb, and the input voltage at 100 VAC, evaluate the following items against the respective standards: • Power Interruption Tests On satisfactory completion of this test,proceed to Test G. A14 Test C Test Termination 1. Program the test unit to cycle. 2. Adjust the input voltage to 120 VAC. 3. Set the controls on the environmental chamber to return to room temperature, +20 degrees C (+1-5 degrees C), with the humidity controls in the off position. The rate of temperature change shall not exceed 18 degrees C per hour. 4. Verify the test unit continues to cycle through normal operations properly. 5. Allow the test unit to stabilize at room temperature for 1 hour. Proceed to operate the test switches to determine that all functions are operable. A15 Test H—Appraisal of Equipment under Test 1. A failure is defined as any occurrence that results in other than normal operation of the equipment. (See sub-section item b. below for details.) If a failure occurs, the test unit shall be repaired or components replaced, and the test during which failure occurred shall be restarted from its beginning. 2. The test unit is considered to have failed if any of the following occur: • If the test unit skips normal program intervals/steps or portions thereof when in normal operation, places false inputs, presents false outputs, exhibits disruption of normal sequence of operations, or produces changes in parameters beyond specified tolerances, or • If the test unit fails to satisfy the requirements of Tests A to G, inclusive. 3. An analysis of the failure shall be performed and corrective action taken before the test unit is retested in accordance with this standard. The analysis shall outline what action was taken to preclude additional failures during the tests. 4. When the number of failures exceeds two, it shall be considered that the test unit fails to meet these standards. The test unit may be completely retested after analysis of the failure and necessary repairs have been made in accordance with item c. 5. Upon completion of the tests, visually inspect the test unit. If material changes are observed which will adversely affect the life of the test unit,the cause and conditions shall be corrected before making further tests. 6. Upon satisfactory completion of all of the tests described, test the unit in accordance with the Vibration Test. February 2012 Page A70 of 107 FORT oRTH Do- The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification c'`''of Dallas A16 Vibration Test A16.1 Purpose of Test This test is intended to duplicate vibrations encountered by the test unit(individual major components)when installed at its field location. Fasten the test unit securely to the vibration test table prior to the start of the test. A16.2 Test Equipment Requirements. 1. Vibration table with adequate table surface area to permit placement of the test unit. 2. Vibration test consists of- 0 Vibration in each of three mutually perpendicular planes. • Adjustment of frequency of vibration over the range from 5 hertz to 30 hertz. • Adjustment of test table excursion(double amplitude displacement)to maintain a `g' value, measured at the test table, of 0.5g; as determined by the following formula: g=0.051 l df? Where: d=excursion in inches f=frequency in hertz A16.3 Resonant Search 1. With the test unit securely fastened to the test table, set the test table for a double amplitude displacement of 0.015 inch. 2. Cycle the test table over a search range from 5 hertz to 30 hertz and back within a period of 12.5 minutes. 3. Conduct the resonant frequency search in each of the three mutually perpendicular planes. 4. Note and record the resonant frequency determined from each plane. • In the event of more than on resonant frequency in a given plane, record the most severe resonance. • If resonant frequencies appear equally severe,record each resonant frequency. If no resonant frequency occurs for a given plane within the prescribed range, 30 hertz shall be recorded. A16.4 Endurance Test 1. Vibrate the test unit in each plane at its resonant frequency for a period of 1 hour at amplitude resulting in 0.5g acceleration. 2. When more than one resonant frequency has been recorded, the test period of 1 hour shall be divided equally between the resonant frequencies. 3. The total time of the endurance test shall be limited to 3 hours, 1 hour in each of three mutually perpendicular planes. A16.5 Disposition of Equipment under Test 1. Examine the test unit to determine that no physical damage has resulted from the vibration tests. 2. Check the test unit to determine that it is functionally operable in all modes of its prescribed operation. 3. The test unit may be removed from the test table. Upon satisfactory completion of the vibration test, proceed with the shock(impact)test. February 2012 Page A71 of 107 FART WORTH, The Cities of Fort Worth and Dallas, Texas a Advanced Transportation Controller Specification City of Dallas A17 Shock(Impact) Test. A17.1 Purpose of Test The purpose of this test is to determine that the test unit is capable of withstanding the shock (impact) to which it may reasonably be subjected during handling and transportation in the process of installation, repair, and replacement. It is to be noted that the test unit is not, at this time, in its shipping carton. Fasten the test unit firmly to the specimen table. In each of its three planes the test, drop the unit from a calibrated height to result in a shock force of I Og. A17.2 Test Equipment Requirements. 1. Shock (impact) test fixture equivalent to that suggested by the simplified sketch shown in Figure 2. 2. The test table shall have a surface area sufficient to accommodate the test unit. 3. Calibrate the test table and the items tested as indicated. This shock test defines the test shock to be I Og(+/-I g). • Measure calibration of the test equipment for these shock tests by three accelerometers having fixed shock settings of 9g, I Og, and I I g. They shall be Inertia Switch Incorporated ST-355, or the equivalent. Attach these devices rigidly to the test table. • Calibration of the fixture for each item to be tested is as follows: • Place a dummy load weighing within 10 percent of the test unit on the table. • Reset the three accelerometers and drop the test table from a measured height. • Observe that the accelerometers indicate the following: • Activate the 9g accelerometer. • The I Og unit may or may not be actuated. • The I I g unit shall not be actuated. ROPE AND PULLEY HEIGHT MEASURGME TESTTABLE RUBBERIZED HAIR— `ENERGY ABSORBING MATERIAL. MINIMUM DEPTH OF MATERIAL=30.48 CENTIMETERS 12 INCHES Figure 2 Shock Test Fixture February 2012 Page A72 of 107 The Cities of Fort Worth and Dallas, Texas DO) Advanced Transportation Controller Specification City of Dallas • Repeat calibration test (a) and (b) adjusting the height of the drop until, on ten successive drops,the following occurs: o The 9g unit is actuated ten times. o The l Og unit is actuated between four to eight times. o The 11 g unit is not actuated on any of the ten drops. A17.3 Test Procedure. 1. The calibration height of the drop for the particular item under test as determined in Test Equipment Requirements shall be used in this procedure. 2. Secure the test unit to the test table surface so that the test unit rests on one of its three mutually perpendicular planes. 3. Raise the test table to the calibrated height. 4. Release the test table from the calibrated height, allowing a free fall into the box of energy absorbing material below. 5. Repeat the drop test for each of the remaining two mutually perpendicular planes, using the same calibrated height for each drop test of the same test unit. 6. The observations of the accelerometer for the three tests of the test item are: • The 9g unit is actuated for all three tests. (Repeat the calibration if the unit is not actuated.) • The l Og unit may or may not be actuated in these tests. • The 11 g unit is not actuated on any drop. (If the unit is actuated, repeat the calibration only if the test unit has suffered damage.) A17.4 Disposition of Test Unit. 1. Check the test unit for any physical damage resulting from the drop tests. 2. Check the test unit to determine that it is functionally operable in all modes of its prescribed operation. 3. Satisfactory completion of all environmental tests, including the shock (impact) is required. Alb Power Interruption Tests Conduct the following power interruption tests at low input voltage (100 VAC) and high input voltage(135 VAC) at-37 degrees C, and+74 degrees C. A18.1 Short Power Interruption While the Test Unit is cycling through normal operations, remove the input voltage for a period of 475 milliseconds. Upon restoration of the input voltage, check to insure that the Test Unit continues normal operation as though no power interruption has occurred. Repeat this test three times. A18.2 Voltage Variation All circuits of the Test Unit shall be subjected to slowly varying line voltage during which the Test Unit shall be subjected to line voltage that is slowly lowered from a nominal 120 VAC line voltage to 0 VAC at a rate of not greater than 2 Volts per second. The line voltage shall then be slowly raised to 100 VAC at which point the Test Unit shall resume normal operation without operator intervention. Perform this test at both - 37 degrees C and +74 degrees C, at a nominal 120 VAC line voltage. Repeat this test three times. February 2012 Page A73 of 107 The Cities of Fort Worth o�� Texas Advanced Transportation Controller Specification-�� City mo"/m° Al 8.3 Rapid Power Interruption Subject the Test Unit to rapid power interruption toyhno of the form that the povvcc is off for 350 rniUiueouodm and on for 650 nuiUioocooda for a period of minutes. perfbou power interruption through electromechanical contacts of an appropriate size for the load. [)ozio8 this \naduA, the controller ubaU function 0000mUy and continue uououl sequencing(oporutioo) u1 the conclusion of the test. This test shall bo performed o;both - 37 degrees C and +74 degrees C, u1unominal 120 VAC line voltage. Repeat this test three times. February 2012 Page&74of107 FORT WORTHv, The Cities of Fort Worth and Dallas, Texas Do-) Advanced Transportation Controller Specification City of Dallas APPENDIX B -DETAILED DRAWINGS List of Contents Type 2070 Unit Chassis Front View-Figure A9-1 Type 2070 Unit Chassis Rear View-Figure A9-2 Type 2070 Unit Chassis Top View-Figure A9-3 Type 2070 Unit Chassis Motherboard-Figure A9-4 Type 2070 Unit Motherboard A Connector Pinouts -Figure A9-5 Type 2070 Unit System PCB Modules, General-Figure A9-6 Type 2070-2 Field UO Module-Figure A9-8 Type 2070-2 Field I/O Module C1 &CH Connectors Figure A9-9 Type 2070-3 Front Panel Assembly Figure A9-10 Type 2070-3 Front Panel Assembly,Key Codes Figure A9-11 Type 2070-3 Front Panel Assembly,Key Codes Figure A9-12 Type 2070-4 Power Supply Module-Figure A9-13 Type 2070-1C CPU Module-Figure A9-15 Type 2070 Serial Port Descriptors Defaults -Figure A9-16 Type 2070 Power Failure Reactors-Figure A9-17 Type 2070-6 Async/Modem Serial Comm Module—Figure 10-5-1 Type 2070-7 Serial Comm Module—Figure 10-5-2 Type 2070-NI N1Controller Unit Front View-Figure Al 1-1 Type 2070-N1 NI Controller Unit Side View-Figure Al 1-2 Type 2070-N1 N1 Controller Unit ISO View-Figure Al 1-3 Type 2070-8 Field I/O Module Connector A&B - Figure A11-4 Type 2070-8 Field I/O Module Connect C&D-Figure Al 1-5 Type 2070-8 Field I/O Module EXI&EX2 Connector—Figure A11-6 Type 2070-2N Field UO Module—Figure Al 1-7 Source: California Department of Transportation(Caltrans), California Transportation Electrical Equipment Specifications (TEES).March 9, 2009 February 2012 Page A75 of 107 MODEL 2070 UNIT 13 E1A 6,97 4.0 ®®®® TR CONTRAST 0 ®®®® ® ON csos ACTIVE a®®� SEE AUX l OFF " 1• CSOJ FRONT PANEL INSTALLED SEE NOTE 6�-{ ®.57 I EE NOTE C i.o O 4 D O O PSi ss s4 s3 SE! S1 Psi _ 4.97 FUSE 3 AMP S8 00 00 ON i POUR A5 A4 A3 AE Al nFr a o c o 0 SEE NOTE 5 SEE NOTE I5.75 MIN [PENNING 0.57 FRONT PANEL REMOVED NOTES: (FOR THIS DETAIL) 1. The unit shall be capable of mounting to a Standard EIA-3108 Rack using 4U open end mounting slots. 2. Continuous stainless steel hinge (0.157in maximum hinge barrel) that attaches to the Front Panel by two TSD #1 Thumbscrew devices. 3. Actual location of ACTIVE light, AUX switch, C50S, C50J and contrast control shall be limited to ACTIVE light on the left side of the panel; AUX switch, C50S, C50J and the contrast control on the right side. They shall be located greater than 1 in from the edge of each other, other devices, connector or latch. C50J only needs to be 0.25in minimum from C50S. 4. The length of the Front Panel Harness shall be Sin + 2% and it shall be removeable. 5. LED indicators for each DC voltage shall be provided. 6. With the hinge installed, the distance between the TSD hole center and the CHASSIS Right Side (inside plane) shall be 0.55in. 7. All dimensions shown are in inches. TITLE MODEL 2070—CHASSIS FRONT VIEW NO SCALE A9-1 TEES 2009 February 2012 Page A76 of 107 i ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Bean Electrical, Inc PROJECT NAME: MW/DBE Z NON-M//WDBE E Lancaster Avenue Traffic Signals BID DATE 3/12/2015 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 10 Rio 1 12 Rio 02336 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing , Department on or before 5:00 p.m. five(5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the ;prime contractor, i.e., a direct' payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. -if hauling services are utilized,';the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm,;including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner:-..operators, but will only receive credit for the fees-and commissions earned' by the MBE as outlined in the lease agreement. Rev.5/30/12 FORT WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E EI Cala Construction LLC Concrete 70,000.00 70,000.00 P.O. Box 7576 Placement, Fort Worth, Texas 76111 1 F-1 forming Tel 817 271 3640 Fax 817 222 0578 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Rev.5/30/12 FORTWORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority_and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate n SUBCONTRACTOR/SUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El F] F] F1 Rev.5/30/12 ATTACHMENT 1A FORT WORTH 3-1 Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers s70,OOO.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS s70,000.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance.creates a material breach of the contract and may result in a determination of an irresponsible Offeror andd, barmpnt,,frWparticipating in City work for a period of time not less than one (1) year. Roy E Bean 11 Tuthorizeci/sigpiture Printed Signature President Chip Bean President Title Contact Name/Title(if different) can Electrical, Inc 817561 7400 Company Name Telephone and/or Fax 821 E Enon 817561 7403 Address E-mail Address Fort Worth Texas 76140 cbean@beanelectrical.com City/State/Zip Date Rev.5/30/12 t —��� ..Y .y,x,�,T"M� 1 ♦ � e.s,�;,,.ad��. ,. '�+��'` ,�,;.. a� ray� �"ll�` s fy!. y a s I Ed e saw _. • d ® V2 .A 1 Celt O ' ! O O V , .7 1 WD u to -O - KN CL cl . ; O ` I i Q L M tD o N. O ' # C O O Q >-.4;4;s W ._ Q O 1 CL o U=3 co y V m _ L C t z3 ? N i CD 0 LO I i. a c�0 I r M N O—O � tl to s j U & 0 ca m (7 (A r u m +' .� (Q t W Q co M c m d N O O N c ®Poo v O O _ f .. ..... ... I� J',, ~ - ' t r 70 � � y t^/J Lam" ^`"#•i 1 Aff COi y t � F � u ' gir ..• f ir ! `q s s s ��."+ � ° ,- `r....r �' � ss •,.tF .. ' ^'' 1' .fir:- �c, f 1t\lam. .%'/,i'+Y '"��sfly+�f 1ti �i:, ,t fdrfr er�,�� .�+w+j7ffi�a ria���:``���+"qf♦ a v�i,�.r a'+rf+,�elt+fin t.�,l+'t1f' r t\ait'�',��5':�i{+r r 8 "� _'{{+ r+,�,('�\��n''� ','i'ir{r{ti�'/'►i'�"°',1�(/(�((�\�►\►\��►'iu{rflr �Sitn�'�5#{if(i{y t�'tn`°���nv{lift{�+,(;''�ttt�l �t1�."u/�f({��,n - r`� {c-•ten f � 1 �..f s e _ ' "�1111' • _ e �a rte='"- • -�__'_fie. • � nn�lr- m� •=- - •„i nm in gun, ` i_ Hato :+nun„q r rr "(li rllfr rrn ;;hnmiu,P7: r .u,rnr'.- '..ikrl ants+, vr•`,.', mmn r_ju r,u�•i�+'i7,, .,,,' _.:a, '�i(S!r'hh��4 -;•aa ,�( . r �,sr{r,+.� .am, I�..�J ��� ,-•u u n,_ umm�•i(ni^ru�liyt nnnr•;r�=>rr, ( r',�"�(ai �,v u i ti' +unrnur:-..a(1�mtt p �t( r I . nm��i 1 tff i ( =(tnr,.::_.:�„nu ((f ref'f (v n,�;.-::,}( �t{:::. �ati;-'''`:'r`�.-• inarfr j: �'•a Imiti (llrl 1 lint ujr.:,-__...ititn�(, Cj hrl,rrh(n(,��, _..:mns�a{� ��ryu r n.r:'.-_.-`:3„a�ttP[/,,� �tlt +nrn!. .....yhntn(�y(1 1+(f t+unw sgtA(,1(i1 1 tee I{(nom. ,�Stll�u�1�-=:;,.. ._- r -� l i r ( r fr rc y,g(( ,t'f( r Unra •(w,�aP(� �;'(rb6' `un((st( Nrt uu. ,tu\t t !fr�uun? I�niPS'�(f�r'U�`{ni:; ,uiriP1� 'r .=��f�i{{i'�,,.� "�'i°i(��(�jIS4r{1tf{i,i{iair,. -'(ii; i�if ltii ur, t .,.anti{�� rfr{rni z b�� )) ■ � { l <°(a atr�1, Jr ( 'Pat�,t/// -' ` � t � �� r r' � t r�nen � .ttt •`��+(f{i+u({(///1�'!'f) ;ant`��t+rq+qrf;, '�'��'1 i i(Yji lry+ � J)/ \R(fW+.:ltl�Ala riaF'r+f+i1'"�`.iiQ;at i'f t++•�;•nt�, ,�u1i'� ; �S,ti`+ s4� �NU +�i U+tt�',";`*,;,�i�,+`�� a 00 35 13 BID FORM Page I of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://ww-w.ethics.state.tx.us/forms/CIQ.pd http://www.ethics.state.tx.us/forms/CIS.pd CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Bean Electrical, Inc By: Roy B n 11 Roy 7 821 E. Enon Signature: P.O. Box 40016 Fort Worth Texas 76140 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy of 00 41 0000 43 1300 42 4300 43 37 00 45 1200 35 13—Bid Proposal Workbook REV 1 (version 1) P12 i ;t FORT WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE aoal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El Cala Construction LLC Concrete 70,000.00 70,000.00 P.O. Box 7576 Placement, Fort Worth, Texas 76111 1 ❑ forming Tel 817 271 3640 Fax 817 222 0578 ❑ ❑ ❑ ❑ Rev.5/30/12 FORT WORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority_and-non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firms SBE certification if they have not previously registered with the City's MMBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate n SUBCONTRACTORISUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El R R F] Rev.5/30/12 ,0-3 '15-15 F 12 :2%S I h ATTACHMENT 1A FORT WORTH Page 4 of 4 *1111� Total Dollar Amount of MBE Subcontractors/Suppliers $70,000.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $70,000.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance...creates a material breach of the contract and may result in a determination of an irresponsible Offeror and,,,debarmeii!,!r(fr—r(participating in City work for a period of time not less than one (1) year. Roy E Bean 11 Authorizeq Slrdture Printed Signature President" '' Chip Bean President Title Contact Name/Title(if different) Bean Electrical, Inc 817561 7400 Company Name Telephone and/or Fax 821 E Enon 817561 7403 Address E-mail Address Fort Worth Texas 76140 cbean@beanelectrical.com City/Statelzip Date Rev.5/30/12 Disadvantaged Business w o Enterprise Certificationn Tier Texas Regional Certiificat'ion Agency elk- _El Cala Construction, LLC C'atdoa ' Disadvantaged Business Enterprise has filed with the Agency an Affidavit as defined by'49 Cl R fart-2G and is hereby certified to provide service(s)' in the following areas: 238100; 238990;237310; 237990; 238910; Commercial and Institutional Building Construction (pt); All Other Specialty Trade Contractors (pt); Highway; Street, and Bridge Construction (pt); Other Heavy and Civil Engineering This Certification is valid begining October 2014 and superceded any registration or listing Previously issued. This certification mist ne updated:annually by submission of an Annual Update Affidavit ;At anytime there is a change in ownership or control of the firm, notification must be made' immediately to the North Central Texas Regional Certification Agency. Certification Administrator Issued dateOctober ,20 14 CERTIFICATION NO. HMDB63366Y1015 1 fr+�v�� iH"f� f`yj/'` t�tiL��•/ff�,4. ~ 4 ' ,+'I« ��`a �lf�l"Y 1�o �»/ ♦ \ � �� i= a� �fJ,A- ♦ i� ��r4+rr a:a, Sffn°%i r�tn�Z �! A s� � rir +f �,�1 ,si"l 1 ♦«,�asa ��� Ku I« it�a a +f r8 si ila}�[ �pSa A'rl �+'`> .:it3 e. ,t ,, .'' h{{ 'ia _.. ,::°`wif{i« ' la4nt„: -'{{}i{(i{+( ;���ii•'t, n Vin({{j+{ 1 alt;`-i' .•11i{,{} .•:. _✓;,��;� �{!{,{,r( '', �� '� ;��,�;�5(�.�,} �t 1 ►�titt�� i��;;�',r,A,l, s�{ i°,:���� Il 1 Isi, I� t rrlt' �� ',!a„'All to au” n5F{ii' .r= �it n•` ,Jliui;t��a� �`•. ��t'1 1 '1 x r m4ttii`��k Itt !t'stt;,+... }sf l L��i [t�°llat+t' rl. Id �A i�s!11+SS1 ,. L14t{t.,!ri i w1"*s Ala as as am w� s `y � a f . S _—K— 40 //'`�'`` _ ---__ - /�J msa� ..0 JR== . san:.,,.1 ...ltt17ln•_,,nnt�a• •,�"r�`utll!I _..';`i ilJp.j/y.-r,�:. q;t+uil U�J,,_�i u�� t..-r'q . *nnUn:, nnn i.j A-..��n p tins ice`%°°5"�.4 m .ls—� p +�`� {}Af t•:_?�q t} i�.i t=jrt11 Ifrt' .:•,yt11V 1 1• rJi�ti q !nl}l i. _ tmsUt =�•:iii ��..''.!it''n ;.`nin[tt,t„1t i 1 11 UI}! 11+r=��,nu tit t+'I`4`f�+IRtift}f l�criliiti 1 I 11 t14IiI1 r-:=..q?nit(itit�1yiiP `if4y. , mn:..c_::y�1nf�{({/�1§}'ri ,�t,!!n 1 m{,.. .:4lnnat�+f+(1 I�IttiJ{tnln-••- ...''t nvitA`��_..�� /'1'`•:'-- }}nal`I•�.�:.yl;nilil fl 1«}j{Fl{i}le�-. -.��tlit�a,,t� l5 1l}f�t(I�e�}tr� h•lnatt�,� �i lltr f;� �'-NtIaUV.i,f ,.♦}},l�Ilt�3. ':iliiia.=i” +i,�fAt{i� ytialt�l;,�f, I�I,I,A+IIItf.. ;.hula�ttf`rrr.. (��'� `,.`+4f+ma V *�na;,�� le4,+!fJ'. �' ...h n'i {!rr{n".. '.aan;r4+:t3«a,j`tu,<• -at4 a, {lp+J r ;w.�\; r«4+uf,,i +�,tt�a;«i5'ir'++Gr ,a1�i � (Od rt � GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 General Decision Number: TX150011 01/02/2015 TXll Superseded General Decision Number: TX20140011 State: Texas Construction Types: Heavy and Highway Counties: Bowie, Gregg, Rusk, Smith and Upshur Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX2011-004 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving and Structures) . . . . . . . . . . . . . . . . . . . . . .$ 13.16 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 19.87 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 13. 93 Structures. . . . . . . . . . . . . . . . . .$ 13.38 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 12.02 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.50 Laborer, Common. . . . . . . . . . . . .$ 10.08 Laborer, Utility. . . . . . . . . . . .$ 12.70 Pipelayer. . . . . . . . . . . . . . . . . . .$ 14. 64 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.46 POWER EQUIPMENT OPERATOR: " Asphalt Distributor. . . . . . . . .$ 13.88 Asphalt Paving Machine. . . . . .$ 12.35 Broom or Sweeper. . . . . . . . . . . .$ 10.08 Crane, Lattice Boom 80 tons or less. . . . . . . . . . . . . . . .$ 13.85 Crawler Tractor. . . . . . . . . . . . .$ 13. 62 Excavator 50, 000 pounds or less. . . . . . . . . . . . . . . . . . . . . . . .$ 13. 67 Excavator Operator over 50, 000 pounds. . . . . . . . . . . . . . . $ 13. 52 Foundation Drill, Truck Mounted. . . . . . . . . . . . . . . . . . . . .$ 22. 05 Front End Loader , over 3 cy. . . . . . . . . . . . . . . . . . . . . . . . . .$ 12.33 Front End Loader, 3 cy or less. . . . . . . . . . . . . . . . . . . . . . . .$ 13.40 Loader/Backhoe. . . . . . . . . . . . . .$ 12. 97 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17. 47 Milling Machine. . . . . . . . . . . . . $ 12.22 Motor Grader, Fine Grade. . . .$ 16. 88 Motor Grader, Rough. . . . . . . . .$ 15. 83 Pavement Marking Machine. . . .$ 13. 10 Roller, Asphalt. . . . . . . . . . . . .$ 11. 96 Roller, Other. . . . . . . . . . . . . . .$ 10. 44 Scraper. . . . . . . . . . . . . . . . . . . . .$ 10. 85 Spreader Box. . . . . . . . . . . . . . . .$ 13. 12 Servicer. . . . . . . . . . . . . . . . . . . . . . . . .$ 14 .11 Steel Worker (Reinforcing) . . . . . . .$ 17 .53 TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 13.41 Off-Road Hauler. . . . . . . . . . . . .$ 10. 08 Single Axle. . . . . . . . . . . . . . . . . $ 10.75 Single or Tandem Axle Dump. . $ 11. 95 Tandem Axle Tractor w/Semi Trailer. . . . . . . . . . . . . . . . . . . . .$ 12.50 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ------- -------------------------------------------------------- = Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of - each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1. 8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requester considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH E.Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02336 Revised July 1,2011 i ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Bean Electrical, Inc PROJECT NAME: MW/DBE Z NON-M//WDBE E Lancaster Avenue Traffic Signals BID DATE 3/12/2015 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 10 Rio 1 12 Rio 02336 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing , Department on or before 5:00 p.m. five(5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the ;prime contractor, i.e., a direct' payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. -if hauling services are utilized,';the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm,;including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner:-..operators, but will only receive credit for the fees-and commissions earned' by the MBE as outlined in the lease agreement. Rev.5/30/12 FORT WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E EI Cala Construction LLC Concrete 70,000.00 70,000.00 P.O. Box 7576 Placement, Fort Worth, Texas 76111 1 F-1 forming Tel 817 271 3640 Fax 817 222 0578 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Rev.5/30/12 FORTWORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority_and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate n SUBCONTRACTOR/SUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El F] F] F1 Rev.5/30/12 ATTACHMENT 1A FORT WORTH 3-1 Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers s70,OOO.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS s70,000.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance.creates a material breach of the contract and may result in a determination of an irresponsible Offeror andd, barmpnt,,frWparticipating in City work for a period of time not less than one (1) year. Roy E Bean 11 Tuthorizeci/sigpiture Printed Signature President Chip Bean President Title Contact Name/Title(if different) can Electrical, Inc 817561 7400 Company Name Telephone and/or Fax 821 E Enon 817561 7403 Address E-mail Address Fort Worth Texas 76140 cbean@beanelectrical.com City/State/Zip Date Rev.5/30/12 t —��� ..Y .y,x,�,T"M� 1 ♦ � e.s,�;,,.ad��. ,. '�+��'` ,�,;.. a� ray� �"ll�` s fy!. y a s I Ed e saw _. • d ® V2 .A 1 Celt O ' ! O O V , .7 1 WD u to -O - KN CL cl . ; O ` I i Q L M tD o N. O ' # C O O Q >-.4;4;s W ._ Q O 1 CL o U=3 co y V m _ L C t z3 ? N i CD 0 LO I i. a c�0 I r M N O—O � tl to s j U & 0 ca m (7 (A r u m +' .� (Q t W Q co M c m d N O O N c ®Poo v O O _ f .. ..... ... I� J',, ~ - ' t r 70 � � y t^/J Lam" ^`"#•i 1 Aff COi y t � F � u ' gir ..• f ir ! `q s s s ��."+ � ° ,- `r....r �' � ss •,.tF .. ' ^'' 1' .fir:- �c, f 1t\lam. .%'/,i'+Y '"��sfly+�f 1ti �i:, ,t fdrfr er�,�� .�+w+j7ffi�a ria���:``���+"qf♦ a v�i,�.r a'+rf+,�elt+fin t.�,l+'t1f' r t\ait'�',��5':�i{+r r 8 "� _'{{+ r+,�,('�\��n''� ','i'ir{r{ti�'/'►i'�"°',1�(/(�((�\�►\►\��►'iu{rflr �Sitn�'�5#{if(i{y t�'tn`°���nv{lift{�+,(;''�ttt�l �t1�."u/�f({��,n - r`� {c-•ten f � 1 �..f s e _ ' "�1111' • _ e �a rte='"- • -�__'_fie. • � nn�lr- m� •=- - •„i nm in gun, ` i_ Hato :+nun„q r rr "(li rllfr rrn ;;hnmiu,P7: r .u,rnr'.- '..ikrl ants+, vr•`,.', mmn r_ju r,u�•i�+'i7,, .,,,' _.:a, '�i(S!r'hh��4 -;•aa ,�( . r �,sr{r,+.� .am, I�..�J ��� ,-•u u n,_ umm�•i(ni^ru�liyt nnnr•;r�=>rr, ( r',�"�(ai �,v u i ti' +unrnur:-..a(1�mtt p �t( r I . nm��i 1 tff i ( =(tnr,.::_.:�„nu ((f ref'f (v n,�;.-::,}( �t{:::. �ati;-'''`:'r`�.-• inarfr j: �'•a Imiti (llrl 1 lint ujr.:,-__...ititn�(, Cj hrl,rrh(n(,��, _..:mns�a{� ��ryu r n.r:'.-_.-`:3„a�ttP[/,,� �tlt +nrn!. .....yhntn(�y(1 1+(f t+unw sgtA(,1(i1 1 tee I{(nom. ,�Stll�u�1�-=:;,.. ._- r -� l i r ( r fr rc y,g(( ,t'f( r Unra •(w,�aP(� �;'(rb6' `un((st( Nrt uu. ,tu\t t !fr�uun? I�niPS'�(f�r'U�`{ni:; ,uiriP1� 'r .=��f�i{{i'�,,.� "�'i°i(��(�jIS4r{1tf{i,i{iair,. -'(ii; i�if ltii ur, t .,.anti{�� rfr{rni z b�� )) ■ � { l <°(a atr�1, Jr ( 'Pat�,t/// -' ` � t � �� r r' � t r�nen � .ttt •`��+(f{i+u({(///1�'!'f) ;ant`��t+rq+qrf;, '�'��'1 i i(Yji lry+ � J)/ \R(fW+.:ltl�Ala riaF'r+f+i1'"�`.iiQ;at i'f t++•�;•nt�, ,�u1i'� ; �S,ti`+ s4� �NU +�i U+tt�',";`*,;,�i�,+`�� a 00 35 13 BID FORM Page I of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://ww-w.ethics.state.tx.us/forms/CIQ.pd http://www.ethics.state.tx.us/forms/CIS.pd CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Bean Electrical, Inc By: Roy B n 11 Roy 7 821 E. Enon Signature: P.O. Box 40016 Fort Worth Texas 76140 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy of 00 41 0000 43 1300 42 4300 43 37 00 45 1200 35 13—Bid Proposal Workbook REV 1 (version 1) P12 i ;t FORT WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE aoal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El Cala Construction LLC Concrete 70,000.00 70,000.00 P.O. Box 7576 Placement, Fort Worth, Texas 76111 1 ❑ forming Tel 817 271 3640 Fax 817 222 0578 ❑ ❑ ❑ ❑ Rev.5/30/12 FORT WORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority_and-non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firms SBE certification if they have not previously registered with the City's MMBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate n SUBCONTRACTORISUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El R R F] Rev.5/30/12 ,0-3 '15-15 F 12 :2%S I h ATTACHMENT 1A FORT WORTH Page 4 of 4 *1111� Total Dollar Amount of MBE Subcontractors/Suppliers $70,000.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $70,000.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance...creates a material breach of the contract and may result in a determination of an irresponsible Offeror and,,,debarmeii!,!r(fr—r(participating in City work for a period of time not less than one (1) year. Roy E Bean 11 Authorizeq Slrdture Printed Signature President" '' Chip Bean President Title Contact Name/Title(if different) Bean Electrical, Inc 817561 7400 Company Name Telephone and/or Fax 821 E Enon 817561 7403 Address E-mail Address Fort Worth Texas 76140 cbean@beanelectrical.com City/Statelzip Date Rev.5/30/12 Disadvantaged Business w o Enterprise Certificationn Tier Texas Regional Certiificat'ion Agency elk- _El Cala Construction, LLC C'atdoa ' Disadvantaged Business Enterprise has filed with the Agency an Affidavit as defined by'49 Cl R fart-2G and is hereby certified to provide service(s)' in the following areas: 238100; 238990;237310; 237990; 238910; Commercial and Institutional Building Construction (pt); All Other Specialty Trade Contractors (pt); Highway; Street, and Bridge Construction (pt); Other Heavy and Civil Engineering This Certification is valid begining October 2014 and superceded any registration or listing Previously issued. This certification mist ne updated:annually by submission of an Annual Update Affidavit ;At anytime there is a change in ownership or control of the firm, notification must be made' immediately to the North Central Texas Regional Certification Agency. Certification Administrator Issued dateOctober ,20 14 CERTIFICATION NO. HMDB63366Y1015 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH E. Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02336 Revised July 1, 2011 General Decision Number: TX150011 01/02/2015 TXll Superseded General Decision Number: TX20140011 State: Texas Construction Types: Heavy and Highway Counties: Bowie, Gregg, Rusk, Smith and Upshur Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX2011-004 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving and Structures) ......................$ 13.16 ELECTRICIAN ......................$ 19.87 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 13.93 Structures ..................$ 13.38 LABORER Asphalt Raker ...............$ 12.02 Flagger.....................$ 8.50 Laborer, Common .............$ 10.08 Laborer, Utility ............ $ 12.70 Pipelayer...................$ 14.64 Work Zone Barricade Servicer....................$ 11.46 POWER EQUIPMENT OPERATOR: " Asphalt Distributor ......... $ 13.88 Asphalt Paving Machine ...... $ 12.35 Broom or Sweeper ............ $ 10.08 Crane, Lattice Boom 80 tons or less ................$ 13.85 Crawler Tractor .............$ 13.62 Excavator 50,000 pounds or less ........................$ 13.67 Excavator Operator over 50,000 pounds ...............$ 13.52 Foundation Drill, Truck Mounted .....................$ 22.05 Front End Loader , over 3 cy..........................$ 12.33 Front End Loader, 3 cy or less ........................$ 13.40 Loader/Backhoe..............$ 12.97 Mechanic ....................$ 17.47 Milling Machine .............$ 12.22 Motor Grader, Fine Grade .... $ 16.88 Motor Grader, Rough ......... $ 15.83 Pavement Marking Machine .... $ 13.10 Roller, Asphalt .............$ 11.96 Roller, Other ...............$ 10.44 Scraper .....................$ 10.85 Spreader Box ................$ 13.12 Servicer .........................$ 14.11 Steel Worker (Reinforcing) ....... $ 17.53 TRUCK DRIVER Lowboy -Float ................$ 13.41 Off -Road Hauler .............$ 10.08 Single Axle .................$ 10.75 Single or Tandem Axle Dump..$ 11.95 Tandem Axle Tractor w/Semi Trailer .....................$ 12.50 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of - each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH E. Lancaster Avenue Traffic Signals STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02336 Revised July 1, 2011