Loading...
HomeMy WebLinkAboutContract 26024 (J,THIS COPY FOR: �t CONTR CTCITY ENO Y �Q�7 -C i CTOI �. 06-yo-._ OP0z :�9 R SPECIFICATIONS CONTRACTt�R'seokarrt000. AND Cmr SECIMRY CONTRACT DOCUMENTS `—CRY MAUGFxsoRMOU ..___r,EPiGlkEERING DN � FOR TOW—FIIE COPY -' ,. NEW SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: ALTAMESA BLVD. / HEMPHILL ST. MARK IV PKWY. / MEACHAM BLVD. HACKBERRY DR. / SUGARBERRY ST. / TRINITY BLVD. PROJECT No. TPW-TE-1999-0003E IN THE CITY OF FORT WORTH, TEXAS FEBRUARY 2000 KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER OF HUGO A. MALANGA,P. E. -DIRECTOR h� a 0 TER US � �PCUF yU>tws rem.v.c_..... . ti . • JOE S. TERNUS,P.E.- ASSISTANT DIRECTOR0 02714-7 <) ' TRANSPORTATION AND PUBLIC WORKS DEPARTM T o f cclk VIEWIND CIff2"CImpy 1 City of Fort Worth, Texas mayor and Couned Communicatioh DATE REFERENCE NUMBER LOG NAME PAGE e 6/13/00 **C-18069 20SJ&E 1 of 2 SUBJECT AWARD OF CONTRACT TO STANFIELD ENTERPRISES, INC. D/B/A S & J ELECTRIC FOR NEW SIGNAL INSTALLATIONS R RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Stanfield Enterprises, Inc. d/b/a S & J Electric in the amount of $219,045.50 for the construction of three new traffic signals at the intersections of Altamesa Boulevard/Hemphill Street, Hackberry Drive/Sugarberry Street/Trinity Boulevard, and Mark IV Parkway/Meacham Boulevard. DISCUSSION: The 1998 Capital Improvement Program includes funds for traffic signal improvements. The project was advertised for bid on February 18 and 25, 2000. On March 16, 2000, the following bid was received: BIDDER AMOUNT CONTRACT TIME • Stanfield Enterprises, Inc. d/b/a S & J Electric $219,045.50 70 working days ■ Stanfield Enterprises, Inc. d/b/a S & J Electric, is in compliance with the City's M/WBE Ordinance by committing to 8% M/WBE participation and documenting good faith effort. The City's goal on this project is 15%. Traffic signal warrant studies concluded that these intersections meet the warrant requirements for a traffic signal based on the Manual on Uniform Traffic Control Devices. The Transportation and Public Works Department proposes to install fully actuated traffic signals. Altamesa Boulevard/Hemphill Street is located in COUNCIL DISTRICT 6, Mapsco 104D. Hackberry Drive/Sugarberry Street/Trinity Boulevard is located in COUNCIL DISTRICT 5, Mapsco 55U. Mark IV Parkway/Meacham Boulevard is located in COUNCIL DISTRICT 2, Mapsco 49P. R City of Fort Worth, Texas mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 6/13/00 **C-18069 20SJ&E 2 of 2 SUBJECT AWARD OF CONTRACT TO STANFIELD ENTERPRISES, INC. D/B/A S & J ELECTRIC FOR NEW SIGNAL INSTALLATIONS FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:k r P P P R a Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 Originating Department Head: Hugo Malanga 7801 (from) APPROVED 6/13/00 C115 541200 020115031083 $107,582.50 Additional Information Contact: C115 541200 020115031087 $ 62,673.50 C115 541200 020115031094 $ 48,789.50 Hugo Malanga 7801 TABLE OF CONTENTS Part A Notice to Bidders Special Instructions to Bidders Part B Proposal Vendor Compliance to State Law Minority and Women Business Enterprise Specifications Part C General Conditions (See City of Fort Worth Standard Specifications For Street and Storm Drain Construction, Part I. General Provisions) Part D Special Provisions Part E Specifications Installation of Traffic Signals LED Traffic Signal Lamp Units Video Detection System at the Intersection of Altamesa Blvd./Hemphill St. Silicone Joint Sealing for Concrete Pavement Part F Certificate of Insurance and Bonds Certificate of Insurance Contractor Compliance With Worker's Compensation Law Equipment Schedule Experience Record Performance Bond Payment Bond Part G Contract PART A NOTICE TO BIDDERS AND SPECIAL INSTRUCTIONS TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following: FOR: NE Vv SIGNAL INS T ALLATIONS AT THE INTERSECTIONS OF: ALTAMESA BLVD./HEMPHILL ST. MARK IV PKWY./MEACHAM BLVD. HACKBERRY DR./SUGARBERRY ST./TRINITY BLVD. PROJECT No. TPW-TE-1999-0003E The project consists of the complete installation of traffic signals with poles, mastarms, pole foundations, conduit and loop detectors with a video detection system at Altamesa Blvd./Hemphill St. Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 PM, Thursday, March 16, 2000 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Department of Transportation and Public Works, Second Floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of documents will be provided to prospective bidders for a deposit of $20.00; such deposit will be refunded if the documents are returned in good condition within (10) days after bids are opened. Additional sets may be purchased on a nonrefundable basis for twenty dollars($20.00)per set. These documents contain additional information for prospective bidders. A non-mandatory Pre-Bid Conference will be held at 3:00 PM, Thursday, March 2, 2000 in Room G 14 of the Public Safety Building, 1000 Throckmorton Street, Fort Worth, Texas. All bidders are encouraged to attend. Bid security is required in accordance with the Special Instruction to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation')as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Transportation and Public Works Department at (817) 871-7800. In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. For additional information,contact Mr. Mike Weiss at(817) 871-8485. Advertising Dates: February 18,2000 February 25, 2000 PART B PROPOSAL VENDOR COMPLIANCE TO STATE LAW M/WBE FORMS r PROPOSAL TO: Mr. Bob Terrell City Manager Fort Worth, Texas FOR: NEW SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: ALTAMESA BLVD./HEMPHILL ST. MARK IV PKWY./MEACHAM BLVD. HACKBERRY DR./SUGARBERRY ST./TRINITY BLVD. PROJECT No.TPW-TE-1999-0003E Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums,to-wit: Proposal B- 1 NEW SIGNAL INSTALLATIONS: ALTAMESA BLVD./HEMPHILL ST., :�All""'PKWY./MEACHAM BLVD.,HACKBERRY DR./SUGARBERRY ST./TRINITY BLVD. PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE A UNT BID 1. 3 LS MOBILIZATION(3 Intersections) $ $ 2. 22 EA INSTALL SIGNAL HEAD 12"RYG (TYPE A) 3. 0 EA INSTALL SIGNAL HEAD 12"R FY G (TYPE B) $ N/A_ $_N/A_ 4. 0 EA INSTALL SIGNAL HEAD 12"RR FY G (TYPE C) $_N/A_ $_N/A_ 5. 1 EA INSTALL SIGNAL HEAD 12"RYGFYG 3 –VERTICAL(TYPE F) 6. 4 EA INSTALL SIGNAL HEAD 12"RYGFYG � ��� –HOUSEHEAD(TYPE E) $ $4-- — 7. 0 EA INSTALL SIGNAL HEAD 8"RYG (TYPE G) $_N/A® $_N/A- 8. 27 EA FURNISH AND INSTALL RED L.E.D. INSERTS $ $ 9. 20 EA FURNISH AND INSTALL INTERNATIONAL PEDESTRIAN $ $ � SIGNAL(TYPE P) 10. 20 EA FURNISH AND INSTALL PEDESTRIAN PUSHBUTTON AND SIGN ASSEMBLY $/SD $ 3"DG0 11. 1,392 LF LOOP DETECTOR SAW CUT AND INSTALLATION $ $ D alp 12. 3 EA FURNISH AND INSTALL LARGE GROUND BOX WITH LID AND $ $ 6,5-00 CONCRETE APRON 13. 30 EA FURNISH AND INSTALL SMALL GROUND BOX WITH LID AND $ CONCRETE APRON 14. 550 LF FURNISH AND INSTALL 3" SCHEDULE 40 PVC CONDUIT (BY OPEN CUT) 15. 0 LF FURNISH AND INSTALL 2" SCHEDULE 40 PVC CONDUIT $ N/A_ $_N/A_ (BY OPEN CUT) Proposal B-2 NEW SIGNALS(Continued) PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL - ITEM QUANTITY PRICE AMOUNT BID 16. 1,575 LF FURNISH AND INSTALL 1-1/4" SCHEDULE 40 PVC CONDUIT ' �, 3 � Po (BY OPEN CUT) $ $ 17. 10 LF FURNISH AND INSTALL 1-1/4"RIGID QpO METAL CONDUIT $. $ AD 18. 1,485 LF FURNISH AND INSTALL 3" - SCHEDULE 40 PVC CONDUIT � (BORED) $p $ 19. 0 LF FURNISH AND INSTALL 2" SCHEDULE 40 PVC CONDUIT (BORED) $_N/A_ $_N/A_ 20. 50 LF FURNISH AND INSTALL 1-1/4" SCHEDULE 40 PVC CONDUIT (BORED) $ao,tip $ 21. 2,575 LF FURNISH AND INSTALL 16 / - CONDUCTOR#14 ELECTRICAL WIRE $ So $[o 53 ?- 7- 22. 0 LF FURNISH AND INSTALL 8 CONDUCTOR#14 ELECTRICAL WIRE $ N/A_ $—N/Ae 23. 0 LF FURNISH AND INSTALL 4 CONDUCTOR#14 ELECTRICAL WIRE $ N/A $ N/A_ 24. 3,840 LF FURNISH AND INSTALL 4 � CONDUCTOR#18 SHIELDED WIRE $ $;52(Q- 25. 130 LF FURNISH AND INSTALL OVERHEAD #6 TRIPLEX $ r $ �� 26. 3 EA FURNISH AND INSTALL FOUNDATION TYPE 1 $ $ 27. 0 EA FURNISH AND INSTALL FOUNDATION TYPE 2 $ N/A $ N/A 28. 4 EA FURNISH AND INSTALL FOUNDATION TYPE 3 $ � � $ •CL" DDS 29. 6 EA FURNISH AND INSTALL FOUNDATION TYPE 4 $ -300 $ 30. 0 EA FURNISH AND INSTALL FOUNDATION TYPE 5 $ N/A $ N/A r Proposal B-3 NEW SIGNALS(Continued) PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID 31. 3 EA FURNISH AND INSTALL CABINET FOUNDATION $ $ 32. 3 EA FURNISH AND INSTALL ELECTRICAL 01 SERVICE $ 33. 7 EA FURNISH AND INSTALL SIDEWALK � RAMPS $ � $?� � 34. 1 EA REMOVAL OF ISLANDS,MEDIANS, $ �� $ ,69yL � RAMPS 35. 3 LS INSTALLATION OF TRAFFIC SIGNAL MISCELLANEOUS(3 Intersections) $s�� $ � 36. 3 EA INSTALL TYPE 170 CONTROLLER/332 CABINET WITH CONFLICT MONITOR, AND COAX MODEM $ $ 7— $ 37. 0 EA INSTALL TYPE 170 CONTROLLER/336 CABINET WITH CONFLICT MONITOR $ N/A $ N/A_ AND COAX MODEM 38. 0 EA INSTALL 16'MAST ARM $ N/A $ N/A 39. 4 EA INSTALL 20'MAST ARM $g[b — $ EW19 40. 0 EA INSTALL 24'MAST ARM $ N/A $ N/A 41. 0 EA INSTALL 28' MAST ARM $ N/A $ N/A 42. 0 EA INSTALL 32'MAST ARM $ N/A $ N/A 43. 0 EA INSTALL 36'MAST ARM $ N/A $ N/A 44. 0 EA INSTALL 40'MAST ARM $_N/A $ N/A 45. 5 EA INSTALL 44'MAST ARM $ 3COO $ 00�- 46. 1 EA INSTALL 48'MAST ARM $ 500 $ 47. 0 EA INSTALL 52' MAST ARM $ N/A $ N/A 48. 0 EA INSTALL 56'MAST ARM $ N/A $ N/A 49. 0 EA INSTALL 60'MAST ARM $ N/A $ N/A 50. 0 EA INSTALL TYPE 8 SIGNAL POLE $ N/A $ N/A Proposal B-4 NEW SIGNALS(Continued) PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID 51. 4 EA INSTALL TYPE 41 SIGNAL POLE $ $ 52. 0 EA INSTALL TYPE 42 SIGNAL POLE $ N/A_ $_N/A_ 53 5 EA INSTALL TYPE 43 SIGNAL POLE $ c. D� $ ev 54. 1 EA INSTALL TYPE 44 SIGNAL POLE $ $ 2 55. 0 EA INSTALL TYPE 45 SIGNAL POLE $ N/A_ $ N/A_ 56. 0 EA INSTALL TYPE 46 SIGNAL POLE $ N/A $ N/A 57. 4 EA INSTALL 10' PEDESTAL POLE $� $�fi 58. 0 EA INSTALL WOOD POLE $ N/A_ $ N/A_ 59. 4 EA INSTALL BASE FOR 10' PEDESTAL $ $ ,eQp 45?- POLE 60. 8 EA INSTALL 8' STREET LIGHT ARM AND LUMINAIRE $a 75-. $ � 61. 3 EA INSTALL OPTICOM CABLE AND DETECTOR $� $ice 62. 690 LF INSTALL COAX CABLE RG-11 UNDERGROUND 63. 1 EA FURNISH AND INSTALL.PEDESTAL ���.y,� d� SERVICE $s1`' — $ 2 �� 64. 1 LS FURNISH AND INSTALL VIDEO �-3� DETECTION AT $'Y Dh $ ALTAMESA/HEMPHILL TOTAL BID: NEW SIGNALS=$ 19, CONTRACTOR WILL BE SELECTED ON BASIS OF TOTAL BID Proposal B-5 This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act, Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11,enacted August 15, 1991. f The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges # at the time of executing the contract. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth P City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Seventy (70) Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction"as established by the City of Fort Worth,Texas. Within ten(10) calendar days of receipt of notice of acceptance of this bid, the-undersigned will execute the formal contract and will deliver an approved Surety Bond and other bonds required by the Contract Documents for the faithful performance of this Contract. The attached bid security in the amount of 5%in y` the sum of Dollars ($ ) is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Bidder agrees to begin construction within 10 working days after issue of the work order, and to complete the contract within Seventy (70) Working Days after beginning construction as set forth in the written work order to be famished by the Owner. (Uwe), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: j Addendum No. 1 (Initials) f�( Addendum No.3 (Initials) /VA' Addendum No.2(Initials) ► ` Addendum No.4(Initials) Respectfully Submitted: i By: i Title: Address: D. Il l S'16 FopT wo&ri4 Tic 7f. i ZI r Telephone: Lel 2) S60- ccoo (SEAL)) Date cell ri- �i c� r rProposal B-6 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: STANFr�c.d E�/TE,eP�2Z5ES�Si�G ALA S��.T CLEC7z2c. By: �. G. STR>JF.LELD (Please print) P. �dk Z S b Signature: ✓ Fl G/Z I Title: T E5x bcAiT- City State Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION r City of Fort Worth Minority and Women business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is 15% of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form: received by 5:00 p.m.,five (5) City business days after the bid opening date,exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions,please contact the M/WBE Office at(817)871-6104. Rev.6/2/98 ATTACHMENT 1A city of Fort Worth Page 1 of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Q S ea LECTR !f WY /G Z.40�9 PRPE COMPANY NAME BID DATE SkA✓A� -TV57ALLA7t-An! PROJECT NAME PROJECT NUMBER CITY'S M/WBE PROJECT GOAL: ® M/WBE PERCENTAGE ACHIEVED: Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to specifications. Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. .. Scope of Work(*) Supplied(*) �. 00 gg o N� Z i -5CO o FFOk D_E49-4- S-Mzw. O�Vl EJL4 Z Etr5c7eet 1.1160 X-Gimar S P94A)y yl�a7Esskl. st Q&9 4.hex *T& 7,S: ra 7 -19- A. 7/ (1WT7?w►J TZtEt: �K,AO '�'7zRFFZG een�ieec st 2 7 Z 4 _.5kgAN Ave F_&L,MPwa6n'TFewrr woure.,TL _71e �31 7 - qS7Zq /-;;i���M_, srtiW,4q keTs 'r12AF�tc Ss�NkC ST' a T2g,-T-x .w [sr Z3 25 - S7-42 MMIBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. (ry Specify all areas in which MWBE's are to be utilized and/or items to be supplied: A complete listing of Items to be supplied is required in order to receive credit toward the M/WBE goal. ("*)Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 16t tier,a payment by a subcontractor to its supplier is considered 2n0 tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A Gity of Fort Worth Page 2 of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(*) Supplied(*) ,�•-- z x r4y C�ZETc I5 Lis E 7�DG3 I�N C &-T6 Z" C.Y� q-73 -Llsa- The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1)year. ALL MBEs and WB s MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD sj 4E. (I S-7A----1 F-,L:6 Z-b Authorized SignaturePrinted Signature 4E5-TDEl�1 i Fe-- TitleSTtFNF�E _D Err.-,ep xses,=Nc . Contact Name and Title (if different) a S J- ALF .r,e,'� 617 S� n Company Narhe elephone Number(s) et7) S-60 wAddress Fax tuber City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1B �- City of Fort Worth Page 1 of 1 Minority and Women Business Enterprise Specifications Prime Contractor Waiver TANF2EGj' EwreRpex5e4 Zne. Sea. U) SXGN R� TNs7-,4�-)x Dy Prime Co pany Name 4rLoiect Name W Aran 16 ,Mnn -TPU)-?6 - 1�Ll�! -coo 3E Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.. five (5) City business days after bid opening, exclusive of the bid opening date, a will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes _XNo If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) and/or WBE (s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. Authorized Signature Printed Signature Title S7AQrTEG.D &reAP,ez=5J,37Ne. Contact Name (if different) Ake, 19.trJJ L=7-,*z C i 7 430— 006 Company Name 6`ntacf Telephone Number(s) 'Ro, '8'Px & �&�r.� plc 7g i Z l SO r� s Nr Address Pik Number Rev.6/2/98 k ATTACHMENT 1C Page 1 of 3 r City of Fort Worth Minority and Women Business Enterprise GOOD FAITH EFFORT rjTANF.TEL,D F�1TE�P�TS�-s�=Nc- r Prime Company Name Bid Date UF_W S=OSAfAL ;�r3T-ALLRT?bN TPW- T16 - Ig9q -OCS Project Name Project Number If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to,bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity(DO NOT LIST NAMES OF FIRMS)which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunitiess �L�'Cr2.LcAL 5r1�o7G�� i�G��eR,C.. DAJ C 7,E L&ax PfA Ew Rev.ri2W ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list is considered in compliance, if it is not more than 3 months old from the date of bid opening. i Yes Date of Listing 3 1 16 l Z� No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Ir Yes If yes, attach M/WBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are r opened? Yes If yes, attach list to include name of M/WBE firm, ep rson contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of MIWBE is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE is more than ten, the bidder must contact at least two-thirds of the list but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of plans and specifications in order to assist the MIWBEs? -Yes No 6.) If M/WBE bids were received and rejected,you must: (1) List the M/WBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonable, qualifications,etc.) and (2) Attach affidavit and/or documentation to support the reason(s) listed below (i.e.. letters, memos, bids,telephone calls, meetings,etc.) Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection r r r ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MI BE participation on this project. Rev.6/2/98 ATTACHMENT 1C Page 3 of 3 .Xm 3 e51L-6,4'S ir The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any MIWBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. STAN FI:F-L.b uthorized ignatur Prin ed ignature . Es= AJT- Title S-r'pW FxELb �ivr6,2P$2s�5,7'Nc. Contact Name and Title(if different) �ke, S F,T tZ,=g.Z& C:- l - Company Name Telephone Number(s) �yx ? Address Number 40 dw City/State/Zip Date Rev.6/2198 PART C GENERAL CONDITIONS See City of Fort Worth Standard Specifications For Street and Storm Drain Construction. V, PART D SPECIAL PROVISIONS Y SPECIAL PROVISIONS NEW SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: ALTAMESA BLVD./HEMPHILL ST. MARK IV. PKWY./MEACHAM BLVD. HACKBERRY DR./SUGARBERRY ST./TRINITY BLVD. PROJECT No. TPW-TE-1999-0003E TABLE OF CONTENTS 1. Scope of Work 2. Easements 3. Contract Award 4. Project Completion 5. Increase or Decrease in Quantities 6. Termination 7. Reference Specifications 8. Bid Submittal 9. Warranty 10. Construction Staking 11. Traffic Control 12. Payment 13. Delays 14. Detours and Barricades 15. Parkways 16, Disposal of Spoil/Fill 17. Zoning Compliance 18. Clearing and Grubbing 19. Final Cleanup 20. Quality Control Testing 21. Property Access 22. Construction Schedule 23. Safety Restrictions-Work Near High Voltage Lines 24. Water Department Pre-Qualification Requirements 25. Right To Audit 26. Trench Safety 27. Subsidiary Work 28. Substitutions P9 29. Temporary Soil Erosion, Sediment and Water Pollution Control 30. City Furnished Items PW 31. Existing Utilities 32. Construction Page D-1 it SPECIAL PROVISIONS 1. SCOPE OF WORK: The work covered by these plans and specifications consists of installation of new traffic signals and all other miscellaneous items of construction to be performed as outlined in the Plans and Specifications which are necessary to satisfactorily complete the work. AWARDING OF CONTRACT AND WORKING DAYS: G (a) Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall l evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. The contract will be awarded to the lowest responsive and responsible bidder. (b) The number of working days shall be 70. 2. EASEMENTS: Location of all utilities and right-of-way easements are estimated. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 3. CONTRACT AWARD: Contract will be awarded to the lowest responsive and responsible bidder. 4. PROJECT COMPLETION: The Contractor agrees to complete the Contract within the allotted number of working days. If the Contractor fails to complete the work within the number of working days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6 of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. 5. INCREASE OR DECREASE IN QUANTITIES: It is the Contractor's sole responsibility to verify f!f all pay item quantities prior to submitting a bid. When the quantity of work to be done or materials to be furnished under any major pay item of the Contract is more than 125% of the quantity stated in the Contract, whether stated by Owner or by Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 125%of the quantity stated in the Contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is less than 75% of the quantity stated in the Contract, whether stated by Owner or by Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the Contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this Contract. A major pay item is defined as any individual bid item included in the Proposal that has a total cost equal to or greater than 5 percent of the original Contract. r A minor pay item is defined as any individual bid item included in the Proposal that has a total cost less than 5 percent of the original Contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15% as described herein below, agreed upon in writing by the Contractor and Department of Transportation and Public Works and approved by the City Council after said work is completed, subject to all other conditions of the Page D-2 Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. The furnishing, placing, and maintaining of barriers and warning and/or detour signs by the Contractor will not be paid for directly,but shall be considered subsidiary to the various bid items of the contract. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol.No. 1." The Contractor shall be responsible for providing the name and telephone number of the Barricade/Traffic Control Company he is using, and a 24-hour emergency number of the Contractor's responsible representative for maintenance of the traffic control plan. The Contractor shall provide a letter certifying all traffic control devices conform to the current issue of the TMUTCD. The Contractor shall be responsible for providing a general Traffic Control Plan(TCP)at the Pre-Construction Conference and provide specific location Traffic Control Plans on request. The Contractor shall be required to comply with all street closure restrictions,make advanced arrangements with schools and businesses,and provide proof of an acceptable plan to the City. F 15. PARKWAYS: During the construction of this project, it is required that all parkways be excavated and shaped as required at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. Any parkway shaping is subsidiary to the unit IL prices bid for signal construction. 16. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Ph Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 11998). All disposal sites must be approved by the Administrator to ensure the filing is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoiUfill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 17. ZONING COMPLIANCE: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 18. CLEARING AND GRUBBING: All objectionable matter required to be removed within the right- of-way and not particularly described under these specifications shall be covered by Item No. 102, "Clearing and Grubbing"and shall be subsidiary to the other items of the Contract. M 19. FINAL CLEANUP: Final cleanup work shall be done for this project as soon as the construction has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. F Page D-5 20. QUALITY CONTROL TESTING: The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (a) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar that are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (b) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way F relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the Contract. ■ (c) The Contractor shall provide not less than 48 hours notice to the City for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item F being tested. (d) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 21. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 22. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed,including sufficient time being allowed for cleanup. 23. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this Contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. A (c) When necessary to work within ten feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company Page D-6 shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the ,. temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 24. WATER DEPARTMENT PRE-QUALIFICATION REQUIREMENTS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures and specifications described in the current Fort Worth Water Department General Specifications. 25. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (a) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (b) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus$0.15 for each page thereafter (c) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." 26. TRENCH SAFETY: The Contractor must comply with the following basic requirements in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. Page D-7 R The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules,regulations and ordinances. R The Contractor shall provide all methods used for trench excavation safety protection including furnishing, designing, providing all materials, tools, labor, equipment and incidentals necessary, including removal of the system. 27. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans,the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration and cleanup are general items of work, which fall in the category of subsidiary work. 28. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term"or equal",or"or approved equal"is used, it is understood w that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approved, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However,the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "Substitutions" shall be applicable to all sections of these specifications. 29. TEMPORARY SOIL EROSION, SEDIMENT AND WATER POLLUTION CONTROL: The Contractor shall provide all temporary soil erosion, sediment and water pollution control measures for the duration of the Contract in compliance with Federal (EPA), State of Texas, and City of Fort Worth regulations. The temporary measures shall include silt fences, temporary construction entrances, dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw ■ mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains, and other devices. Such prevention measures shall be in accordance with the North Central Texas Council of Governments Storm Water Quality Best Management Practices for Construction Activities. All work, R materials, and equipment necessary to provide temporary erosion control shall be considered subsidiary to the Contract and no extra pay will be given for this work. ■ 30. CITY FURNISHED ITEMS: The City shall furnish the following items for the project: poles, mast arms, cabinets, and controllers as shown on the plans. The Contractor shall provide a written request to Mr. Dan Holt, Traffic Services Superintendent, for these items at least 7 days in advance of the Contractor's proposed installation date. The Contractor shall pick up these items at the City's warehouse located at 3409 Harley Ave. or 2500 Brennan Street, transport, and install them at the project location. r R Page D-8 N FP The Contractor will install the cabinet and terminate the field wiring. The City will install and turn on the controller. po The Contractor shall furnish all other labor, equipment, and materials for construction of the project. All inspection shall be by the City of Fort Worth. 31. EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of, to verify locations, elevations, and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the Contractor's expense. Public utilities shall be notified when proposed facilities conflict with existing utilities. Contractor shall contact the following utility companies 48 hours prior to doing work at any location: Lone Star Gas Metro(214)263-3444 Southwestern Bell 1-800-344-8377 AT&T 1-800-878-8711 Marcus Cable 246-5538 Western Union Cable (214) 939-1930 TU Electric 1-800-233-2133 City of Fort Worth Water Department 871-8275 City of Fort Worth Transportation and Public Works Department 871-8100 Fiberoptic companies per stakings. If any City of Fort Worth water utility is in the vicinity of a proposed pole foundation (within 3.0 feet), then the Contractor will hand dig to uncover the water line and verify that the proposed pole pr foundation location is satisfactory. The Contractor shall be liable for all damages done to utilities as a result of his/her operations. 32. CONSTRUCTION: NON-PAY ITEM No. 1 -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 2 - SPRINKLING FOR DUST CONTROL: �• All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 3 -PROTECTION OF FENCES,TREES,PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including fences, lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work(trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street PF Page D-9 right-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No. 4-CONCRETE COLORED SURFACE: All concrete sidewalk ramp surface shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non- Pay Item. No direct payment will be made for this item and it shall be considered incidental to this Contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. NON-PAY ITEM No. 5—EXISTING UTILITIES: The location and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of the construction process to provide adequate clearances. The Contractor shall take all necessary precautions to protect all services encountered. No payment will be made for utility adjustments. Should the Contractor damage service lines due to his negligence,the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. PAY ITEMS: PART 1: NEW SIGNAL INSTALLATIONS: These bid items consist of New Signal Installations at the Intersections of Altamesa Blvd./Hemphill St., Mark IV Pkwy./Meacham Blvd., and Hackberry ■ Dr./Sugarberry St./Trinity Blvd. in accordance with the plans and specifications. Measurement and payment shall be on the basis of the unit prices bid and shall be total compensation for furnishing all materials,tools,equipment, labor,and any incidentals necessary to complete the work. Traffic signal installation shall be performed with new equipment; some of the major equipment shall be furnished by the City of Fort Worth. The Contractor shall receive this equipment at the City's warehouse located at 3409 Harley Ave, or 2500 Brennan Street and transport and install it at the project site. Any salvaged or unused equipment shall be delivered to the City's warehouse. Page D-10 PAIL T F SPECIFICATIONS The City of Fort Worth's "Standard Specifications for Street and Storm Drain Construction" will govern this project,except as modified by the Contract Documents and the plans. A copy of these Standard Specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2"d Floor, Municipal Building,Fort Worth,TX 76102. "Texas Department of Transportation Standard Speci�ccations for Construction o�ghways, Streets and Bridges latest edition,are also referenced by the plans and Contract Documents for signal installations. "Standard Sgect ications for Public Works Construction", latest edition, as published by the North Central Texas Council of Governments (NCTCOG) shall cover any remaining items not included by the Fort Worth or TxDOT Standard Specifications or modified specifically by the plans or Contract Documents. PART E (Continued) INDEX OF SPECIFICATIONS FOR INSTALLATION OF TRAFFIC SIGNALS 1.0 ELECTRICAL SERVICE 2.0 CONDUIT 3.0 CABLE 4.0 GROUNDING 5.0 VEHICLE LOOP DETECTOR 6.0 CONCRETE FOUNDATIONS FOR SIGNAL STRUCTURES 7.0 SIGNAL HEADS 8.0 SAMPLING AND TESTING 9.0 WARRANTIES / GUARANTEES 10.0 TRAFFIC SIGNAL MAINTENANCE DURING CONSTRUCTION 11.0 MEASUREMENT AND PAYMENT 12.0 EXPERIENCE AND QUALIFICATIONS 13.0 SIDEWALK RAMPS 14.0 INSTALLATION OF TRAFFIC SIGNALS MISCELLANEOUS 15.0 SPECIFICATIONS FOR L.E.D. TRAFFIC SIGNAL LAMP UNITS Installation of Traffic Signals Page 1 of 15 1.0 ELECTRICAL SERVICE 1.1 The Contractor shall furnish and install conduit and wire from pull boxes or signal foundations for AC service as shown on plans and as required by the Power Company for traffic signal controllers and street lighting (if required). The Contractor shall coordinate and verify exact requirements for conduit and wire with the Power Company before any work is started. Installation of conduit and wire to the Power Company vaults shall be per the Power Company specifications. 1.2 Service item shall consist of all components to provide a fully functional service location, including all wire, pole, meter and breaker box. The only service conduit paid separately from this bid item is the length from the service pole to the cabinet. 1.3 The Contractor shall set up the meter base and breaker as soon as possible. 2.0 CONDUIT 2.1 New Conduit 2.1.1 Unless otherwise shown on plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans. Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. PVC conduit shall be Schedule 40 and meet the requirements of NEMA Standard TC-2, UL 651, and the NEC. 2.1.2 Conduit terminating in pole bases or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. Copper clad ground rods in signal bases shall not extend vertically more than 3 inches above the concrete foundation. 2.1.3 Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. Metal conduit and fittings shall have the burrs and rough places smoothed. Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. PVC conduit shall be joined by solvent-weld method in accordance with the conduit manufacturer's recommendations. All couplings and connections shall be tight and waterproof. 2.1.4 Ends of conduits shall be capped or plugged until the installation of wire. No reducer couplings shall be used unless specifically indicated on the plans. Installation of Traffic Signals Page 2 of 15 2.1.5 The conduits shall be placed in an open trench at a minimum 24 inches depth below the curb grade in the sidewalk areas, or 18 inches below the finished street grade in the street areas. 2.1.6 All conduit that is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. The use of dry-boring equipment is acceptable. Pits for boring shall not be closer than 2 feet to the back of the curb or the outside edge of the shoulder unless otherwise directed by the City. This operation shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage embankment structure, or pavement. The boring operation shall provide a maximum one inch overcut for the conduit to be placed, and use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. 2.1.7 Backfill for all excavations shall be tamped with mechanical tamps in six-inch (6") layers to the density of the surrounding ground (95% standard proctor, 0 to +3% optimum moisture). 2.2 Existing Conduit 2.2.1 Prior to pulling cable in existing underground conduit to be reused in the system, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding. (The Contractor will not receive extra compensation for rodding). 2.2.2 Where existing conduit is found to be unusable (conduit has collapsed or the cable is unable to be pulled from the existing conduit), the Contractor shall, upon approval by the Engineer, install new rigid metal or PVC conduit. 3.0 CABLE 3.1 General 3.1.1 All cable will be considered subsidiary to the contract with the exception of the 16-conductor cable, 8-conductor cable, 4-conductor cable, #6 triplex cable, and the loop detector lead-in cable. 3.1.2 The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without sharp projections, edges or short bends. If so required by the Engineer, the Contractor shall demonstrate that the conduit is dry and free of debris by pulling a swab and/or mandrel through the conduit. The conductors shall be installed in such a manner and by such methods so as to insure against harmful stretching of the conductors or damage to the insulation. Installation methods shall conform to the Installation of Traffic Signals Page 3 of 15 recommendations of the cable manufacturer. The Contractor shall furnish at least two copies of the manufacturer's recommendations, which includes: methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 3.1.3 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. 3.1.4 In many instances, existing conduits that contain signal cable are to be used for the installation of new cables. In such locations, where new cables are to replace all existing cables, the existing cables may be used to pull in the new cables. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulled out, then replaced, adding the new cables to the existing cables to form one cable pull. Installation shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of material and labor for replacement of defective cables. 3.1.5 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be one of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 3.1.6 The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pull boxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. Installation of Traffic Signals Page 4 of 15 3.2 Wire and Cable 3.2.1 All wire and cable shall be IMSA rated and conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. Electrical conductors shall be annealed copper. The minimum size of conductors shall be as indicated on the plans. All insulated conductors for 120 VAC circuits shall be rated for 600 volts and marked in accordance with UL and NEC requirements. All power common wires shall have white insulation and the power positive shall have black insulation. 3.2.2 Multiconductor signal cable shall meet the requirements of IMSA 20-1 (polyethylene jacket, 600V rating, straight lay). 3.2.3 Loop detector lead-in cable shall be a single four (4) conductor No. 18 AWG, jell- filled, shielded cable. One (1) cable shall service each loop where practical. 3.3 Controller Cabinet Wiring 3.3.1 Wiring to the controller shall consist of connecting: (1) wires to signals, (2) wires to detectors, (3) the power wires, (4) the ground wires, (5) the pedestrian push- button wires, (6) the Opticom wires, and (7) the coax interconnect wires. At the controller cabinet, the stranded conductors from the field shall be stripped back and insulated with solderless lugs crimped to wire. These 'lugs" shall be inserted under the binder head screw and tightened securely. 3.3.2 All field wiring in cabinets shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. All spare wires shall be trimmed, and neatly coiled with the ends taped. Detector lead-in cables shall have their insulation jackets removed from the terminal strip connection unsheathed to the bottom of the cabinet, and have the ground wires tied together in the bottom of the cabinet. 3.3.3 Pedestrian push buttons shall have a common ground wire that is completely isolated and independent from all other ground wires. This wire shall be connected to the designated terminal in the controller cabinet. 3.4 Signal Head Wiring 3.4.1 Wiring for the signal head shall consist of connecting the pigtail in each signal section to the common terminal block in each signal face. All conductors running from any terminal points located in the pole or transformer base to the signal- head terminal shall be No.14 AWG solid multiconductor cable. Installation of Traffic Signals Page 5 of 15 3.5 Terminals 3.5.1 Except for controllers, the ends of all stranded wires that are to be attached to terminal posts shall be provided with solderless terminal lugs that meet the requirements of the National Electrical Code. Terminal lugs on solid wires are prohibited. 3.5.2 All wires terminating in pedestal bases and pole bases shall be connected using "wire nuts" and electrical tape. Terminal barrier strips are not allowed. 3.5.3 Each street light shall be independently fused before it is connected to the breaker. City will furnish materials consisting of fusetrons and fusetron holders. 3.6 S Ip ices 3.6.1 Splices inside conduit runs and in loop detector wire are absolutely prohibited. Except for detector lead-in cables, all splices shall be made above ground. Splices in pull boxes are prohibited unless specific written permission has been issued by the Engineer. 3.6.2 Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be installed tightly and all burrs, rough edges, etc. shall be removed. If required in the plans or by the City, the connection also shall be soldered. Heat shall be applied by use of hot solder. Heating the connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning the outside jacket in order to remove the wax finish. Before the first layer of tape is wrapped, the entire area shall be coated with an electric grade rubber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape requires a pressure and temperature in service to complete its vulcanizing process and thus be stretched to 2/3 width when applied. The completed splice shall be covered with a half-lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. 3.7 Enclosed Wiring 3.7.1 All cables and signal conductor wire above the ground surface shall be enclosed " in approved metal conduit up to, but no closer than one foot to the lowest power conductor. Power-tap lines carried down poles shall be placed in rigid metal conduit. Installation of Traffic Signals Page 6 of 15 3.8 Identification of Signal Wires 3.8.1 IMSA color-coded signal cable shall be used. Colors shall be continuous from the point of origin to the point of termination. Splices will be permitted only if approved by the Engineer and the same colors are spliced. 3.8.2 Detector lead-in cables shall be clearly identified by use of plastic tags. For example: Phase 2-3. 4.0 GROUNDING 4.1 There shall be a properly installed and connected ground rod for each controller cabinet, power drop, and pole foundation to reduce any extraneous voltage to a safe level. The ground rod shall be located so as to minimize the length of the grounding-conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by volt-ohm-meter. 4.2 Grounding Connectors and Electrodes 4.2.1 The grounding conductor shall be a No. 8 AWG solid copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be solid copper- bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 AWG copper wire. Connection of grounding circuits to grounding electrodes shall be by devices, which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 5.0 VEHICLE LOOP DETECTORS 5.1 This section specifies the Contractor's responsibility for the loop and lead-in installation for vehicle loop detectors. This shall govern for furnishing and placing detector loops of all configurations and dimensions shown on the various plans, including loop wire, attachments, loop testing, and all incidentals necessary to properly install loop detectors. It is required that all work related to the installation of a particular loop, with the exception of the layout task, shall be completed in the same workday. Loop installation work shall be performed during the time period 9 a.m. to 4 p.m., Monday through Friday. Loop installation shall not be made during any type of precipitation or when pavement is wet from landscape irrigation systems. Installation of Traffic Signals Page 7 of 15 5.2 The installation of loop detectors shall occur as shown on the plans. The lead-in saw cuts from the street to the pull box shall maintain a minimum separation from other loops of one (1) foot. The Contractor shall provide a separate conduit for each loop lead-in. The saw cut depth, as specified in the plans, shall be consistent, including the entry point into the curb. For HMAC streets, all saw cuts within 3 linear feet of an existing gutter shall be a minimum depth of 4". The Contractor shall provide a tapered cut from a depth of 1-1/2" to a depth of 4" over a distance of 5 linear feet to meet this requirement. The saw slots shall be cleaned thoroughly with clean dry air from an air compressor. The saw slots shall be checked and cleared of any debris and jagged edges before the loop wires are installed. The loop wires shall be placed in saw cuts with a non-blunt object. The maximum number of wires placed in a single saw slot shall be four (4)wires. The loop wire shall be held in the slot by nonmetallic retainers to prevent it from floating in the sealant. The retainers shall be placed every 2 feet or closer. Loops in adjacent lanes shall be formed of loop wires having different color insulation. No two (2) loops on the same street leg and entering the same pull box shall have the same color insulation unless more than four loops must be accommodated. 5.3 The Contractor shall furnish the sealing compound for the loop detectors at his expense. Samples of the sealant and methods for sealant installation shall be submitted to the Engineer for his approval before any detector installation may begin. Prior to pouring the sealant, the loop shall be checked in the ground box for continuity and resistance. Series resistance shall not be more than 10 ohms. Loop sealant shall completely fill the saw cut, but shall not be more than three inches (3") in width on the street surface. The Contractor shall be required, at his expense, to remove all excess sealant, otherwise the loop will not be considered as a completed item. 5.4 Detector lead-in cables shall be run continuously without splices from the curbside pull box to the controller. The Engineer shall pre-approve any splice in detector lead-in cables. Splices shall be solder connected (including the ground wire) and the splice connection shall be insulated and waterproofed with scotchcoated materials. 5.5 Loops shall be centered in their respective lanes, unless otherwise noted. For replacement loops in concrete streets, it is desired to saw a replacement loop in the same saw cut as the old loop. In asphalt streets, a new saw cut at least 6 inches from the existing loop shall be made. 5.6 All measurement for payment will be made per linear foot of pavement saw cut for loop detector installation. The unit price bid per linear foot shall be full compensation for marking locations, saw cutting, furnishing and installing detector loops, loop wires, sealant, conduit, attachment devices, traffic control, and for all labor, tools, equipment, and incidentals necessary to safely complete the work. Installation of Traffic Signals Page 8 of 15 The installation of loop detectors shall occur as indicated on the plans: "Ground Box and Detector Details." The Contractor shall provide a separate conduit for each loop lead-in. 6.0 CONCRETE FOUNDATIONS FOR SIGNAL STRUCTURES 6.1 Concrete foundations for signal structures shall be located so that the pole is a minimum of two (2) feet from the face of curb. The Contractor shall probe before excavating foundations to determine the location of utilities and structures. Foundations shall be paid for once, regardless of extra work caused by obstructions. The Contractor shall furnish all supplementary items necessary for its proper installation. 6.2 Excavation for all required foundations shall be done in accordance with lines and depths indicated on the plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 6.3 Foundations shall be constructed to the dimensions shown on the plans or as directed by the City. The Contractor shall be required to insure that the top of the finished foundation is exactly level and formed. Anchor bolts and conduits shall be held rigidly in place by template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety-six hours. All bracing and templates for anchor bolts shall remain in place for ninety-six (96) hours after the concrete is poured. During that time, the anchor bolts and conduit shall not be subjected to any applied strain. The Contractor shall furnish the City a level for the purpose of inspecting the foundation. A signal pole shall not be installed on any foundations until approval has been given by the Engineer. 6.4 Backfill shall be tamped with mechanical tamps in 6-inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original composition. 6.5 All excavated material not required for backfill shall be promptly removed and disposed of by the Contractor outside the limits of the project. The work site shall be kept clean and neat at all times. 6.6 No concrete shall be placed when the atmospheric temperature is at or below 40 degrees F. (taken in shade away from artificial heat) unless permission to do so is given by the Engineer. Installation of Traffic Signals Page 9 of 15 7.0 SIGNAL HEADS 7.1 The Contractor shall be required to assemble all signal head units as specified in the plans or as directed by the Engineer. Signal heads shall be furnished complete with all lenses, reflectors, lamp sockets, visors, mounting hardware, brackets, and lamps. 7.2 The Contractor shall mount the signal heads within standards level and plumb. 7.3 All signal heads or parts of heads not in operation shall be covered with burlap or other approved cover until placed into operation. When the signal heads become operational, all existing heads no longer required shall be removed immediately. 7.4 All mast arm heads installed shall require ASTRO-BRAC mounting. The Contractor shall be required to drill the mast arm at the point where the wire enters the mast arm. No Alternate signal head mounting hardware will be acceptable by the City. 7.5 All pipework in each signal head assembly shall be completely tight. Signal and pedestrian heads shall be securely tightened immediately after signal head assembly has been installed. If any signal head assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the signal head assembly to the satisfaction of the City. 7.6 The housing and doors of the signal head shall be made of die cast aluminum alloy in accordance with A.S.T.M. Specification B85-57T. Sandcast aluminum alloy shall be used for other parts of the signal head if in accordance with A.S.T.M. Specification B26-57T. The visors shall be fabricated from aluminum sheet conforming to the A.S.T.M. Specification B-209-57T. All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. shall be made of a non- corrosive material. 7.7 The housing of the signal heads shall be of the sectional type allowing for interchangeability. All exterior mating surfaces shall be flat to assure waterproof and dust-proof assembly of sections. The top and bottom of the sections will have an opening approximately two (2) inches in diameter to permit the entrance of one and a half (1-Y2) inch pipe nipples. Each section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire fittings. 7.8 The door and lens housing shall be equipped with a watertight and dust-tight molded neoprene gasket. The door of each signal section shall be attached to the housing in a watertight and dust-proof manner. Non-corrosive hinge pins and two (2) wing screws will be furnished on each door for opening and closing Installation of Traffic Signals Page 10 of 15 without the use of special tools. These hinges and screws shall be of such design as to allow even gasket pressure. 7.9 Each signal head section shall be furnished with a detachable tunnel visor unless otherwise specified. Visors shall be a minimum of eleven (11) inches in length for twelve (12) inch signals and a minimum of eight (8) inches in length for eight (8) inch signals. Visors shall be attached to the door assemblies in a manner that facilitates field removal and installation. 7.10 Traffic signal refractors or lenses shall be furnished in the standard Red, Amber and Green configuration as specified by the Texas Manual On Uniform Traffic Control Devices, 1980. All lenses shall be designed and constructed to meet or exceed the color and light distribution specifications established by the Institute of Traffic Engineers (ITE Report #1) and the American Standards Association (No. 10.1-1958 UDC 656.057). 7.11 Lenses shall be constructed of glass and capable of withstanding continuous illumination with a 150-watt lamp in twelve (12) inch signals and a 67 watt lamp in eight (8) inch signals. A clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). 7.12 Traffic signal reflectors shall be a one piece, spun aluminum, assembly treated with an ALZAK process. Reflectors shall be mounted either on the door or housing of the signal section in a manner that will facilitate lamp replacement. The reflector shall conform to the requirements of the Institute of Traffic Engineers Report#1. 7.13 The lamp sockets shall be constructed with heat resisting material and designed to hold a traffic signal lamp with a Type A-21 base. The receptacle shall securely hold the lamp center at the focal point of the reflector. Pigtail leads shall be provided from the socket to the terminal block provided within the signal head. 7.14 A terminal block shall be provided with each signal head for facilitating field wiring. The pigtail leads from the lamp receptacles shall be connected to the terminal block. Each terminal block will be at least a six (6) position, twelve (12) terminal strip securely fastened at both ends to the signal housing. 7.15 All traffic signal heads shall conform to the requirements of the Texas Manual On Uniform Control Devices. 1980 in color and arrangement. The housing and outside surface of the visors shall be "Federal Yellow" in color. The inside surface of visors shall be a "Dull' or "Flat-black" color. If die cast aluminum heads are furnished, the outside surface shall have a minimum of two (2) coats of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3, per FAA Specification L-802-B and ASTM D 1535. Installation of Traffic Signals Page 11 of 15 8.0 SAMPLING AND TESTING 8.1 The failure of the proper authority to make any test of materials shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to the specifications. 8.2 Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American Society for Testing and Materials. The Contractor shall provide such facilities, as the Engineer may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. 8.3 If requested, the Contractor shall submit a sample of the traffic signal equipment for inspection and evaluation. 8.4 Concrete 8.4.1 All concrete materials, reinforcing steel, and preparation shall be in accordance with the requirements of the Standard Specifications for Street and Storm Drain Construction. 8.4.2 Contractor shall notify inspector in advance of all concrete pours. Inspector must be present when concrete is placed on the project. 8.5 Vehicle Loop Detectors 8.5.1 Prior to termination of the shielded, twisted pair loop lead-in cables at the controller cabinet, insulation tests shall be made with an insulation test set applying not less than 500 volts D.C. to the completed loop detector. A minimum resistance of 50 megaohms shall be obtained. 8.5.2 After the above insulation tests are completed and the lead-in cable has been terminated in the cabinet, the Contractor shall assist the City in determining the loop inductance of each loop detector installation. The Contractor shall furnish a loop detector analyzer that shall determine the total inductance of the loop in the pavement and the associated lead-in cable and shall also be used in determining the percentage shift in loop inductance for various size vehicles that may be actuating the detector. 8.6 Signal Cables 8.6.1 All cables shall be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts D.C. applied to the conductors. Installation of Traffic Signals Page 12 of 15 8.6.2 Each conductor in the multiconductor signal cables shall be tested for insulation resistance relative to each other and to the outer covering of the cable. The minimum acceptable value for insulation resistance shall be 50 megaohms. 9.0 WARRANTIES / GUARANTEES 9.1 The Contractor guarantees all work performed and materials furnished under this project for a period of twelve (12) months following the date of acceptance. In addition, he shall furnish any normal manufacturer warranties with effective beginning dates the same as the date of final project acceptance. 10.0 TRAFFIC SIGNAL MAINTENANCE DURING CONSTRUCTION 10.1 While performing work under this contract, the Contractor bears the sole risk of loss for damage to or destruction of any traffic signal equipment or other nearby equipment that were not to be replaced or installed under this contract but that are damaged or destroyed through the fault or negligent act of the Contractor. The Contractor shall replace such damaged or destroyed equipment at no cost to the City, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this contract or any warranties under this contract. Upon written acceptance by the authority of a particular intersection of work, Contractor's responsibility for the intersection under this paragraph shall cease. 10.2 The Contractor shall provide, at his expense, temporary signal cable systems and signals mounted on the span wires, mast arms, portable bases, or other locations as necessary during the project to insure that signal head displays are always in operation. All such temporary signals shall be finished in appearance, meet the requirements of the Texas Manual on Uniform Traffic Control Devices (TMUTCD), and be approved by the City. 10.3 The Contractor shall utilize qualified personnel to respond to trouble calls and to repair any malfunctions to equipment he supplied. A local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24- hour basis shall be provided to the City by the Contractor. The Contractor's response to reported trouble calls shall be within a reasonable travel time, but not more than two (2) hours maximum. Appropriate repairs shall be made within 12 hours. 10.4 It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to placing the intersection on flash, replacing load switches or detector amplifiers, erecting temporary control devices, requesting immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation. Such action will in no way relieve the Contractor of his responsibility of repairing equipment he supplied. Installation of Traffic Signals Page 13 of 15 10.5 The Contractor shall be required to provide adequate police traffic control assistance for planned controller change-outs or any other operational procedures, when requested by the Engineer. Police assistance shall be arranged by the Contractor directly, at least twenty-four (24) hours in advance. If the City discovers that the Contractor has failed to provide adequate police assistance, the City may order additional assistance. Police traffic control assistance, for any purpose, shall be the financial responsibility of the Contractor, regardless of who obtains the assistance. 10.6 The Contractor is responsible for means, methods, and safety during construction. Work with street barricading on arterial streets will only be allowed during daylight hours (9:00 A.M. —4:00 P.M.). Normal job barricades will be required as shown in the Plans and as required by the TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. Contractor may remove signs and barricades at the beginning of the thirty (30) day test period provided that all work is 100% complete. The Contractor shall not to park vehicles in such a manner as to obstruct the vision of the traveling public. 10.7 The participation of City of Fort Worth personnel in barricade inspections does not relieve the Contractor of responsibility for the safety of the traveling public. 11.0 MEASUREMENT AND PAYMENT 11.1 The traffic signal installation as indicated on the Plans and as described herein, when installed, will be measured as a completed installation and payment will be made at the various contract unit bid prices listed on Bid Schedule Part A, which price shall be full compensation for furnishing, placing, and testing all materials and equipment and for all tools, labor, equipment, and incidentals necessary to complete 'the work. Portions of the work that have not been approved by Engineer will not be considered complete, and payment shall be withheld until the Contractor has corrected the work to the satisfaction of the Engineer. 12.0 EXPERIENCE AND QUALIFICATIONS 12.1 The low bidder shall be required to furnish the City a written assessment of previous experience in the installation of traffic signal systems. The response shall include the name and population of the City or area served, Contract name and/or number, date installed, date of Contract completion, Contract delays and discrepancies, liquidated damages and the name, address, and phone number of a specific individual representing the client who is in a position to verify such experience. The response shall be delivered to the City within ten (10) working days after bid opening. Installation of Traffic Signals Page 14 of 15 12.2 The Bidder shall also furnish information as required above for each major subcontractor (i.e., manufacturer or fabrication of traffic signal structures) that could be active in the project. 13.0 SIDEWALK RAMPS 13.1 Sidewalk ramps shall be in conformance with the details shown on the plans. The work performed and materials furnished in accordance with this item will be measured and paid for at the unit price bid for each sidewalk ramp installation complete in place. 14.0 INSTALLATION OF TRAFFIC SIGNALS MISCELLANEOUS 14.1 This item shall cover incidental work that is essential to the installation of traffic signals. This includes furnishing, installing and testing the completed installation, the installation of signs, illumination, controller cabinet wiring termination, and all labor, tools, equipment, and incidentals necessary to complete the work. The work performed and materials furnished in accordance with this item will be measured and paid for at a lump sum price bid for each signal installation location. 15.0 SPECIFICATIONS FOR L.E.D. TRAFFIC SIGNAL LAMP UNITS See next section. Installation of Traffic Signals Page 15 of 15 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATIONS FOR LED TRAFFIC SIGNAL LAMP UNITS May 28, 1999 1.0 Purpose This specification describes the minimum acceptable design and performance requirements for LED (light emitting diode) traffic signal lamp units to be supplied to the City of Fort Worth, Transportation and Public Works Department (hereinafter "CITY"). 1.0.1 The equipment furnished shall conform to these Specifications. Further, equipment shall conform to the applicable requirements of: the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American National Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); and other applicable standards and specifications. 1.0.2 The Contractor shall be required to submit a copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets I.T.E. Standards for light distribution, chromaticity, and power (consumption, power factor and harmonic distortion). 2.0 LED Traffic Signal Lamp Unit 2.1 General 2.1.1 The LED traffic signal lamp unit shall be designed to retrofit existing traffic signal housings built to ITE Vehicle Traffic Signal Head Standards without the use of any special tools. 2.1.2 Installation of a retrofit replacement LED traffic signal lamp unit into an existing signal housing shall only require removal of the existing lens, reflector, and incandescent lamp; fitting of the new unit securely in the housing door, and connecting to existing wiring or terminal block by means of simple connectors. 2.1.3 If proper orientation of the LED unit is required for optimum performance, prominent and permanent directional marking(s), that is and "UP arrow," for correct indexing and orientation shall exist on the unit. 2.1.4 The manufacturer's name, serial number and date of shipment shall be permanently marked on the backside of the LED traffic signal lamp unit. LED Traffic Signal Lamps Page 1 of 4 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATIONS FOR LED TRAFFIC SIGNAL LAMP UNITS 2.2 Physical and Mechanical Requirements 2.2.1 The LED traffic signal lamp unit shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. 2.2.2 The assembly and manufacturing process for the LED traffic signal lamp unit assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 2.2.3 Each LED traffic signal lamp unit shall comprise a UV stabilized polymeric outer shell, multiple LED light sources, a regulated power supply, and a polycarbonate back cover assembled in a silicon sealed unit. LEDs are to be uniformly coated PC board. 2.3 Optical and Light Output Requirements 2.3.1 The LEDs shall be manufactured using AIInGAP technology or other LEDs with low susceptibility to temperature degradation (AIGaAs) LEDs will not be allowed. 2.3.2 Each LED traffic signal lamp shall meet minimum laboratory light intensity values, color (chromaticity), and light output distribution as described in I.T.E. Standards, as shown in Section 11.04, Table 1, and Section 8.04, Figure 1 of the VTCSH (Vehicle Traffic Control Signal Head Standard). Each LED traffic signal lamp unit shall meet the minimum requirements for light output for the entire range from 80 to 135 volts. 2.4 Electrical 2.4.1 Each unit shall incorporate a regulated power supply engineered to electrically protect the LEDs and maintain a safe and reliable operation. The power supply shall provide capacitor filtered DC regulated current to the LEDs per the LED manufacturer's specification. 2.4.2 The LED traffic signal lamp unit shall operate on a 60 Hz AC line voltage ranging from 80 volts RMS to 135 volts RMS. The circuitry shall prevent flickering over this voltage range. Nominal rated voltage for all measurements shall be 117 volts RMS. LED Traffic Signal Lamps Page 2 of 4 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPART"►"ENT SPECIFICATIONS FOR LED TRAFFIC SIGNAL LAMP UNITS 2.4.3 The LED traffic signal lamp unit shall be operationally compatible with controllers and conflict monitors currently used by the City of Fort Worth. 2.4.4 The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60% of the LEDs in the unit are operational. 2.4.5 Two captive, color coded, 36 inch long, 600 V, 18 AWG minimum jacketed wires, conforming to the National Electric Code, rated for service at +105°C, are to be provided for an electrical connection. 2.4.6 LEDs shall be arranged in no less than five (5) equally loaded circuits. 2.4.7 The LED signal shall operate with a minimum 0.90 power factor. 2.4.8 Total harmonic distortion (current and voltage) induced into an AC power line be a signal module shall not exceed 20 percent. 2.5 Environmental Requirements 2.5.1 The LED traffic signal lamp unit shall be rated for use in the ambient operating temperature range of-40°C to +74°C. 2.5.2 The unit shall be dust and moisture tight to protect all internal LED and electrical components. 2.5.3 The unit shall consist of a housing that is a sealed watertight enclosure that eliminates direct contamination and allows for safe handling in all weather conditions. 2.6 Production Testing Requirements 2.6.1 Each new LED traffic signal lamp unit shall be energized for a minimum of 24 hours at operating voltage and at a temperature of +60°C in order to cause any electronic infant mortality to occur, and to ensure electronic component reliability prior to shipment. 2.6.2 After the burn-in procedure is completed, each LED traffic signal lamp unit shall be tested by the manufacturer for rated initial intensity at rated operating voltage. LED Traffic Signal Lamps Page 3 of 4 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATIONS FOR LED TRAFFIC SIGNAL LAMP UNITS 3.0 Documentation Requirements 3.1 Each LED traffic signal lamp unit shall be provided with the following documentation: A. Complete and accurate installation wiring guide. B. Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. 3.2 One schematic diagram shall be provided for each LED lamp unit, along with any necessary installation instructions. 4.0 Warranty 4.1 The LED traffic signal lamp unit shall be warranted against failure due to workmanship or material defects within the first five years of field operation. 4.2 If any one LED circuit should fail, it should be easily identifiable by visual inspection and replaced or repaired per the warranty. LED Traffic Signal Lamps Page 4 of 4 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT VIDEO DETECTION SYSTEM AT THE INTERSECTION OF ALTAMESA BOULEVARDMEMPHILL STREET 1.0 GENERAL 1.1 Work Included This specification describes the minimum acceptable design and performance requirements for a video detection system to be furnished and installed in the City of Fort Worth, Texas for the Transportation and Public Works Department. The Contractor shall furnish all labor, materials, equipment and incidentals necessary to provide a video detection system at Altamesa Boulevard/Hemphill Street. 1.2 Quality Assurance The equipment furnished shall conform to these Specifications and conform to the applicable requirements of: the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American National Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); The Institute of Transportation Engineers (ITE), and other applicable standards and specifications. 2.0 VIDEO DETECTION SYSTEM 2.1 At Altamesa Boulevard/Hemphill Street, the Contractor shall furnish and install a functional Video Detection System. The system shall detect the presence of vehicles on all approaches of the intersection and be operationally compatible with controllers and conflict monitors currently used by the City of Fort Worth. 2.2 A Video Detection System will replace the loop detector system indicated on the plans. The Contractor shall eliminate and not install all loop detectors, loop detector cable, and any conduit related to loop detector cable for the new traffic signal at the intersection of Altamesa Boulevard/Hemphill Street. 2.3 The Video Detection System shall be equal or equivalent to the items shown below. Any video detection system proposed by the Contractor must meet all functions provided by the system in the following table. Video Detection System Page 1 of 4 2.4 This system will be composed of two sub-systems: A. A system to detect vehicles, and B. A system to transmit video images from the intersection to the City Traffic Management Center (TMC), and to permit programming of the video processor unit from the TMC. 2.5 The video detection.component of this system is generally composed of 4 cameras, 1 video processor, and associated hardware. 2.6 The video transmission component is composed of video compression units and modems to transmit the video signals to the TMC and to allow City staff to program the video processor unit from the TMC. 2.7 The City will provide an ISDN telephone drop connection to the traffic signal cabinet. VIDEO DETECTION SYSTEM COMPONENTS Item D-.cri tion Quantity 1 Autoscope Model 2004LEV4 Video Processor Unit or 1 approved equal 2 Set Up for Rack Mounting in a Type 332 Cabinet 1 3 Power Cable with Plug 1 4 32 PIN 1/0 Cables for Type 332 Cabinet 1 5 Autosco a Manuals 4 6 Camera — Zoom with Sunshield 4 7 Camera Pigtail, 60', with Zoom Control 4 8 Camera Mounting Bracket, Pelco Model AB-0169-5-62 4 9 Camera Interface Panel see attached drawing) 1 10 EDCO CX 06 Coax Protector 4 11 BNC Connector Set for Belden 8281 Cable 24 12 ADPRO CODEC Model Fastscan 2 CA Transceiver 2 13 Hand Held Programmer for Fastscan 1 14 Z Xel ISDN Terminal Adaptor 2 15 Cabinet Communication Cable Set 1 16 Central'Communication Cable Set 1 17 Hau paugh Video Digitizer Card 1 18 Phone Line Lightning Protectors 2 19 Gateway Notebook Computer, Pentium III with 128k RAM 1 and NTSC Video Input, Model 9300 20 Installations Assistance Das 2 21 Autosco a Training Das 2 Video Detection System Page 2 of 4 OUTPUT INPUT EDCO CX06-BNCY 4 4 EDCO CX06=BNCY 3 3 UIUDS CAMERAS PROCESSOR UNIT EDCO CX06-BNCY 2 2 EDCO CX06-BNCY 1 1 CO SP-1 *AC LINE 3 LINE IN LINE OUTS CO-1 3 SP-4 3 4 SP ACP-340 TB-1 SP-5 Z AC NEUT 2 NEUTRAL IN NEUTRAL OUT4 CO-4 1 TB-5 GROUND 1 �o oco # U I- N S 1 I I TB ® ®oho®o®o®o®o®o®o®o® 1 2 3 4 5 6 7 a9 10 11 12 120 UAC HOT 120 UAC NEUTRAL CHASSIS GROUND ' CAMERA POWER PANEL IS 10.000" x 14.000" MOUNTING SLOTS ACCOMMODATE UNISTRUT SPACING OF 6" TO e" * - CONNECTIONS TO BE MADE UPON INSTALLATION EI CAMERA INTERFACE PANEL E SHEET 1 OF 1 DiG NO 1064s—M 3.0 WARRANTY AND DOCUMENTATION REQUIREMENTS 3.1 The Video Detection System shall be warranted against failure due to workmanship or material defects within the first two (2) years of field operation. 3.2 if any one component fails, it should be easily identifiable by visual inspection and replaced or repaired per the warranty. 3.3 Each component shall be provided with the following documentation: A. Complete and accurate installation guide with manufacturer's name, serial number and date of shipment. B. Contact name, address, and telephone number for the representative, manufacturer, and/or distributor for warranty repair. 4.0 MEASUREMENT AND PAYMENT The Video Detection System Installation will be measured as a completed installation and payment will be made at the lump sum price listed on Proposal. The lump sum price shall be full compensation for furnishing, placing, and testing all materials and equipment and for all tools, labor, equipment, and incidentals necessary to complete -the work. Portions of the work that have not been approved by Engineer will not be considered complete, and payment shall be withheld until the Contractor has corrected the work to the satisfaction of the Engineer. Video Detection System Page 4 of 4 SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1,October 18, 1989) (Revision 2,May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. DESCRIPTION This specification for silicone joint sealing shall apply to, but shall not be limited to, all Portland Cement Concrete street pavement and curbs. 3. MATERIALS 3.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealants meet these requirements. 3.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation,Midland,MI 48686-0994,or an approved equal. Self-Leveling-Silicone Joint Sealant for Asphalt Table III Self-Leveling Joint Sealant Test Method Test Requirement As Supplied **** Non Volatile Content,%min. 96 to 99 MIL-S-8802 Extrusion Rate,grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.260 to 1.340 **** Skin-Over Time,minutes max. 60 **** Cure Time,days 14 to 21 **** Full Adhesion,days 14 to 21 Silicone Joint Sealant For Concrete Pavement Page 1 of 3 As Cured—After 21 Days at 25°C.(770F.)and 50%RH ASTM D 412,Die C Mod. Elongation,%min. 1400 ASTM D 3583 Modulus @ 150%Elongation,PSI 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @+ 100/-50% No Failure ASTM D 3583 Adhesion to Concrete,%Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt,%Elongation min. 600 (Sect. 14 Mod.) 3.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail' sheet for the various joint details with their respective dimensions. 4. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail' sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4-inch width "greed'saw-cut and the"reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven(7)days. Then the saw cuts for the joint sealant reservoir shall be made,the joint cleaned,and the joint sealant installed. During the application of the joint sealant,the weather shall not be inclement and the temperature shall be 40°F. (40C.)and rising. 5. EQUIPMENT 5.1 The Contractor shall furnish all necessary equipment. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 5.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 5.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow- tube shall fu into the saw-cut joint. 5.5 Extrusion Pumn:The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Injection Tool:This mechanical device shall apply the sealant uniformly into the joint. 5.7 Sandblaster:The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 6. CONSTRUCTION METHODS 6.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations Silicone Joint Sealant For Concrete Pavement Page 2 of 3 6.2 —Sawin2 Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 6.3 Cleanin Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high-pressure water. The water flushing shall be done in one- direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high-pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed ,air.(Paragraph Rev. 1,October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sandblast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube 9 shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 6.4 Joint Sealant:Upon placement of the bond breaker rod and tape,the joint sealant shall be applied using the r mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean,dry joints before the sealing operation commences. 7. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. 8. BASIS OF PAYMENT No payment will be made for this subsidiary pay item. Contractor shall famish all materials; prepare, deliver, b and apply sealing materials; and provide all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. Silicone Joint Sealant For Concrete Pavement Page 3 of 3 PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND AND PAYMENT-BOND F-0 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATe(6///16/00 ' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Wm. Rigg Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 309 W. 7th St., Suite 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ft. Worth, TX 76102 817-335-4444 INSURERS AFFORDING COVERAGE INSURED S & J Electrical Services INSURER A: Great American Insurance CO. Stanfield Enterprises Inc DBA INSURER B: Great Texas County Mutual P.O. BOX 121 51 6 INSURER C: TX Workers Comp Ins Fund Ft. Worth TX 76116 INSURER D: Lumbermens Mutual Casualty Co - I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDMG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �S TYPE OF INSURANCE POLICY NUMBER POLICY EFFECfiIVE 'POLICY EXPIRATION LIMITS LTR A GENERAL LIABILITY PAC822832006 10/01/99 10/01/00 EACH OCCURRENCE $ 1000000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) S 50000 CLAIMS MADE FX1 OCCUR MED EXP(Any one person) S 5000 PERSONAL 6 ADV INJURY $ 1000000 GENERAL AGGREGATE S 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S 2000000 17 POLICY X PROT LOC i B 'AUTOMOBILE LIABILITY TBA822832106 10/01/99 10/01/00 COMBINED SINGLE LIMIT XANY AUTO (Ea accident) $ 1000050 nl ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $id (Per accent) i GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A IESS LIABILITY UMB812824105 10/01/99 10/01/00 EACH OCCURRENCE $ 10000000 7OCCUR CLAIMS MADE AGGREGATE $ 10000000 S DEDUCTIBLE S X RETENTION i 10000WC STATU77 S TH- C WORKERS COMPENSATION AND TSF1094622 2/01/00 2/01/01 X TORY L MI S O R EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 500000 E.L.DISEASE-EA EMPLOYEE $ 500000 !IA E.L.DISEASE-POLICY LIMIT S 500000 D i OTHER 3AT64312602 10/01/99 10/01/00 INSTALLATION FLTR 200000 ON SITE/20000 IN TRNST PROPERTY COVG 476117 SCHED VALNRS LOCS. DESCRIPTION OF OPERATIONSILOCATK)NSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS PROJECT#/NAME:TPW-TE-1999-0003E/NEW SIGNAL INSTALLATIONS ALTAMESA BLVD/HEMPHILL ST/MARK IV PKWY/MEACHAM BLVD/HACKBERRY DR/SUGARBERRY ST/ TRINITY BLVD. I+CERTIFICATE HOLDER ADDITIONAL INSURED: INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FT WORTH DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL10 DAYS WRITTEN 1000 THROCKMORTON ST NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL FT WORTH TX 76102 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE i ACORD 25-S (7/97) 2- 15 0 ACORD CORPORATION 1988 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, Stanfield Enterprises, Inc. dba S&J Electric certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project New Signal Installation: Alta Mesa Blvd / Hemphill St., Mark IV Pkwy/Meacham Blvd, Hackberry Dr. / Sugarberry St. /Trinity Blvd project number,TPW-TE-1999-0003E. By: "Title Ju � a /' 2-vo 6 Date STATE OF TEXAS 3 COUNTY OF TARRANT 3 BEFORE ME, the undersigned authority, on this day personally appeared E��µ 01. S—/A-►�fa za�7 , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of �i A,y1 „i�L1J �.r�i E�rkL S Z,,Jc d L S€,-t for the purposes and considerations therein expressed and in the capacity therein stated. _ GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1�,�—/- S i day of �HFY U6 � � P o - MARIANNE MITCHELL z * Notary Public ,� STATE OF TEXAS Notary Public in and for the State of Texas vy EX F My Comm.Exp.08/01/2002 (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy _ of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. F-2 EXPERIENCE RECORD List of projects your organization has successful) completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Completion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety F-3 EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: F-4 PERFORMANCE BOND gond# KD3368 Six Originals THE STATE OF TEXAS COUNTY OFTARRANT KNOW ALL MEN BY THESE PRESENT: That we (1) Stanfield Enterprises,Inc. dba S&J Electric (2) Company of Texas hereinafter called Principal and (3) United States Fidelity & Guaranty Company a corporation organized and existing under the laws of the State and fully-authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas hereinafter called Owner, in the penal sum of Two Hundred Nineteen Thousand, Fortv Fine Dollars and Fifty Cents $219,045.50 Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 13th day of June , 2000, a copy of which is hereto attached and made a part hereof, for the construction of. g NEW SIGNAL INSTALLATION: ALTA MESA BLVD / HEMPHILL ST MARK IV PKWY/MEACHAM BLVD HACKBERRY DR/ SUGARBERRY ST/TRINITY BLVD designated as Project Number TPW-TE-1999-0003E , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specification, and contract document during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default,then this obligation shall be void;otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER,that the said Surety,for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the F-5 contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in 6 Counterparts each one of which shall be deemed an original, this the 13th day of June , 2000. Stanfield Enterprises, Inc. DBA S & J Electric Principal (4) ` AT EST: oma, By: (Principal)Secretary Edith Stanfield/ President (Printed Name/Title) (SEAL) PO BOX 121516 ADDRESS Ft. Worth, TX 76121 CITY/STATE/ZIP POBOX 1138 United States Fidelity & Guaranty Co. (Address) (Surety) Baltimore-, MD 21203 ATTEST: (Surety) Secretary (Attorney-in-Fact)(5) (SE L) Debi Moon (Printed Attorney-in-Fact) Wi ness as to Surety Note. Date of Bond must not be prior to dale of Contract (l) Correa name of Contractor (2) A Corporation,a Partnership or and Individual,as case may be (3) Correct Name of Surety (a) /f Contractor is partnership all Partners should execute bond (S) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact F-6 i ;� � . •;;_ = • _ -� =` "�,, . _ '.- ��� - . � __ - � I i