HomeMy WebLinkAboutContract 27128C��TY S��F��TAF�1�
:,C�h�l F���T h�� .
�����,�������rE��r�
���
(�'C}1V'�RA�'T D��'iJ1��F.�fT�
F(?R
l�lN'i�"V S[(�l�i��L �1�l�r['��LA7'��i�l.�
A'�"r`HF ��T�.R�F�"C1�3:�� �}F:
�tIS C4�f�i� �
� ���� - ��1�ik
- -.-- -- — ,�oFf1�41k�1�ot'�IOF101I1(1�
� �li1f S��EU4QY
� �mr u,�ru,���� o�c�
_ E�4GI�E�il� GN.
— �JP'6�1- Fll� Ct�`I"
- r - �
� -- - ,
�V. i3F.�C'��[ STl�L:Ta:�� ! S�RI�[;i]A�.,�: I��)r'�1i)
IV. 13F,��1C ��� �'1-F�i?�.�'!� 1 ti�["f��lC,F:Y-l�N:i.I,�:T� ��C��ll)
�. 1l�]I.I+;[V �;'I'ftT��'i' { I,rn��s�ro�+L ����fr
�'I�(��#�"��"�' i�u. T�'��'-'�"E-2�i}(}1-l�i}[1R 1
IIV '['��1�' �'1'!'Y �T' T'�.�l��F` �V��TII, TT:�.��
J C� �..1�' �(�[� I
I�T�iI�ETH L, ���1k�1� {rAR�' 1�V.,f.�('�.�;E}f�
�1�A1�'Cll� {:�'1"1�' 14�if'11Vf1{�ER
I� l�G�] ��. M:�L�►�VGA, F. �. - DIR�C'Tf�R
.i��� *�'.'l'�+:I��I�.J�, P.�+',.- +��SIST14�1T DiRI+,CTI�T�
�rrt1������it�'1�}r'N[�I� ,a�f�� ����i����'. wc�iar�� ����.i�[�rl�n�r��fv�i�
+�����a��� G��t�'��
�a�'� �����..���
y�, J��IIjI�;;I
L' Ilu �4��:L41� r
�.��`1.�'•'�`��J� �
� ............. .... �*�
.�_�������,�����T
�.�...��kl�4J�*...F��
����� �� �
�r'fy of �'or� ��r���, �"�xr�s
� �� ��� ������ ���n������rr��r�
�
� �
[?ATC �EF�I�L`TJ�� hJUMB�R LC�4 i�Ft�v1t PtIC��
9J��J�'I **�-'1$7+�� � �OH�4LT�AlI � � - -1 Of �
�u�}E�'r �,VV�RD �� �Oi�7���T 1`� �TA1�FlELD E�T��P���E�, ti��, �fBlA S & ,� EI�E��'R1�
_ � F�R i�E1N7��,FF�� �E�I�+�� 1�1����LAT1��1� _ _ _ _ _ �
,� REC��uiI��IVDATI�f�:
� It is r�commendet� tha� t�� �Ety �our�cil ��#F�orize th� �ity Ma��g�r t� ex����te a��ntr�ct w�t� �#�nfietd
Enterpri�es, 1r�c. d�t�la � 8� J�Eectri�, ir� �ha ar�o�n# �# ���5,48fi,'�5 f�r #�� �or�str���tson o� new #r�ffic
si�r�als a# #I�e inter��ctions o� No�tl� B��c1� �tree#l��rGr��c�aRe f�o��i, I�orth �each 5�����f�tanl��-�t�il�r
R�ad, �r�d �out� Flul�n �tr�etl�edgestor�e Dri�e �Pro���t ��. T�'�!V-TE��00'k�0�Q1 ��.
DiS�USS�ON:
�he 1998 ����tal lmpr�v�m�nt Pr�gram includes fun�ls for tr�ffEc �igr��l it�nprovemer�ts. T�� pro�e��
was �civarti�ed for bi� on .i�1�+ 5 a��i 1�, ��01. �n JuE�r 2B. �Q��I , Starif�eld �nteepr3se�, Ir��. d�bla �&.1
ECe��ri� was the sole bic�der, �rith tl�e f�liow���g �id:
B�1�DE�
A�u1 �U iVT
�QC��RACT TICk+�E
�kan���d ����r�ci���, �nc_ dJbl� � 8� J �lectra�
�2U�.4��.15
80 w�r�Cir�g days
�taff coe�s'r���s the cant��c���� b3d �o �e f�ir and r�as�n�bla ar�d racornm�nc�� a�proval,
Two of tfne thr�� �raff� si��als �r��l��e�i in thi� pr��ec# �re p��kia14}� fur�c�ed b� �ali�rn �itj� und�r a
pr�vrousky arlopt�c� Inke��a�ai Agr�e�nent �pprov�d �� the �o�t V�lort� �r#� �oun�G� o� Aprkl 1�. ��O�i
�N�&� �-�8�5�}_ This agre�ment pro�ickes �h�� Hal��m ���y ��� #he �ity �f ��rt 11V�rt� r�t+i�l �hare t��
r_.�sk of c�nstE+�cti�n ak th� i�terse�tions 1i�ted �e1�w,
+ P�c�rk� Be�c?� �t��et a�� �pri�gda�e Ro�d
. �ort�r Beac� �treet and �t�r����-�CeNor f2oad
H�I��m �i#y has agre�c� to pa�ti�i��te ir� #ur��ling ih� cons#r�,cktor� of ihes� two t�a#fi� signals, wh�c� are
koc�t�� i�t I�laktar� �i��r ��� �he �aty o� Fart 1N�r4h_ ��rtl�erm�r�, sin� ��e �w�� of F�rk 1Na�E� wlll �e
res�ar�swbl� far main��ining #I�e ��gn��s, Hal��rr� �ik� has ��r��d t4 p�� � higi�er ��rc�ntag� of tM�e totai
Casl {6�°Io�.
�tanfGe�ci E�t�rpri��s, Inc, dlb�� S 8� ��f��kr�� is �n r..�n�pli�r��� wit'� tY�e �i#�'s 4��1N�� �rt��r��nc� b�
��mrr�i�l�n� #o �'�°l� {1AMf6� p��ki�i�at��r� a�nd d�c��eriti�� g�o� fai�h efif�r�. "fhe �i�y's ��af on khi�
�foje�t Is ��°lo.
A�r�ffic �igr�al �+arr��t stu�dy co�clu�ed that #k�as� ir�tersecti�ns rt�ea�t t�� w�rran# r��uEr�mer�#� for
tra�ff't� �i�r�als base� �n tt�� fvl�rrr�a� or� �1r�r�prm Tr�f�� ��rrtro� �7��r��s, The T�ans�or#�tior� �nd P�,bltc
Vlforks ��parEm�nt pro��s�� t� instal� fully act�at�d #r�fi�c �ign�ks,
�he traffkc ��g�a1s �re Iocate� in ��Uf��l�. D��TRt�I"� ��nd 4,
�`r'�y �,�' F'or� �'��l�, �ex.a�
�
���� ��� �,������ �a�r�u����r+t�o�
���� �r� F����a�E �ur��rr� �c� n��n�� ����
9l��IQ'l **�-18�4� � 20�If�I�T�C�+1 2 �f �
St3E3J�C:T p,V1lA�RD OF ���TRA�T T� �TAEV�i�LD Ef�T�F�Pi����S, Mi��. D���� �&.1 ELE�TRI�
�QR i��V�lTRI�FFI� S1�r��L I�l�T�1l�LATI�iV�
- --
� �l��Al� IN��RA+lA7��Nl��RTiFf�1�Tl�N: '
7he F����ce Dir��toe certifi�s �hat funds are �►��il�ble rr� the �u���n� c�prtaG budg�t, �� appr�priated, �f
t�e �ri�cal �a�it�l Pr�}e�ts Fund
��:r�
S�bmitted far City Matin��er`�
Ofl�cc I�y'
I�iok� {�rrr,xt�er
Qri�iuutin� �e�:�rlmcni t�4s�+5;
I�lago ��lH�sgst
Adslfl�t�na�l Znff�r��i.itia�t Cuut��el;
t �u�a 2�;�3nnga
� r��rru �.��cour�•� � ��r��.� � nr�o��v� -�x�v s�:c.���nx�r
� (lo�
� I
f� k �It�
�
��k(}3 (Imm}
C11$ ' S�h2�{}
I c��a �a��ao
�116 ����Q4
78(x � I
42�1180�1135 ' �69,76�.�a
a�a��so�7�s� �a�,�aa.���
4�0�16031133 ��A,B7�,9�
�I�PT�OV�� 9l��l�1�
I
i
�
SPECI�"�C,r�.TX01��
.�.�D
C�ll1"���T D�CUI1�IEl�f'��
FOR
Ii�EW SIGNAL IllTSTALLATZO�lTS
AT THE II�TERSECTI4�S OF:
N. BEACH STREET 1 SPRINGDALE ROAD
, N. BEACH STREET 1 STANLEY-KELLER ROAD
S. HULEN STREET / LEDGESTUNE DRIVE
PROJECT No. TPW-�TEP�001�OOOx1
��T THE ��TY OF FORT WORTH, TEX.AS
JULY 20�1
KENNETH L. BARR GARY W. 3ACK�SON
MAYDR C�TY MANAGER
HUGO A. MALANGA, P. E. - D�RECTQ�
JOE S. TERNUS, P.E. - AS��STANT DIRECTOR
TRA.NSPORTATIOl�i AND PUBL�C WORKS DEPARTII�IENT
��
� �., � �
f
TABLE OF C011TTE1�ITS
Part A Notice �o Bzdders
Special Instre�ctions to Bidders
Part B Proposal
Vendo�r Compliance to State Law
Minority and Women Susiness Euterprise Specifications
Pa�rt C General Conditions
(�e� City of Fort Worth Standard Speci�cat�ons For Street
and Storm Drain Construction, Part I. General Provisions)
Part D Special Provisions
Part E Specificatin�s
Installaticrn of Traffic Signals .
Sxlicone Joint Sealing for Concrete Pavement
Part F Certif�cate of Insurance and S�nds
Certifcate of Insurance
Contractor Connpliance With Worker's Compensanon Law
Experience Record
Ec�uipment Schedule
Perfor�nance Bond
Payment Bond
Part G Contract
i�
�
; �1
,,
�
,
PART A
NOTICE TO SIDDERS
AND
SPECIAL iNSTRUCT�ONS TO SIDDERS
�
l
�
�
1�10TICE TO BXDDERS
New 5ignais at N. Beach Street / Sprxngdale Road, N. Seach Street 1 Stanley-Keller Road
and S. Hulen �St�reet 1 Ledgestane Drzve
Proposals should be addressed ta Mr. Gary W. Jackson, City Manager of the Ci�y of For� Worth,
Texas ax�d will be z-eceived at the Purchasing Office unti11:30 PM, Thursday �uly 26, 2007. and
' then publicly opened and read alond at 2:04 PM. Plans, Specificatzons and Contract Documents
fnr this project may be obtained, beginning Tuesday, Ju]y 3, 2401, fram tk�e Transpartation and
^ PubIic Warks Department's Street Manag;enrzent office iocated at 311 W. 10«' Street, Fort Worth,
Texa�.
., A non-mandatory Pre-Bid Conference will be held a� 3:QQ PM, Thursday, Julv 19, 2001 in Room
, G14 o�'the Public Safety Building {north of Municipal Building). All bidders are en�ouraged to
' ' attend.
For additional infozxzaation, contact Mark Mathis, P.E. at 817-571-8775.
�
,i
�
�PECLA.L TI�STRUCTI�I�T� TO BII�I)ER�
1. BID SECiTRiTY: Cashi�r's eheck or an acceptahle bidder's bond payable to the Ci#y nf Fort Wortk�, in an
amount of not less than five (5°10) percent of the total of the bzd subnaaitted must accompany the hid, and is
subject ta farfeit in the cvent the successful bidder fails to execute the contract documents within ten (10) days
after the cont�act has heen awarded.
To be an acceptable suzety on the bond, (1} the name of the surety shall be included on tlie cumrent U.S.
Treasury, or (2} #he surety must have capital and surplus equal to te� tinaes the limit oi the bond. The surety
' must be licensed to do b�siness in the Stake of Texas. Tke amount of the bond shaIl not exceed the aanount
shQwn an the treasury list ar one-tenth (I/14) the total capital and surplus.
2. PAYM�NT, PERFORm.ANCE, AND MAINTENANCE BONDS: The successful biddez e�tezing into a
contract fnr fhe work will be required to give the City surety ini a suzn equal to the amount of the contract
awarded. In this eonnection, the successfuI bzdder shall be requixed to furnish Performance, Payment a�d
Maintenan.ce Bonds, all �ia�. a sum equal to the am�unt of the contract awarded. The fonn of the bond shall be as
� l�erein provided and the surety shall be acceptable to the City. AIl bands fizxziished hereunder shall meet the
requirements of Article 5l 60 of tha Revised Ci�il Sfatutes of Texas, as amended.
In arder for a surety ko be acceptable to the City, (1) #he name of ihe surety shall be inclnded on #he curren# U.S.
I� Treasury List of Accepta�le Suzeties (CirGuJ.ar 874), or (2) the snrety must have capital and surplus equal to ten
" tirraes the amount of the bond. The surety must be licensed to do business in the State af Texas. 'I'he amount of
the bond shajl not exceed ihe amouni shown on the Treasury ]ist ox ane-kenth {1/14) of the toYal capita� and •
� surplus. If reinsurance is required, the corr�pany writing the reinsarance mast be authorized, accredited ar
trusteed to do business in Texas.
No sweties vvill he accepted �ay the City wluch are at the time in default or delinquent on any bands or which are
� interested in any litigation against tt�e City. Should any suxety on the contract l�e determined unsatisfactory at
�� any time by the City, notice will be given to the Contractor to that effect and the Ccsntractar shall immediately
} provide a new surety satisfactory ta the City. �
A Payment Bond shall be executed, in the amount of the contract, solely for tlze protectioxt of al] claimants
, supplying labor and materials in the prosecution of the work,
1 � A Pezforrnance Bond shall also be executed, in the amoimt af the con�ract conditioned on �e faithful
performance of the work in accordance wi#h the pla�as, specifications, and contract documents. Said bond shall
soIely be fbr tl�e pratectaon of the City of Fort Worth.
� 3. LIQUIDATED DAMAGES: The Contractor's atteu#ion is called to Part 1, Ttem $, paragraph 8.6, of tl�.e
"General Provisinns" of the Star�durd SnecifcRtians far Street a�id Storm Drain Canstruetio�e af the City of
Fort Worth, Tescas, concEzning �iquidated damages fo.r�late completian of projects.
I
�. t�1MBYGUITY: In case of ambiguity or lack of clearness in stating prices in tlle proposai, �e City reserves the
zigh# to adopt the �nost advantageous constructian fhereof to the City or to reject the proposal.
'` 5. EMPLDYMENT: Ail bidders will be required to comply rvith City Ordinance Na. 7278 as aznended hy City
Ordinance No. 7400 (Fort Wortli City Code 5ectaan. 13 A-21 through I3-a-29) prohibiting discrimination in
employment practaces.
6. WAGE RATES: All hidders will be required to comply with provision 5159a nF "Vernons Annotated Civi]
Statutes" af the State of Texas with respect to the payment of prevailing wage rates as established by the City of
Fart Warth, Texas and set forth in Contract Docuta�.ents far this project.
Special Inst�ructions to Bidders Page 1 of 7
7. FINANCIAL STATEMENT: A curren� certified financial statement is zequixed by the Transportafion an�
Pnbiic Works Department fox use by the CITY OF FORT WORTH in determining the successful bidder. This
sYatement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate
State Licensing Agency.
S. INSiTRANCE: Within #en {i0) days of receipt of nQtiee of awazd of contract, the Contractor rnust provide,
along with executed contract dacumants and apprapriate bonds, praof of insurance for Worker's Co�nnpensation
and Comprahansive General L,iability {Bodily Injury-$250,000 each persox►, $500,004 each occurrence;
Properiy Damage -$30Q,000 each occurrence). The City zeserves the right to request any other ins�.�ra�ce
co�erages as rnay be requ�rec� by eac�a individual proj ect.
_ 9. NONRESIDENT BIDDERS: Pursuant to Article 641g, Texas Revised CiviF Statutes, the City of Fort Worth
vc+ill no# awazd this conbrac# to a nonresident hidder unless the nonresident's bid is lower than the lo�vest bid
submitted by a responsible Texas resident bidder by tl�e sanae amoun# that a Texas resident bidder would be
required to �nderbid a nonresident bidder to obtain a comparahle cornract in the state in which the nonresident's
- principal place of husiness is lacated.
"Nonresident bidder" means a bidder whose principa! p�ace of business is not in this state, but excludes a
, contractor whase ultiinate pazent company ar majority owner has its priur�cipal place of business in t,his state_
� "'Texas resident bidder" mear►s a bidder whose principat place of business is in this state, and ineludes a
contractor whase ultiznate parent company or majarity owner has its principal place ofbusiness in this state.
'This provision does not apply if this contract involves federal funds.
The appropriate blanlcs of the ProposaI must be �lled out by all non resident bidders in ardez for its bid ta meet
� sgecifications. The failwre of a nonresident contract�r to �o so will autannatically disgualify that bidder.
14. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Qrdinance No.
11923, as amended by Ordinance 13471, the City af Fort Worth has goals for the participation af zninority
; business enterprises and women busi�zess enterprises in City contracts. A copy of the Ozdinance can he obtained
from the af#'ice of the City Secretary. The bidder shall subzxiit t1�e MBE/WBE UTILIZATION FORM, PRIME
CONTRACTQR WAIVEA FORM and/or the GUOD FAITH EFFORT FQRM {"Documentarion"} as
i appropriate. The Docum.entation must be received no later than 5:00 p.m., five {S) City business days after the
bid opexring date. Tlze bidder shalI ohtain a recezpt from the appropriate ernployee of the managing deparfinent
Yo whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City.
� FaiIure to com�Iy shall render the bid non-responsive.
I
Upon request, Contractor agrees io provide to Owner cornplete and accurate information regarding actual work
performed by Minority Business Enterprise (WBE) on tlae contract and payment therefore. Con�ractoz fiuthez
� agrees to permit an audit and/or exam�inatian af xny books, records ar files in its possesszon that will substantiate
the actual work performed by an M�E and/or WBE. The misrepresen.taiion of facts (other than a negligent
. xnisrepresentation) and/or �he commission af fraud by tlae Coairactor �+ill be graunds for tern�ination of the
i contract and/or initiation action uxzder app�npriate federal, state or local laws or ordinances relating to faise
�. I, statement; further, any such misrepresentation (other than a negligent misrepresentalion) and/or coimmission of
fraud will resuIt in the Contractor being, detezr�ined ta be irresponsible and barr�d from participation in City
' wark for a period of tirrie of not less than three (3) years.
$peciai Instructions to T3idders Page 2 of 7
I1. AWAItD OF CONTRACT: Contract will be avuarded ta the lowest responsive bidder. The City reserves the
righ� to reject any and/or all bids and vvaive any and/ar all irregularities. No bid may be withdrawn untii the
expuation of farty-nine (49) days fram khe date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR
WANER FCIRM andlor tl�e GOOD FAITH E�FQRT FORIvI ("Documentatxon") as appropriate is received by
the City. Tlxe award of can4ract, if made, r�rill be within f�rty-nine {49) days after this dacumentation is
zeceived, but in no case r�il] the awaxd be made until the responsi6ility of the biddex to whom it is proposed to
award the contract has been verified.
l2. PAYMENTs The Con.lzactor will receive fnll pay�ent (minus 5% retainage) firom the City for all work for each
pay perzod. Payment of the remaining arr�ount shall be made with tlxe final payment, and upan acceptance of the
pzoject.
i 3. ADDENDA: Biddexs are responsible for obtaining all addenda to the contract docwna�ents priar to t�e l�id zeceipt
time and acl�owledgzng them at the time of 6id receipt. Inforrnarion regarding the status of adde�zda rnay be
abtained by contactin� the Transportation/Public Warks Departrz�ent at (817) 87I-78�0. Bids that so nat
ackzatowledge all applicahle addenda may be rejected as npn-resp�onsive,
14. CONTRACTOR COMPLIANCE WI'�H WOR[�R'S COMPENSATI�N LAW,:
A. Workers Compensario�a Insurancs Coverage
1. Definitions:
Certain of covera�e ("certificate"1. A copy of a certificate of insurance, a certificate of authority to self-
insure issued hy tl�e comunission, or a caverage agreement (TWCC-S1, `�'CC-$2, TWCC-$3, or
TWCC-84), showing statutory worker's compensation ins�uance coverage for the person's or entity's
eznpinyees providing services on a pro�ect, for the duxatzon of the project.
Duration of the proi_ect-includes the time from che beginni.ng of the work on the project unril the
Contractor'slgersou's work on the.project has been completed and acc�ted by �he govem�riental entity.
�'ersons providin� services on the proiect, ("subcontzactor" in �406.096}ineludes all persons or entities
performing all or part of the services the Contractar has undertaken to perfozm on t�2e proje�t,
regardless of wi�etber that person contracted directly with the Contractax and regardless of whetl�er that
persou has emptoyees. This includes, without limitation, independent Contraetors, subcontractors,
Ieasing companies, matvr ca�-riers, owner-operators, ennplayees of any such entity; vr employees of any
eniity which furnishes persons ta pravide services an the pzaject. "Services" include, without
lunitataan, providing, ha�ling, oz dali�ering equipment oz materiais, or providing labor, transportation,
or taner services zelated to a project. "5ervices" does not include acfiivities wnrelated to the project,
such as food/beverage vendors, oftice supply deliveries, and delivery oiportable tnilets.
2. The Contractor shall, pro�ided coverage, based on proper reporting of classification cQdes and payroll
amaunts and filing of at�y coveXage agreements, vvhich meets the statutory requirements af Texas Labor
Code, Seciion 401_Ol l(44) or all employees of the Confractor providing sezv�ices on the project, fax
tha duration of the praject.
3. The Contractor must provide a certificate of �overage to the governznental entity pric�r to being
awarded the contract.
4. If the ❑ovezage peri4d shown on the Contractor's current certi�cate of coverage ends during #he
duration of the prnjeci, the Contractar must, prior to the end of tfie coverage perioci, file a new
certi�cate of coverage with the gover�mental entity shvwing fltiat coveraga has been extended.
5. The Contractor shall obtain ,fronz each person providing services on a project, and pro�ide to the
govarnmentai enkity:
�pecia2 Instructions to Bidders Page 3 of 7
�
(I) a certiiicate of coverage, prior to that person beginning wozk on the project, so the
govexniaaental en�ity wiXl have on file certificates of coverage showing coverage far all persons
providing services on the project; and
(2} no later than seven days af�er xeceipt �y the Contractor, a new certi�cate af coverage showing
extension of coverage, if the coverage period shawn on the cuz�rent eertificate oi coverage
ends durizig the duration of the pzoject.
6. T'he Contractor shall retain aIl required c�rtificatas Qf coverag� for the duration of the project and for
one year therea$er
7. The Confxactoz shall notify the govez�nmental entity in writing hy certified maii or persnnal deli�ery,
within ten {10) days after the Cantractor knew ar should have la�own, of any change tlxat naaterzally
affects the provision of coverage of any gerson providing services on: th;e pzofect.
8. The Contractor shall post on each project site a no#ice, in the text, form and manner prescribed by the
Texas Worker's Compensation CommissiQn, inforfning all persons providin� sexvices on the project
that they are required to be covexed, and stating haw a person may verify coverage and report lack of
coverage.
9. The Contractor shall co�t�actually reyuire each person rvikh whom it contracts to provide services on a
project, to:
(a) provide covezage, based on proper reporting on classification codes and payroll amounts and filing
of any coverage agreements, which meets the stahrtory requirements af Texas labor Code, Sectian
4R1A11 (44} fox aI] of its en�ployees providing services on the praject, for the duration of the
project;
(b) provide to the Contractor, prior to that person begitming wark on the praject, a certificate af
coverage showing that coverage is being provided for all empIoyees of the pexson providit�g
sezvices on the project, %r the duration ofthe project;
(c} provide the Contractor, priar to the end of the covezage periad, a new certificate of coverage
showi.ng extension of coverage, if the coverage period shown an the current certificate of coveraga
ends dcuing the duration nf the projecY;
(d) ob#ain from each other person with whom it contracts, and provide to the Contractor:
(I) a cerbificate of coverage, pxi.or to the ather person 6egixming wark on the prnject; and
(2) a new certificate of �overag� showing extension of covexage, prior to the end of the
coverage period, if the coverage period shawn on the current certificate of coverage ends
during the duratzon of the project;
(e) retain aII required certiiicates of coverage on file for the duration of the project and foz ona year
thereafter.
{� notify the governmentaI entity in writing by certified znail or pearsanal delivery, within ten { 14)
days after the pexson lcnew ax should have known, of any change #hat materially affects the
provision of coverage of any person providing services nn the project; and
(g) con�actually require each persan with whom it conixac#s, to perfarm as required by paragraphs {1)
-{7), with the certifcates of cowerage to be provided to the person for whom they are �roviding
services.
Special Instructions to Bidders
Page 4 of 7
I0. By szgning this cantract or providing or causing to be provided a certificate of coverage, the Contractar
is representing to the governmsntal entity t�at all employees of the Contractor wha will provide
services on the project will be covered by worker's compensation coverage for the duration of the
projeet, that the coverage will be hased on prnper repnrting af classification codes and payroll arnour�ts,
and t%at all co�erage agreeznents will be faled with tlze appropriate insurance carrier or, in khe case of a
self insured, with the commission's Division of Self-Tnsurance Regulation. Providing false or
misIeading information rnay subject the Contractoz to administrative, criminal, civii penalties or otb.er
civil actions.
; 11. The Contractor's failnre to cvxnply with arry of these pro�isions is a breach of contxact by the
Contractor does not rezxiedy the breach within ten days after aeceipt of no#ice of breach from the
gavernmentaI entity.
� S. The Cantractor sh.all post a notice on each prajact site informing a�1 persons providing services on the
praject that t�ey are required tn be covered, and stating how a person may verify current caverage and
., report failure to provide coverage. Tl3as notic� does noi satisfy other posting requirements irr�ased by the
� Texas Worker's Compensatian Act or ofher Texas Worker's Compensation Cozx�►xaissian rules. Tl�is notice
= must be printed with a tifIe in a# least 3D point bold type and text in at least 19 point nom�al type, and sk�all
be in both Eng�ish and 5panish and any other language cornmon to the worker population. Tbe teact for the
� notices shall be the following text, without any addifional words or changes:
"REQiJIRED WORKER'S GOMPENSATION COVERAGE"
The la�+ requires that each person worki�g on this site or providing services related to this construction
project must be covered by worker" cornpensation insurance. This incIudes persoz�.s providing, hauling or
delivering equipment or matexials, az pravtding Jaboar or transportation or other service reIated �o ti�e
project, regard�ess of ti�e id�nfi.ty of iheir employer or stakus as an employee".
Call the Texas Worker's Compensatian Comrnission at 512-�F�40-3'189 to receive iniormatzon on �e legal
requirement for covezage, to verify whether your employer has provided the required coverage, or to report
an errtployer's failure to prowide coverage".
15. NON DISCRIMINATION: 'The Gontractor shall not discrizninate against any person or persons becaus� Qf
sex, race, religion, coiar, or national oxigin and shall comply with the provisions of City Ozdinance 7278, as
amended by City �rdinance 7400 (Fort Worth Ciry Cade 5ections 13A-21 ttazough 13A-29), pro3�ibiting
discrimuiation in employment practices.
Special Instructions to Bidders Page 5 of 7
16. AGE DTSCRINIINATION: In accordance with the po�icy ("Policy") of the Executive Branch of the federal
gQvexzux�ent, ContractQr covenants that neither it nor any of its officers, naeanbers, agents, az employees, w�i�l
enga�e in performing tl�is contract, sk�all, in cozinection with the employment, advancement or discharge of
emgloyaes or in connection with the terms, conditions ar privileges af their emplayment, discrimina#e against
person because of their age except on the basis of a bona iide occupational qualification, retirernez�t plan or
statutory requirement.
� � Contractor fiuther covenants that neithaz it nor its afficers, members, agents, or employees, or person acting on
I tbeir behalf, shall specify, in solicitarions or advertisements for employees to work on this Contract, a maxirnum
age limit for such enaploymant unless the specified m�imurn age limit is based upon a bona fide occupataonal
, qualificatian, retirement plan or statutory requirernent. ,
; l Contractor warrants it will fully comply with the Policy and witl defend, inde�rmify and hoId City harmless
against any and all clauns or aliegations asserted by t]aizd pazt�ies against City arising out of Contractar's alleged
i� failure to comply with the abnve referenced Policy concerning age disezimin.atian in the performance of this
Contract.
17. DISCRIMINA'�ION DUE TO DISABILITY: In accordance with the provisians of the Americans with
Disabilities Act of 1940 ("ADA"J, Contxactor warrants that it will not unlawfully discriminate on the basis af
disability in the provisian of services to the general puhIic, nor in the availability, terms and/or conditions of
employm.ent for applica�ts for eraployment with, Qr current employees of Contractor. Contzactor wa�rzants it
will fi�lly comply wiih ADA's provisions and any otkaea applicable federa! state and locai laws cnncernrng
disability and will defend indemniiy and hold City harmless against any claims oz allegations asserted by third
parties against C�ty arising out of Contractaz's alleged failure to comply with the above-referenced laws
concenling disability discri�inat�on in the perfarmance of this Contract.
Revised Apri15, 1999
�
Special Instructions ko Bidders Page 6 of 7
CTTY OF FURT WORTH
HYGHWAY CONSTRUCT�ON
PREVAILING WAGE RATES FOR �000
�I
CLASSIFICATION
FI
AF�i TOOL OPSiZATOR
ASPIIALT RAKER
ASPH,ALT SHOVELLR
BATCfTING PLANT WEICHER
CARPEN'IER
COTICRETE FINISH�R (PAVTNG)
CONCRETE FINISHER HELPER
{PAVING}
CONCRETE FINISHER (5TRl3CTUIiES}
CONCRETE RUB$ER
ELEC'FRICIATI
FLAGGER
FORM Bi1TLb�R (S'I'ftUCTURES)
FQRM LINER {QAV[NG & CURB)
FORivI SET'TER (PAVING & CiIAB)
FDRM SETTER (STRLJCTIJlZES)
LABORE�, COMMON
LABOREI2, UTELITY
MECHANIC
OTT.ER
SERVICER
PAINTER (STRL3CTUKES)
PIPELAYE�2
PIP$LAYEK HELPER
SLA.STER
� ASPHALT DISTAIBUTDA OPERATOR
ASP�3ALT PAVING MACHINE
81200M OR SWEEPER OPERt�TOR
�
BULLDOZER
CONCRETE GURiNG MACHINE
CONCRETE FINISHii+lG MAC1i1NE
CDNCRETE PAVING JOINT IvIACHINE
CqNCRETE PAVTNG JOINT SEALEI2
CONCRETE PAVING SAW
CONCRET'E PAVING SPREADER
SLIPFORM MACIIINE OPERATOR
CTiATiE, CI.P.MSHELL, BACKHOE,
IJERRTCI�, DRAGi.INE, SHOVEL (<1 '/x
ey}
CRl{NE, CI.AM3HELL, BACKHOE,
DERRICK, DRAGLINE, SHOVEL (>l Y=
ey)
FOUNDATTOIV I)RiLI, OPERATOR
(CRAWLER MQUNTED)
FOiJNDAT10T1 �RILL OPEAATOR
(TRUCK MOUTfTED)
Special Tnstnictions to Bidders
RATE
$9.00
$10.32
$9.75
$9.65
$13.64
$1Q.16
$5.70
�13.44
$8.84
$i 5.37
$7.00
$13.44
$10.23
�9.24
$9.73
$7.64
$8.b4
$13.25
$10.17
$10.13
$11.U0
$7.35
$G.75
$I1.50
$11.45
$I 1.09
$8.72
$1fl.74
$9.25
$l 1.13
$1 U.42
$9.d0
$1 D.53
$10.50
�9.92
$10.00
$i 1.52
$10.4b
$I1.83
CLASSIF.[CATION
�tO�IT END [.OA}�ER (2 %Z cy Sc
LESS)
FRONT E]VD LOADER {> 2%z cy)
MILLIAfG AMCHINE OPERATOR
MTX�R (OVER 16 CF}
1ViOT012 GItADER OPEIZATOR (FINE
GRADE}
MOTOR GRADE OPERATOIt
PAVEMENT MAiLKINCr MACHIiVE
ROL.LE12, STEEL WHEEL
(PI,ANT-MIX PAV�MENTS)
lZOLLER, STEEL WH�EL (OTHER
(FF.ATR'HEEL �1Z TAMPING)
RdLi,ER, PNEUMATIC SELF-
PROPfiI,LEI� SCR.APER
SCRAPER
TRACTOR-C�tAWI.EZ2 TYPE
3TZACTdR-PAf EUM A1'IC
TAAVELING MIXER
WAGON=bRII.L, BORIIVG MACHINE
REI3�IFpRCING STEEL SETTER
(PAVING)
REINFORCING STEEL SETTER
(STRiICTURAI,)
STEEL W012KLR-5"FRUC`fl31tAL
SPREAAER BpX OPHT�ATOR
A
W�RK ZDNE BARitICADE
TRUCK DRIVER-SINCrLE AJCLE
(LTGHT)
77tUCK I3RIVER-SI3VCLE AXT.E
(I-iEAV Y)
TRUCK DRNER-TA]dDEM AXLE
(SHMI-TRAILER)
TIZiTCK bRIVER-LOWBOY/FLOAT
TFtUCK DRIVER-TRANSIT M1X
TRUCIf DIiNEft-W INCH
V IBRATOR OPEIL4TOR (HAND
TYPE)
WELDEIt
RATE
$9.94
$3.32
$8.00
$11.OD
$12.31
$13.75
�i i.00
$9,88
�tz.tz
$$.02
$9.63
$i4.58
$9.15
$10.00
$12.00
�9.'i5
$13.31
$14.80
$10.00
$7.32
$8.40
$9.42
$10.22
$10.54
$1p.63
$9.$4
$7.32
$11.57
Page 7 of 7
{ n
I �i
PL111� li
PROPOSAL
VENDOR COMPLIANC� TO STATE LAW
� M/WBE F4RMS
,�,
,�
�
I�
i �
PROPOSAL
� TO: Mr. Gary W. Jackson
City Maz�a,ger
� Fort Worth, Te�as
FOR: NEW SIGNAL INSTALLATIONS AT THE INTERS�CTIONS OF:
� N. B�ACH STAEET / SRINGDALE ROAD
�� N. BEACH STREET / STA1�iLEY-KELLER ROAD
S. HULEN STREET 1 LEDGESTONE DRIVE
! � PROJECT No. TPW-T�-2001-flflfll l
��
Pursuant to the foregoing "Notice to Bidders", the unc�ersigned has thoroughly examtned the plans, specifications
and the site, understands the amount of work to be done, and hereby proposes ta dn all the work anc� fuznish all
; � labor, equipment, and materials Qecessary to con�plete al] tile work as provided in the plans and specifications, and
' suhject to the inspection and approval of the DirecEor af the Departznent of Transportation and PubIic Works of the
City of Fort Worth.
i'
Upon acceptance o#' tk�is praposal by the City Cauncil, the bidder is baund ta execute a coniract and furnish
Performance and Payment Bond appraved 6y the City of Fort Worth for perfartnit�g and completing said work with.in
the time stated and for the foll4wing sums, to-wit:
�
�
I�
I '�
I �.
! I�
Proposal B - 1
i
NEW SIGNAL INSTALLATIONS: N. SEACH 5T.1 SYRINGDAI.E RD. ; N. BEACH ST.1 STANLEY-
KELLER RD. & S. HULEN STJ LEDGESTONE DR.
PAY APPROX. DESCRTPTIf?N O�' ITEMS UNIT 'I'0'TAL
TTEM QUANTITY PRICE AMOUNT BTD
1. 3 LS MOBILIZATION $ �� Gi;� �4 $,,� - �. . '�
2. 25 EA F't_TRNSIH AND INSTALL SIGNAL
HEAD 12" RYG {TYPE A) $ �^ � _ _-. !S� �'
3. 2 EA FURNISH AND 1NSTALL SIGNAL
HEAD 12" R �Y G (TYPE B) � � �'' �� $ ��' ,
4. 0�A FURNISH AND IN�`I'ALL SIGNAL
HEAD 12" RR �Y G(TYPE C) $ N/A $_NIA_
5. 0 EA FURNISH ANDIN�TALL SIGNAL
HEAD 12" RYG�-YG - VER'I'ICAL $ NIA $ N/A
(TYPE F) — — —
6. i EA FURNISH AND INSTALL SIGNAL __
HEAD I2" RYG�YG - HOUSEHEAD $ �_� $ �.a �i � �
(TYP� E)
7. 28 EA FURNISH AND INSTALL 1tED L.E.D.
INSERTS $ �' ". " ' $ �� _._.�, �!
8. I8 EA FURNISH AND INSTALL
� ` '� �
INTERNATIONAL PEDESTRIAN $ -.' ti "' � $._" , `�� ,
SIGNAL (TYPE P} �
9. I 8 EA FURNISH AND INSTALL LED `�_ ��, ,
INTBRNATIONAL PEDESTRIAN L�NS $ �Te. � $ �, � ` � '
INSERTS
1Q. 18 EA F[JRNiSH AND 1NSTALL PEDESTRTAN �,�„ `,,,.
PUSHBUTTON AND SIGN ASSEMBLY $ .'�'_� -` $ ! �� '
1 l, 1,206 LF LOOP DETECTOA SAW CUT AND
� INSTAL.LA`I'ION $ ' - '- $ .{ B r`� p �
1 Z. 4 EA FURNISH AND INSTALL LARGE ,�,,; ,
GROLJND BOX WZ'I'H LID AND $ �� � _ _ $ ,�„� _ _
CONCRE`j'E APRON
13. 26 EA FURNISH AND INSTALL SMALL _ ,.
GROUND BOX WITH LID AND $� � _
� C $ rr ,� �- ,
CONCRE"I'E APRON
14. 555 LF Fi1RNISH AND INSTALL 3"
SCH�DULE �40 PVC CONDiTIT $,�, '� �
(BY OPEN C[]T) � �1�!
15. I,435 LF FURNISH AND INSTALL 1-1/4" .1 �
SCHEDULE 4� PVC CONDUIT $ ,. $ ��
{BY OPEN CUT} �
Proposal B - 2
NEW SIGNALS (Continued)
PAY APPROX. DESCRIPTI�N OF I`I'EM5 UNIT
ITEM QUANTITY p�C�
16. 45 LF FURI�ISH AND INSTALL 1-1/�}" RIGID
METAL CONDUIT $ �� t
17. 992 LF FUANISH AND INSTALL 3"
SCHEDUL� 40 PVC CONDUTT .
(BORED) $ �} ' .. ' _ .
18. 335 LF FYJfRNISH AND INSTA�L 1-114" c, •
SCHED[ILE 40 PVC CONDUIT $ � �'
(BORED}
19. 0 LF FURNISH AND INSTALL 24
CONDUCTOR #14 ELECTRICAL WIRE $ N/A
20. 1,740 LF k'[JRNISH AND INSTALL 20 �,
CONDUCT{�R � 14 ELECTRICAL 'ULFIRE $ . �
21. 520 LF F[JRNISH AND INSTALL 8 -� R
CONDUCTOR #14 ELECTRICAL WIRE $ � `
22. 0 LF F�[1RNISH AND INSTALL �L
CONDUCTOR #14 ELECTRICAL WiRE $ NIA
23. 5,135 LF FC.7RNISH AND INSTALL 4
CONDUCTOR SHIELDED . ,. ,
. �LECTRICAL WIRE $ .
24. 62 LF FURNISH AND INSTALL OVERHEAD ,,,
#6 TRIPLEX $ � �
25. 1,134 LF FURNI�H AND INSTALL 1
CONDUCTOR #8 BLACK
(ET.ECTRICAL WIRE} $ �'�,1
Z6. 1,134 I.F Fi.JRNISHANDINSTA.T.L I
C�NDUCTOR #k$ WHTTE
(ELECTRICAI, WIRE) $ . ` - �
27
28
29
2,8D0 LF FURiVISH AND IN5`I'ALL I
CONDUCTOR t�8 SOLTD BARE
GROUNU (ELEC'I'RICAL W1RE)
1,817 LF FCfRNISH AND INSTALL 1
� CONDUCTOR #1� NEU`I'RA.L SOLIi1
(ELEC`Z'RICAL WIR�)
0 EA FURNI�H AND 1NSTALL
FOUNDATION TYPE i
$ � `
� + `f ..l
$�N/A
TOTAL
AMOUNT �ID
� �-
� �.__
$ . � )�
$� � , �
� NIA
� �, _ . .. �
� ---�— —
�%6'�O�
.
$ NIA
� � � � .�,,�
� / � ac
x
� -� _ �
� ! r N
� �' `�DD �
�
• : ' --
$ �. .
$ NIA
Proposal B - 3
NEW SIGNALS {Continued)
PAY APPRO�. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANT3TY PRiCE AMOUNT BID
3D. 0 EA FURNISH AND INSTALL
FOUNDATION TXPE Z $ N/A $ NIA
31. 7 EA FL'RNISH AND INSTALL - ''
FOLJNDATION TYPE 3 $,� � `_ � � ��j ��
32. 5 EA FURNISH AND INSTALL
POUNDATION TYPE 4 $ ��• � � � $ ,� ��.ir a�
33. 0 EA FURNISH AND iNSTALI.
FOUNDATION 'I'YPE 5 $ _NIA_
34. 3 EA FURNISH AND 1NSTALL CABINET
FOUNDATION $ J,i'�� £
35. 2 EA FURNISH AND �TSTAI,L ELEC`�'RIGAL ,
SERVTCE $ � t �
36. 12 EA FURNISH AND INSTALL SID�WALK . �;
RAMPS $ „ _ _ �
37. 5 EA REMOVAL OF TST.ANDS, MEDIANS, _
RA MP S � _ ��'� �' =� �
,
3$. 3 LS INSTALLATION �F TRAFFIC SIGNAL
MISCELLANEOUS $ ._�.: �'
--�- — —
39. 3 Et� TNSTALL TYPE 170 CONTROLLER/332
CABINE'I' W ITH CC�NFLICT MONITOR, ,� �
AND COAX MODEM $ � '`�� ' -
40. D EA INSTALL TYP� I70 CONTROLLER/336
CABINET WFTH CONFLICT MONITOR $ �N/A
AND COAX MODEM
4l . Q EA TNSTALL 16' MAST ARM $ N/A
42. 2 EA INSTALL 20' MAS`I' ARM $,:�% �"�' -
43. 2 EA lNSTAI,T. 24' MAST ARM $ p"��� �;
44. 0 EA iNSTALL 28' MAST �1RM $ N/A
45. i EA INSTALL 32' MAST ARM $ �-U�
46. 1 EA INSTl1LL 36' MAST ARM $.�?.��,
47. 2 EA INSTALL 40' MAST ARM $�•"�
48. 0�A INSTALL 44' MAST ARM $ N!A
$ _N/A_
� ? �,� �S�
$.
.0 �. , i U_
� _ -- - --
_ ,, .I
$ _� .
$ � � �� ��
$ N/A�
� N/A
$ .�f.t_f
� ,:. /},� �
$ NIA
♦�
.
t�-� .
� -�S.L _ �
$
$ N/A
Pzopasal B - 4
NEW SIGNALS (Cnntinued)
PAY APPROX. DESCIZIPTION O� ITEMS
ITEM QUANTTTY .
49. 3 EA INSTALL 48' MAST ARM
50. 0 EA INSTAL�, 52' MAST AAM
51. 0 EA INSTALL 56' MAST ARM
52. 0 EA 1NSTALL 60' MAST ARM
53. D EA 3NSTALL TYPE 8 SIGNAL POLE
S4. 3 EA 11VSTALL TYPE 41 SIGNAL POLE
55. 4 EA INSTALL TYPE 42 SIGNAL POLE
56. 3 EA INSTA�.L TYPE 43 SIGNAL POLE
57. 2�A 1NSTALL TYPE 44 SIGNAL POLE
58. 0 EA iNSTALL Tl'PE 4S SIGNAL POLE
59. � D EA 1NS'TALL TYPE 46 SIGNAL POLE
60. 0 E11 INSTALL 10' PEDESTAL POLE
6I. 0 EA INS'I'ALL WOOD POLE
62. 0 EA ]NSTALL BASE FC7R 10' PEDESTAL
POLE
63. 6 EA INSTALL S' STREE�' LIGHT ARM AND
LUMINATRE
64. 3 EA INSTALL OPTICOM CABLE AND
DETECTOR
65. 51 LF 1NSTALL COAX CAB�.E RG-11
L.INDEAGROUND
66. l EA FURNISH AND ]IVSTALL PED�STAL
SERVICE
b7. 1 LS RF.MOVE AND SA�.VAGE EXISTTNG
EQUIPMENT {STRE�T �.1GHT P�LE}
68. 1 LS FURNISH AND INSTALL VIDE�
DETECTION
69. 1 L5 FURNISH AND INSTA�.L MICROWAVE
DET�CTOR, CABLE AND MOLTNTING
HAftD W ARE
LTNTT
PRICE
$ -m. �.T r -
�-
$ N/A
$ N/A
$ NIA
$ NIA
� -
� ,�_
_..�
�r_ '��° .
$ . �� �
_r��
� _
$ NIA
$ NIA
$ N/A
$ N/A
$ N/A
$ ��? �
$�v,�_.
$ . '
� ,` .�
,� _ `
� _� �.:� ^
$ �; _ .��
TOTAL
AMOUNT BID
r-`
$ � �f '
$ N/A
$ N/A
$ NIA
$ N/A
,•
$ '
$ / _ .�[. �G
,
$ ���
_
� .
$ N/A
$ NIA
$ N/A
$ N/A
$ N/A
_ • s
�1 �. - .
� �_ -
$�-t
� .-
$ � �,r.� -,
- -- �
$ _ "
.
� � � '�_��
'� -
� � $ •
_� _. �. � �
Prvposal B - 5
TOTAL B1D: NEW SIGNALS = $ "�` - � ' � J J �
�, < <. � �
�� ■
n
� � �� � . w.
CONTRACTOR WILL SE SELECTED ON BASIS OF TOT.AL BID
This contract is issued by an organization which quaiifies for exemption pursuant to the provision of Article
20.D� (F) of the Texas Limited Sales, Excise and Use Tax Act,
Taxes. A1I equipment and rnaterials not conswx�ed by oz incorporated intn the project construction, are
subject to State saies taxes under House Bill 1 l, ena�ted August I5, 1991.
"I'he successful Bidder shall be required to complete the attack�ed 5tatement of Materials and Other Charges
at the time vf executing the cantra�t.
The Contractor sk�all camply with City Ordinance 7278, as amended by City Ordinance 740fl (Fort Worth
City Code Seckions 13-A-21 �ough 13-A-29), prahibiting discrimination in employmentpractices.
� The undersigned aga-ees to complete all work covered by these cantract documents within Ei�htv f80)
WorkinQ Days from and after the date�for commancing work as set forth in the written Waric Order to be
� iss«ed by the Owne�- and to pay not less than the "Prevailin� Wage Rakes %r Street, Drainage and Utility
Canshuction" as established by the City of Fort Warth, Texas.
� Within ten (10} calendar day,s of receipt of nntfce Qf acceptance of this bid, the undersigned wiIl execute the
fQrznal contract and will deliver an approved 5urety Bond and other bonds requiz-ed by llie Contract
Doeuments for the faithtul performance af this Cont�-act. The attached bid security in the amount of 5% in
� the sum of Dollars (� ) is to be farfeited in the
event the ca�tract and bond are not executed within the time set forth, as liquidated darnages far delay and
" additional vrork caused f�zereby.
The Bidder agrees to begin consiniction within 10 wor�Cing days after issue of the work order, and to
, complete the eontract within Ei�htv (80) Workin� Days after l�eginning construction as set forth in the
written work order ta be furnished by the Owner.
'� (I/we), aclmowledge receipt of fhe followin:g addenda to the plans and specificatians, all of tl�e pravisions
�` and requirements of which have been taken into consideration in preparation of the foregoing bid:
� Addendunz Na, 1(Initials} Addendum No. 3(Initia�s)
w Addendurn Na. 2(Tnitials) Addendum No. 4{Iniiials)
R�S�]EGt�l1Ilj+ SLib17iIYICCI:
By: -, ..� . s � . . �_r �—,
�
Title �Q.� �2 � �Iv I
Address: T• n, ��k I�i Sr��
' �ir� wo�r-[-F, �� � b r�. I
� T'elephane: �i7 1 S/ad� OpQ{�
(SEAL.) Date � �.(o � �� �
� Proposal
: .
�
�
,
�
VEI�DOR CO�IPLIAN�E T4 STATE LAW
The 1985 Session of the Texas LagislaYure passed House Bill 620 relative to the award af contracts to nonresident
bidders. This law pro�ides ilxat, in order �to be awarded a contraet as low Uidder, noruesident bidders (aut-of-State
contractors whose corporate o€fices �r principal place af business are outside of the State of �'exas) bzd pzojects for
construction, ixnprovements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder
by the sarne amaunt that a Texas resident bidder wouid be requi�•ed too underbid a nonresident bidder in.order to
obtain, a comparable contract in the State 'sn which the nonresident's principal place of busi�aess is located. The
appropriate bla�alcs in Section A must be filled out by all out-af 5tate or nonresiden# bidders in order for your bid to
meet speci�cations. The failure af out-of-State az nonresident cant�actors to da so will automatically disqualify that
b�dder_ Resident bidders musi check the hox in Section B.
A. Nonresident vendors in (give State), our princrpal place of business, are required to
be percent lower than resident 6idders by 5tate law. A copy of the Statute is attached.
Nanresident uendars in (give State), our principal place af business, are not required
to underbid resident bidders.
B. �uz- principal place of husiness or carpnrate offices are in the State of Texas. ❑
BIDDER:
ST� � F�C L A�rrr�r� P��s�s, .���.- a�.
� � � L��G�T�, �y: � f7�Tf� �. � � ��r�! .l�
,
(Please print}
�. ��k ( �.l �`! f� Signah�re: / _-__ ��-1 _ ', � —'� � .
r
i"�'�-iJt�iLTh�, �?� �i ���- � T'itle: �51.1�� N 1
City S`tate Zip (Please print}
THIS FORM MUST BE RETURNED VVITH Y�UR. OUOTATION
_i � �-
r
�#�-�r �� ��� ����
�linori��r �r�d V1���n�� 6u��r��ss ����r}�rise �p��i�ica�i���
SP�CIAL I�S�RUCT«�J� �OR B�b�E��
�
�
�����c���or� �� �����Y
If 11�� t�tal do�lar valu� of #t�� cor�#ra�# is 525.��0 or rtwr�, the MlV1f�� g0�1 i5 ap�liceble. I� th� kntal dallarl
+rafU� o#Il�e cqn[r��k Is less ehan �25,b04, th� �41�YIfi�� gqal is r�o# �ppli�ab�e.
PO�IGY $T�IfEf�'�E#V�
�� �s ihe �atili�y :�I IF�� �;iky oi �ar7 W��{h ia �r�s��re khe F+.il1 an�: �i,ii;at�i� p�riicapaUer� hy hrlio7�ri[yrWOir�R [3+.is��ess
�r7[�rpr�s�s {f�1rV."Ei�} in li�� pf�curerrten! o# all ��nds �nd se�.ri�es te i�e �ity vn � c�r�kf��tu�f b�sos_ i�7� n�je�li��
oi Ihe �o��[:y is lo mcfe�s� 1k�� u9� o[ MNVF�� firms f� � f�.v�l c�rrop�r�41e �o CI�� �vw�ilat���i�y a[ h�flWa�s #hal prr��Rde
gac��ls an� sefv�ce� d�reclly or in�#Irecily ��o �tw�: �Ity.
�V1lVhfB� �R�J��T C�AL.�
Tr�� C�l�`s'��L3E�WBE uua; «n ihis ��u�€cl �s _'i'T °�o �I lF�e base btd vtiRk�e vf R�+e co�vtra�t_
COMPLIAN�E T� B�D �PE�€FI�A7`��N�
�in �:e�y c:�r�[rac:r; u1 �2F,Oi �cF f,r �rr�r., ;��il���rs ar� ��qua�et! zo ccrr��rfy w�1h ti�e �nte�R a� t�e �ity'� �1J,�41Ji3F C�r�i,r�anc�
kry ��o�h�r nf ;I i� f[�Ilr.snr+r��]'
7, �41e�� or exc�ed �hc� above s#ara� M�WBE goal, ar;
�. Gaad Fa9r3� Effon ��cu�r�ema�ia�x, �r:
3 Waiver docum�nt�fion,
��.18i�iTTA� O� Ft�QIJIf�t�D I]��iJN1�fVTATI{�IV
1�;� ir�i,l��:r���� cl�;ca�n,�n��y �us� �re r8catvad by tl�e f�1�n;3,c�in� lle�ra�Emer�l. wJtE3ir� tt�e FolCawiti� k�mes a�loc��eci, En
c�'�r!r fc.4T iI I� �Itiilf_P. E]4CI EC7 E1� �ot�src�tr�J �r�}xsn;iue ko 1h�e s�reG��`.�li4�s :
i �9l1+�l�3E U�let�rl,nR Form:
� Pr�rr�c �onfr�clnr W�i+r�r Forrrt;
3 C'x[}vd F��kh ��ir�rt Fom�.
receive� by S:DO p.fn,. five �5} �ity bu�ifiess days afier the
bid opening dat�� exc��sive �fi ti�e b�cE ��rorsing da#�,
recei+red by �:�� p.�xs.. ��ve �5] C�#y h�,sines� ��ys after the
�id ope�ing dat�. exclusiv� of ktxe hrcl o�er�irrg d�t�,
rec��ved by 5:Q0 p_m., Fi�� �.�} �i�y busfness d�ys 2�€#ev ti�e
bid openf�rg date, �xcl�sive �F �h� �+d apen�ng dat�.
FAI4UR� TO ��OiJ1�L.Y �ViTa-I �liE �ITY"u� MfW�� O�t�IN�1i+���, W�L� RE9�IL'f IN TFiE �€� ��Ih+�G
CQNSID�R�p I+iON=R�SPDN�i1�E TO �PE�f�ICkTION�.
Any p��eski�r�s. ple�s� c�ntact the MI1��� OHlce a� {�17� 871-G9Q4.
�
R�v_ 8�2�98
� �
,4T7A�H�IENT '!A
P��e � of �
��� Q� �O�'� �OT'tfl
��nori��r and Vllorx�e� �u�in��� Er���rpr��� �p����i�a�tions
�BE1V1f8� UTILI���I�N
� I �arllp�ltiy Nam�r, �o�11�G1 Name, Cartlfifld
I Adcir�ss. and T+�1��hane h�o
�x -
�' a a�
M � �}
t � �_�
� ����-���.�._ _ _ _ � _ T
�r�� �. ��'L� .
;�CrL�,�+t��X �l�`��
! ���- 4'�� — ��x 9a
Spec�fy All Gontr�,eting S}�ecfly All ikems l� 4e
S�ape of +Nark {'} S��r�plie�('}
'����� ����
����� �
�a�����
�-�
��
D+�I.I�r A�oun!
���
� ����� �
C
,- -
T#�e bicEtler ft�ril�e� agre�� #o �r�vid�, dir��l1� l� the �ily 4�pa� �ec{t�es�, c�rr3��C�t� ai�d acc�rate inforrnati�r� reg�rdi��g
It��al wark pe�forme<! by ��I subco��raclars. ir�clu�Eo�g �41��(s� ai��lf�r WBE{s� arr�r��}�rr�nr�#5 s4abrs'MiE��d witl� F�is I�id_
3e bidder also agraes lo allow �n �udRt �r�df�r �x�min�ti��1 af ar�y hooks, �ecords ae�d flles k�eld by lhc�r corn��ny lltat
w��l substantiat� #he aetu�l wark }�er�orrned by tl�e MB�(s� an�Jur Vif��{s� ox� lhis c�nRra�t. by �n �t�lhorized of�ic�r or
^���loyec of �I�o Clfy_ A�sy ir+ten#innul �'�n[i�nr kn�wfr�g ir�isfeprese�talion of f�c#s will b� c�rounds Pqr t�rmf��a#fn� lh�
}ntra�t or deharrr���t fr�rr� �ity work f�r a periocl o� ito# less IF�aia tl�ree �3� y[��rs �nd ��r �r�iti�lir�� �ctlon �i�ider Federal,
,�ca#e �r Lacal laws �on�ernf��g #'�is� �t�#efin�nts. l�Ir��r f�alure to corn�sly wikl� this artiinance and �reat�s a�n�#erl�►I
bre�'�ch �� coi�irae� rr�ay r�sult in a�tetermination of �� irrespai�s�bl� afieror �nd E�arre�f ���rn ���'�r�ici�aling in �ity wark
I r a pe�iod o� tione �ot �[�55 #I�ar� one �1) ye.�r,
A�L. MB�s and W��s MU9� B� ��F�TIFIED �Y TiiE �I�Y BEFOFtE COi�TFtA�T AV1�A{2D
�` F f 5
.c-, � ��.�- :� , r.. r �.�„1� �= I �•� �, _ �r-�i+..���� .t�
��.�fhnrfzed �F���ture prin#ed �igi����r�
�'� 5'__�___� 7��r1J �_ - ---
2itle �7-�� �,�� �..� � ,+�" +��'. �'t�.�'��`� �n� ��. �o�tt2�Ct N�rr�e �nd iRtle �if d€�ferentj
� �� � � �..��T��� �;t 7� S��- ��� :
Compan� h1.��rre 7eEeph�rre iV�irnber (s�
+�. �. ��7� i�����
�.,idress
: 'C � f r � ��#-� � � �J b 1 � I
�#y�3tatof��p �ncle
_ �� �? s��- os��-
�ax h#u her
��� � � � t� , �.-.o� I -
Date
7HIS FORM MUST f3� Ft�C�IV��] �Y 1'#�IE �A�lA,CIfV�i 17�I�AF�YNfEi�T �Y 5;�4 p.m . FfV�;�} �ITY BiJSM�l��$ DA1�$ A�TER �ID
i�p��1�N6, �}cGLUSIVE �F T�EE BID �PfNING �AT�
Fxev, fi±7��16
Payes � a��ci � n! At4�cl�inenl �A rnust b� r�c�ived L�y �F�e Mar��gi�� Qepartmenl
ATTA�HMEhlT 1�
Page � of 1
�I� O� F�I'`� �OI`�fl
I�linorit� and UVom�n ��sine�� �nterprise �pe�ifi�ati�ns
Priine ��ntra�tor 1NaE�rer
I �-r'n�a � ���s�}, i.��_ �L6...�
� � �1��.��- .�C� :� 4����x �rr�-� ..�vt � � h-d.�-P� 7�'� �
Prirr� ampany Na�ne I�ro�ect Narne
�, � �,� ,� ��� �_��,.�_ - ���� I �- �� f � C��� � �
�rd ��ening ��t� Projeck Nt��'nY�or
If t�a1h .�nsw+�r� io this fanr� are Y��, cio not cornplete ATTA�H��t�T 7�(Co�[# ��il#� �}fnrt Form).
� Ail q�iest�ans an thEs fofr� meisk �e compl�#�d �r�d a de�a�Ged ex�rlanatinn proviclecf. if �p�kicabla. Sf
kl�e �1nsw�r 1p eiilter q�estion is N�. kh�t� yoti m�st �orn��lvtE� r�TTACHMEPWT ��, ThF� f�rrr� is o�lly
ap{�iEc7C�le rf �3ti answ�r� ar� y��r�_
� Faklx�re �o com�aieie tF�is forrn in its entirety €�n�S be rece�ved �y tl3e Mana�7in€� l��partmer,t or� o�
before 5:00 �.rn-, fi�a �5} Ciky I�usir�ess d�ys a�t�r b�d o�enin,�, �x�lt,sivc� �f k�e 4�d �pening ci���,
� witl res��1� in the �id Ir�,�r�g r,o�ts3dat��l r��rt-res}�C�I�siv� k� hitl S�ecif�c�lions,
1�lilt �ro�a �rer#vrr�-� lhfs �n�Fr� c���tracE w�tftioa�t sc�pyco��tract�rs? �Ye� No
i !f yes, ����se prav�d� � clet��l�€� �xplana#ion that pro�+es b�seti � t�re s�ze afi�ti sco�e of
#his p�'ojec�, tl�is �s �our normat busir�e�s �ra�tice an�€ p�o�ide �n c���ra�ior�al �r�file �f
yotar h4�sir�es�.
I V�III ]��4i perf�rm khRs enkir� c�r�xract v�ritE��u� �u�{�lie��? Y�s � F3�
If yes, ��1e�s� provide a d�k�kleti ex�l��7�tion �h�t �rove� k���ed [3� the �i�e �nd s���e of
th�is ��r����t. this is your nor�r�a� bu$ines� pra�t�ce and pro�+#d� ai� inventory ��ofile of
� yoklr �usiness.
The bir�dr�r ft,rlttier �gec�es ko �rovicle. �#i�ectly to tlle �iky ��or� �eq�vST, cvrnp�e#� �nd ac�x�r�t�
information regartlkng act�aal work �cr�ormed by all sM�bcor�tractors, Incl�rding i4SB�(s� ar�dfor
W���s� �n [h�s tor�lrac#, tl�o p�yn����t tl�erefore ai�d any �r�pos�:d ch.,ngt�s ko thc� orfginai i�l1�3�(s}
and�or W�� {s} arra�gernenks s��k�mi[#�d witF� ta�is bid_ The �i�ider also sg�•�es ta �Ilow an audit
an��v� ex�tni�7�iio�x of ai�y boo�Cs. r�cor�s an�E files heEd by th�ir cvrnp�ny lY�a# will ss�kr�k�ntf��.�
the acivaf ur�rk peff�er�et# by the M����j �ndf�r WBE(s) or� tl�is cai�tract. k�y a€� a�illorized off3c�r
or employo+� nF 13�� City_ Any Er�tentional a�dfar knawing inEsrap�eseatita�l�r� of f�cts will b� gro�snds
for #er�r��r�ati�ig t11� conkr�Ct or c�pbarmrnt fro�r� Gliy +r��rk for a period oF no� less lh�n kl�ree (�)
yeae� ���d For inill��l�1g ��iion k�n�l�r �ed�fal, �iate or Local Is3ws �or�ct�rniny fal�r, s#�t�m��ts_ An�r
f�ilure to cor�ply wilh #k�fs o�din�n�e �r�d cr+��t�5 ��7at�r�al €�resch oF contract rrtay resuli in a
determEnaliun of ar� Irr�s�o�ti�ible oiferor ��d barre�i €«rn p�rt�cip�tin� an �it�r w�rf[ �or a p�riod �f
tlme not t�ss t�an one (1� year,
'4 �
�� �
�� �� �� �� k- � � �
�#t,#f�s,rix�t� �[gn�#�rre
�ZS.-��"J �-�� �a� � i ArhS �1��1�- —
�rin�ed $��nat�re - - —
C�r��a€�y N�Ir3�e
-}� f��' � 1 ��,� � �+
�.� � �� �, � � "7 � J �. I
Address
Y)-�-����������
T tle
rf+�F.��� �I`���R.P,2s���,�-rt�, ��
�� � � ���� �
�ontact iVa�rre (if �1i�fer�nt�
�{ � � ��ri�l�� ��'���
��nkact7elephp�e C�ur�ber{�}
��f '7��5&��� �� �_��fT _
Fax Numbe�
I�r�w �.+7198
�
ATTA��'EAA�#V� 1�
Page 9 �f 3
�:�t�f �f �O� �O!`��1
h11F��rit� a�nd 1Norrten Bus��ess E��#erpri��
���D FAkTFi EF�f�F�T
�;�r�€�h�f� �rr�����������
� �'�-_� ��-��1���.
Prtrrre Campany iV�m�
ti
�i ��.r� �.�.z''��,�4 �. ��k � 7`7� f �����!`� �
Prv}�ct 4�an�e
��I..� ��- ��• �� �
s�� a�t� �
—������ fi ���_����
Pro;ect Nurni�er
�If +fi}�1 a"1dV� �a'Zllk�{i IO 5${:4Ei@ MNV�E F}7f�IGi�jJt10f4 ;ifill }�Ukl I1lVB SlIL3COfitf�Cklf�� 311[�IbK SLIRF}EIt�C OF}�}OT'�Uf13t�#1$ bi I� �QLI��
l�A�V�{B� p�![#lC��}�Ikon {s les5 tll,�lti t�e Clly`� pra�cut g�a1, you �ust co€r�p�eto If�Gs f��r�r�,
I� the bk€�der's rstiethoc3 �� complfanc� with 1he IU111NBE goal is ��sec� �pon �er�onstra�ion of a
"�ood fa�tli effori�", tly� b�dder will have k#�e h�rd�n �� correcEly arrti accurat�f�r pr��arfng an�
�uk�mitti,ti� tlye docum�R�tatf�r� rec�4�ir�d b� ki�e �i�y_ �ornpli.�nce wfth �acrti i�e�ri, �I tf�r�i ��e��w,
shall sK��isfy il�� G�od Fai##� �ffort r����irem�n# absent ��roof of f{a��d, �n#enif�n�l �ncl�or
knawinc� �ti�is��pres�nt�tion tf�� facts �r inte��ti�nal c�iscrintkr+atian hy tl�e bis�der,
Failure t� ��fl�plete this inrrr�, Gn its en#irek� with s�}p�c}rtir�g �i�c�i��entalio�r. �ncl rec�ived �y ll�ey
Marrat�ing De}�artm�r�t a�� or he#ore a:��} p_t�'M. f�v� {�� �ity b�isiness d�ys afker h3d open�n�. exclus�v+� of bJd
openli�g d�l�r. will rest�l# rn khe bid �eing consic��r�td nvn-�aspons�ve to hici spa�Rfic,�ti���,
�.� Ple�s�r list t+acl� and �ve�y subc�nir��ttng a�d�oa' stippli�tr �}�partunity (t?O N�T L.I�T N�1MES �� —
FIR�� which wiiG b� �s�d iri the cornpl�+ti��'� of lhis �raj�c#, ��e�ar�kkass of wf�etl��tr it Cs ia he pr�virt�ed
by {� �47;W6� crr ��on- MII�lB�,
��1se addlfroraa� sh�efs. if r+ec�ss�r"Y}
I��st o�: �ubcon�ra�iir�p_���c�rl�r�kt3es �is1 of: �, u�P�ier Qpp�rts�nit€es�
��� C, �1�5�� �_ �c ���5 ��-s�l't�,��IC�
��C�T�
�,� ..��_ 4 �� ��L �x�ll����
,�
��. ���.�a
,4TTACHM�NT 1C
�s'��� 2 of 3
2.) D�d yau abt�ir� a�urreni list of ��V4�BE fit`ms frorn tlie �iiy's M�Wk3E Dfff�;�'� �`h� lisk �s corssid�red i�
conti�slia��+�, if it is nat rnore th�n 3 rnor�ths �Id f�om the date af bid �p�nf�7g.
.��f $ s
No
Datv of �is#ing T�I �� � � �
3,j €lyd yo� s�licik b�ds frarrs MfINB� fir�s. wikl�ir� t�o subcoe�#rac#ing �n�#�or sup�nlf�r aroas previa�sly
Els#ed. 3# I��st ten �aCend�r ci�ys �xrior ko bid opening b� maf�. �x�lus�ve of tl�� c#ay the bfds �r�
oper�e�?
..�Ye� �f yes, atkac�� �V414�iBE m�f� IEs#ir�c� to inciutie name o� �i�� �f�d �dr�ress �nd a daie€I
f+lo Gopy Df lo#ir�r rrrdilad.
A,} �3ir3 y�ti solacit bic�s frorn �l1JU�BE ifrms. w�#�Fr� #h�x subeantracting �ndlor s��pp]iur �reas pr�viot�sly
I�st�d, �k least ten calandar d�y� priar �o i�id n�enin4 �y #ek+�pl��he, exclusive of the d:��r tho hicl5 �r�
a�ened'�
�Yes If yes. attacC� lis� to ir��lud� na1�n� of f��WB� firrn, Q� rsor� �oniacted,
hl� �F+or�e nuirrber an� clate ��s�d lime of c� �7t��t_
IdQT�: A f acsi�niae ma� I�� �is�cl ta coir��ly w'r1F1 eiil��r 3 or 4. bu# ix�ay ��ot ks� ��s�d fo� boll�, If a facslmil�
is used, �1tacF� lT�� fax canfRrrr��tMon. wltiiclti is �o �aro�id� MJW�� narn�, date, tirne, f�x �s�rt�ber �r�c!
docK�r�ter�EatEon #ax�d.
h107�; If a�a� list of NIIf1VSE �s �en �r I��s. th� bidder rnusk cv�tact il�c� er�tlr�r Iisl tn be Fn com���iance with
;� c�uaStYons 3 ancl �i. �f a si� li�t of M�W�E is mare th��n t�r�, tl7e bidcler musi ��nt��t �►# C��S� tuvq-#hirds a# '
the Eist b4Gt nv# aess 117a�i �en to he in carnp�farrce w�If� c�uestio�s 3 ��n€� 4,
5_) Did you pr�vicl� pkans and speGific;�ki�ns !o po#���taal M�tiNE3Es or �nformal3o�� regarclM�g tl3e I�catl�n of
pl�ns and specifi�aiaur7s �n ort�er to assist the MJ�NSES?
�Yes
No
6.) li f�hlV��E i>i�#� w�r[� re�aived ar�d ��}vc#�t�., �ot� rnust:
�1j l.isl ilxe M�WBE FEr�ns �nd �h� reason{s} f�r re]o�ti��7 {I.e„ s�uota#ion �ot comrnerci�}ly ro�.sor�abae,
q�ialiPic�t��ris, �tc_} ar�d
�Z� A�#��li �f�idav#� �sn�fl�� [i���rnenka€ion la suppor# kk�e r+���on{s� listed below �1.e., lelt�rs, rr���rio�.
Isids. telepF+on� c�ll5, �eekEngs, �tc.�
�F�ease r�se adUr`�rnnal s�rEBf�, ffneeessary� ar�d af7,,c�o,)
�arnpany N�7�+e ��iG'�IiDl7� �on#�cl ��tson � �cops oi Work F�easa� f�r
����ctiar�
� �ti �
� �
�
Az3o 17 GON AL. lAl� �i�l�f�7 iON:
�fi,�_ sr�r�e
ATFACHM��}T 1�
�a�� 3 0# �
P�ease provide addikior�al iniormatkon you feel v�rill fk�rthv� expl�in j�our g�t�d �M�d honest e�farts to obtain
64ri�VUBE p�s-tic��iio�n on lTnis pr�ject.
� �. ����� f� ���� � ��� ��J����� _
�
1't�� bid�€er f«rther agrees to provid�, �ir�ctly to the �jt�r u�on r�qu�st, cor��pleEe a��d
a��4��ate irti#�r���atio�� re�ardin� ac#u�l work p�rf�rmed an this �antra�t, #fx� pa�rm��7t
tf3���o� an� ����r pro�osed �F�a€�g�� ko t17� originak arfa�ige�n�n#� s�hrnitt�d wat�� t���s hid.
�`I�� bidcier al�o agr��s #o allow ari aucli� a�d�or �xamirt�tioi� of art� I�o��C�, re�ord� �nd
��I�s F�eld hy th�ifi �o�npa��y th�t w�ll s�ab�kar�tiate tF�� actual work performe�l �ri tl�is
�a:�tract, b� a� ���thori��d offi�er or �r�plo}+ee o� th� �4t�.
An�r inter�lio��al and�o� k�owir�g misrepreser�ta�iot� of �a�ts wrll b� gro�rnd� far
te��t���ating the co�tr��� c�r c#eb�rm�Nrt f�o,�� �ity+ wark for � p�r�ad of not I�ss k��� �hr��
€�} �r�ars ���d �or irritia�ir�� a�#iarti ���ider ��d�ra�, �tat� or Local �aw� co���err�it�g �al��
sta#���r�ts, N�iy ��iiu�e ta complyr wi�li tl��s ordir�an�e an�i creat�s a rnaterial hrea�h of
cor�tra�t rr�a� resaalt in a deter�n��r�a#ivr� �� a�r irrespo��sik�le off�#or ar�d #�arrcd frorn
parti�ip�ti�g in �it}+ wor�€ f�r a p�rio€� of time no# less than �n� {'� � y��r.
71�� ��tider�����ed �erti#ies tk�at tlie infaFinattar� p�ovfded a��d the �l1flNB��s� list�d
v�raslwer� c��ita�tec� �n good f�ith. It is �,nder�tood th�t. an� fVaIWB�{�j �isted in
��#a�lrm�nt 1� w�ll k�e c�r�t�c�ed ar�d th� reaso�s for r�o# using �#�em w�ll be v�rif��d l�y+
#�ne �it�'s �l11VBE Dff�ce.
�: c-�-�.�-.� ..,� r��� �� {�,�.�' � �Tr� ��, � f r���=��� -
�4uthoriaed �igflat�re �rinted Signai�ro
,�-��`�� I�I'� �
�
Ti�le � �.���r� .��� �ors�ack �#ame ��t� TitGe �iF �Ifffer�rti)
��€ �� � ��� �rUT �
��. �� ����� �� �'�7�.��� �"�� - -
�ornpany h�a Tele�hvr�e �d+�mk�ar�sj
��� �}����} � �-i � 1 t� .��. -f 1 �-.��x �;��� — --
Ac�dress Fax �#urnbar
fr� � C� t= � �-f�� ~ � .�' � � � � ] _ � ��f-�' c� �� ��7[� f
�E#yl�iaielZip �ate
acw. srzr+�e
----y —
IV�INO�td�'Y11fVaMCN 134lSQIVIESS EN�'ERPR�SE ��SC&..ACME4�
Please be advised, the City pf Fort Worth does not make any recommendations as to the capability or qualificatians of any of these businesses to perForm the work required an City contracts.
The City, t}�e�-efore, wiil not guarantes, recommend or give warranty or othrer assurances as fo the competency andlor fitness of csrtified M/WB� firrns. At the present time, this fist of certified
MIW BE firms is being fosmulated and maintained by the Narth Cerstral Texas Regional Certification Agency (NGTRCA) so4ely for the purpose of disseminating informativn of the avaiEa�ility of
M/WBE businesses for the City. These fistings undergo continual revisions.
The City of Fart Worth will accept certifieation af a vendor by the NCTRCA or Texas Department of Transpo�tation (highway division) in the marketplace, prior to AWAR� af the contract. The
marketplace area inciudes the counties of: 7arrant, Parker, Johnso�, Collin, Dallas, Denton, Ellis, �Eaufman and Rockwall.
Please contact the MinoritylWomen Business Enterpriss Off'sce at (817) 871-8104 fpr any subsequent change(s) and/ar questians. If a certified vendo�'s name daes not appear or� the listing{s),
please call the MIWBE Offce to verify.
FIRM
ao3�s�a3 �,a��i����s
QVIIIi1��lE Cor��ra���r� Alp�����i�a� SI� �.a�taa��
ADDFt�SS CITY ST ZlP PHO�dE
Bell Andersan P.O. Bax 740052
Cowtown TrafFic Controf, ]nc. / 46D3 Home St.
F M W Distributors 601 Sumrr�ertree Ct.
R. Tech Services, lnc. 12294 Rendan Rd.
RoadrunnerTra�c Supply, Inc. P. 0. Box 122837
0�36d�4�'� ���ES: Jld��1CTaQf�, ��J�LET, �1�1�'CH, & FL�SE
Btp Manufacturing 5535 Red Bird Center Dr., Ste. 150
Moreno Suppry Inc. P.O. Box 803406
�01771Q"� COPICRETIE P/�V��Vi�
A & A Construction Company
A & A Structures, Enc.
A. L. 7aylor Construction Go.
Addis Fencing & General Constructivn
Addison-Harrington, Inc.
Alex Walton Canstr�ctian
Allied Builders, Inc.
Andrews Paving
Arens Corporation, Inc.
Arredanda Constnaction Group
Artco International
B.T. Construction, Ine.
Barden McNead Constructfon, ]nc.
Berumen Consiruction
P.�. Box 202212
234 S. Highway 67
272D �f. Stemmons Fwy., #801 5. Tower
1420 Cavalier Dr., #Qfi7
13370 Branch View Ln., Ste. �3�A
6590 Ciub Wood Drive
P.O. Box i63339
P.O. Box 700�
3723 Trail Lake Dr.
�3�6 W. Dickson
P.O. Bax 515563
�0821 W. Cleburne Rd.
333 Sansom Blvd.
1 b�+0 Blaylock Circie
Qallas
Fort Worth
Colleyville
Burleson
Fort Worth
Dallas
Dallas
Arlingtan
Cedar Hifl
Dallas
Richardson
�allas
Dallas
Dallas
Dallas
Fort Warth
FDrt Worth
Dallas
Crowley
Saginaw
Irving
Page 1 of 6
TX 75374-Qp5: �972) 231-7347
TX 78'E 07 (817) 924-4524
TX 76034 (817) 498-4507
TX 7602€3 {8�7} 516-$78i
TX 7632'1 (817) 244-03fl5
TX 75237 (214) 467-b094
iX 7538a (972) 4�6-6490
rx
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
76QQ6 ($17) 269-6971
751Q4 (972)299-8891
752a7 (214)879-050b
75080 (972) 849-7496
75234 (972) !�88-1751
75237 (214) 337-6158
75376-333� (972) 224-8883
75209 (972) 636-3684
761 �9 (817) 926-7031
76110 (817) 928-1851
75251-556: {214) 428-4 i 51
76063 {817) 297-4601
76179 (817) 49&9333
75017 (972) 254-7913
�ax
(817) 926-2725
($17) 577-9Q80
(8�7) 478-2937
(817)244-4819
(2�4) 467-048p
(972} 416-6314
(972j 291-T292
(214) 879-0501
(972)873-9216
(972) 488-1782
(214) 337-'1433
(972) 224-8784
(972) 636-36$4
(817) 831-04'14
($17) 92$-5078
(214) 428-433'1
($17) 297-0437
(817) 232-8677
(972) 25�4-8813
Brinkman Constr�ct'ion
Briscoe Construction Corparation
Brooics Contractors, Inc.
Brooics Pa�ing Company
Brown's Construction Company
Bush Concrete
C.J. �vans Constr�action
Camina Canstruction 1ne
Gan-Fer Construction Company
Garter Constructior� Co�pany
Charlie Vasquez Concrete Contractor
CF�ickasaw Paving, Inc.
Ci#ywide Construction
Copeianrf Concrete Contractors, Inc
Daitx Corsstruction Company
Danny Chavez Cement Contractor
�avila Canstruc#ion inc.
Dessie Rodriguez Constr�action Group
Earl's General Co�str�ctian
F. R. Concrete
Fidelity Contractors & Management lnc
General Concreie, Inc.
Gomez Construction
Guida's Trucks
H R Metals
Howard Cor�struction Co., lnc.
lnca Canfractors, ln�c.
,i. L. Steel, Inc,
J.E.M. IV Company
J.R. Speedway Cvnstructior�, Inc.
Jerusalem Corp
,iS Constr�ctors, Inc.
Knox Brothers Construction
L & E Hart Enterpri5es, [nc.
Lake Richardson Construction Company
Lee Roy Westbrook Const. Co. Inc.
Luzam Construction Company
M & D Construction Company
M.G_ & Associates, inc.
Maya Construction
Millennium RC Properties, L�C
M,JM & Associates
Mara[es Concret� Contractors
P. O. Box 1122
2016 Evans Ave.
4BD5 Miller Avenue
1411 E. Abrams #E
1016 S. Catherine St.
P.O. Box 150762
89fl'[ S. Normar�daEe St. #2035
1208 Metro Park Bl�d.
1702 S. Hwy 121, Suite 303
550 Diamand Bar 7rail
2i3 W. Drew St.
403 N. Syi�ania Ave., #2
3509 Therondur�n Ct.
828 Stella Ave
POBox952
10731 Richard Circle
2539 Gravel ar.
14�5 Savanr�a�
2829 Soufh Wood ar
516 W. Hammar�d
P.O. Box 2403
P.O. Box 532086
6805 Capito! Hi�[ Dr.
1105 Mohawk Dr.
P.Q. Box 381781 .
3863 Svuth �reeway, Suite 102
3400 Peoria Ave
PA. Box �910
1520 Reynoldston Lan�
1720 Boyd 5t.
P,O. Box 7003
P.O. Box 862
35�9 Griggs Ave.
P.O. Box 861273
4245 Avenue J
2323 N. Walton Walker Bf�d.
5029 Garden Lane
930 N Belt Line 5te T07
P.O. Bax $00158
1115 N. 5t. Augus#ine Rd.
P.O. Bax 163D76
3200 5. Robi�son Rd.
1$p0 S. Hendersan
�eSoto
Fori Worth
�41'� WOft�'1
Arlington �
Terrefl
Dallas
Fort Worth
Lewisville
Lewi9ville
Aledo
Fort Worth
Fort Worth
Pfano
Dallas
Cappell
Forney
Fort Worth
Mesquite
Dallas
Fort Worth
Coppell
Grand Prairie
Arlington
Irving
Dt�ncanville
For� Worih
Qallas
Roa�oke
Dailas
Dallas
Da1[as
Keller
Fort Worth
Plano
Fort Worth
Dapas
Fort Worth
IrviRg
Balch Springs
Dalias
Fort Worth
Grand Prairie
Fort Worih
Page 2 af 6
TX
TX
TX
TX
TX
7X
TX
TX
TX
7X
TX
TX
TX
TX
TX
TX
7X
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
7X
TX
TX
iX
TX
TX
TX
TX
i"X
TX
TX
TX
75'E 23-'I 'i 2: �972) 274-1177
76104 t817)926-5343
781 '! 9 (8'i 7) 534-3233
76a9fl (897)226-7283
75160 (972) 524-80a2
7537 5-Q76: (214) 374-2009
76116 {817) 5fi0-30�l4
75057 (972) 436-2868
75067 ($72) 4346200
7600$ (817) 244-3622
76110 (817) 923-9874
76111 {817) 838-8886
75023-6�0' (972) 867-$993
75216 {214) 942-673$
75019 (972) 3Q4-304$
75126 (972) 564-9377
761'[8 (817) 590-813'[
75149 (972)216-905�
75233 (2�4) 467-8$86
7fi1'f5 (8'[7) 923-4858
750'E9 (972} 393-4207
7505fl {972) 263-2�7�
7fi0'17 (8'E7) 572-20$5
7506'1 (972} 790-3829
759 38 (972} 223-3568
76110 (8�7) 924-i40�
i5212 (2'14) 630-9423
76262 (8�7)430-2410
75232 (214)376-3955
75224-136' (294) 942-434&
i5209 (972} 690-0246
76244-D86:(817)431-0997
7619 9 (8'i 7) 924393Q
75086-127: (972) 517-7852
76015 ($17} 536-1806
75212 (214) fi34-9801
76119 (81 T) 536-5999
75061 (972} 399-1221
75180 (972) 5a7-6B65
75297 (294)398-9210
76161 (897} 306-4466
75052 (972} 64'f-7551
76190 (8i7) 927-0950
(972) 274-1177
(817) 921-Q151
{817} 346-0304
($17} 795-8040
(972} 563-8147
(2'!4) 374-2�09
(817} 560-2282
(972) 436-2898
(972} 434-6938
(817)244-8133
(817) $38-2668
(972) 519-8320
(214) 942-6741
(972) 564-5379
(817) 590-89 71
(972)2�6-7060
(817}924-9879
(972) 393-4207
{972)284-Q203
($17) 572-2085
(972) 79D-3829
(9i2) 274-2963
�8'[7) 921-2078
(214) 588-0122
(8t7) 491-3831
(214) 942-4457
($'f 7) 379-6043
(817) 924-0979
(972} 517-7852
(897) 531-7143
(294) 634-960i
(817) 536-5999
(972) 399-1991
(972} 557-fi965
(214} 398-92'f 0
(817) 306-4467
(972) 641-5454
(817) 921-6467
Morerto's Asphalt Paving 1505 Withers Si.
Nations Environrnental Senrices, Inc. P.O. Box2iD857
Nationwide P2ving & Striping P.O. Box 49 9 67Q
New Star Gradir�g & Paving Construct 715 Southgate Lane
Omega Contracting, Inc. 2818 Ruder Si.
P& E Engineering 525 Lake Forest Dr.
R& B Cancrete Systems 1201 Ichabod Ct.
R-Gon Cqnstructor 7918 US 267 Business
R.J. Concreta Constructian Co. 2$13 L�lu 5treet
Rojas Rebar 2125 Sylvan Ave.
Santos Construction, Inc. 4751 Meadow Trail Dr
Serna Concrete 2105 Wagner
Shankle Concrete & Construction P.O. Box 181891
SMR Construction 504 E. Arapaho, 5te205
Solis & 5olis Construct9on 736 8irnebella Lane
Specialty Contracting Services,lnc. P.O. Box 29321
SRQ General Cantract9ng, Inc. P. O. Box �36577
TC 2 Concrete Constructian 4700 Thamas Acres
Valencia Contracting Com�any 705 E. Baffimore
0�'�79"��1 �O�1CI,��"P'E F�EI�IFOFtCEIVlIC�1T; fiEl�l�IR�1V�C�B�C
Aguilar Forming Rebar Construction 2955 S. Beftlir+e Rd.
Arens Corporation, Inc. 3723 Trail Lake Dr.
Arredondo Construction Group 1316 W. �ickson
Copeland Concrete Contraciors, Inc 828 Ste1Ea Ave
Gabriel Erec#ors 913 S. MarEborough
Guida's Trucks 1105 Mohawk �r.
H. F. Constructian Company, Inc. P.O. Bax 181867
J. L. Steel, Inc. P.O. Box 1940
Joe Steei Company 1114 Perry St # 109
Liberty Rebar P.O. Bax i 1303
M.G. & Associates, Inc. P.O. Box 800�58
R. M. Rebar, fnc. P.O. Bax 224945
R.J. Concrete Construction Co. 2813 Lulu Street
Rojas �ebar 2125 5ykvan Ave.
5MR ConstructiDn 500 E. Arapaho, Ste.205
VK Rebar Company P. O. Box 398366
0�327'�Q� �O�i�IRIE�E 5PlE��ALi'V VIl�I�I�C
Crate-Plus Constr�action, Inc. 318 MeadowhiN Drive
Onycha Industries 2918 Ivanridge Ln.
R& B Concrete Systems 1201 Ichabod Ct.
Specialty Confracfing 5ervices,lnc. P.Q. 8ox 2932�
Fori Worth
�a[las
Dailas
Dailas
Dai[as
Cappel!
Irving
Kennedale
Fort War�h
�allas
�allas
Fort Worth
Dallas
Richarc3son
Dallas
Dallas
Fort Worth
Joshua
Fart Warth
Dallas
Fort WOrth
Fort Worth
Dallas
�allas
lrving
Dallas
Roanoke
lrving
�ort wortn
Balch Springs
�allas
Fort Wort�
Dallas
Richardson
�allas
Garland
Garland
Irving
Dallas
Page 3 af fi
7X
7X
TX
TX
iX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
7X
TX
TX
TX
TX
TX
TX
7X
rx
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
TX
rx
TX
TX
76105 (817) 534-929i
752'1'1 (972) 283-3373
75241 (972) 223-3140
75217 (2'�4) 398-8557
75212 (214} fi89-3815
75019 (972) 462-0836
75a61 {972)254-8153
76060 (817) 563-6838
761Q6 (817j626-7143
75208 (214)fi98-2070
75236 (972) 296-5813
76'f06 ($17) 625-0464
75218-189' (214) 320-1187
75081 (972)231-7272
7521 i (214) 339-4352
75229 (214) 350-2988
iB136 (817) 220-8464
7sa�s ($�7) 558-a�ss
76104 (817) 823-2337
75253 {972)286-29�$
764�9 (8�7}926-7039
75i�0 (8'i7)926-1851
75216 {2'i4} 94�-fi738
75208 {2'I4) 941-2413
i506'E {972j 790-3829
752�8-986;(2'�4) 328-'1865
76262 (8 � 7) 430-24'� 0
750$0 (972)953-094$
78410 (8�7) 924-8518
75'!80 (972) 557-6965
75207 (2'E4) 689-3$82
76 � 0� (8'E 7) 626-7143
75208 (214)698-207fl
75�8'i (972) 231-7272
752'i fi (2'f 4) 374-0278
75043 (972) 675-99$2
75044 (972) 495-3734
7506� {972) 254-8'f53
75229 (214) 350-2988
($17) 534-3299
(2'[4) 330-5254
(972} 293-0448
(214) 598-9210
(294}689-0489
(972) 304-0553
(972) 259-3211
(817} 5fi3-5870
(817) 824-9741
(214)698-2�77
(972) 2� 8-5336
(972) 239-4595
(817)26$-2490
(214)350-8041
(817) 220-8745
Es�7� 5�s-s5ss
(817)923-2337
(972) 288-3138
(817) 831-0414
(817) 926-8078
(2i4) 342-67�41
(214) 948-1001
{972) 790-3829
(214} 32&-2772
(817)491-3831
(972) 87D-1441
(8'[ 7) 924-0372
(972) 557-6965
(214) 689-6406
{8'f7) 624-9741
(214} 698-2077
(972) 231-4595
(972)496-0622
(972) 496-3760
(972) 259-3211
(214) 35Q-8041
0�3Z73�0 CO�1�l�E�E, FZE�4�Y-II�I�
Genco Redi Mix> Irtc. P. Q. Box 530264 Grand Prairie
�oco Conerete 2483 Buckingham Rd., #287 Richardson
�tay REDI-MfX, Inc P.O: �ox 361 Mansfield
S& M Concrete, Inc. P.O. Sox 3026 Fort Wo�th
Taylor & Associa#es 2040 Dowdy Ferry Rd. Dailas
Tufco Ready Mix, Inc. 4109 North Highway 77 Waxahachie
�fl3643�1 �D�1ML���Ft� & �EF�IV�I�VA�� �F�IR ��E��I��C�4� DGV�CLS
Btp Manufacturing 5535 Red Sird Center Dr., Ste. 15a Dallas
Galaxy E[ectronics Com�any 201 �. Arapaho Road Richardson
Moreno Supply Inc. P.O. Box $034Q6 Dalfas
Q�3678�0 C��VNECi'Off�S �r�lR �LECI"1�0��� AE��LI�A►�'C�(V5
Btp Manufacturing 5535 Red Bird Center Dr., Ste. 150 Dallas
G�T Electronics 2605 7achnology Dr. #360 Plana
Sigma Faur, lnc. �321 Precision �r. #300 Plana
0�5063�1 �0[�S'T����I��V �i��Erf�O�►L., E�.IE��F�I�A►�.: 6MTIERIC7�l���EF�IOR
TX 75053 (817) 232-9 800
TX 75081 (214) 5441500
TK 76063 ($17) 279-9D11
TX 76113 (817) 368-D898
TX 75217 (972) 333-0111
7X 75165 (972) 223-3297
TX 75237 (214) 467-0094
TX 75081 (972) 7�3-0065
�"X 75380 (972) 4'l6-849Q
TX
TX
TX
TX
7X
TX
75237 (214) 467-Oa94
75074 (972) 422-42Q0
75074 (972) �423-6474
7fi034 (817} 498-4507
75243 (972) 479-90fl4
76fli5 (817)467-1'!37
F M W Qis#ributors 609 Summertree Ct. Colleyville
Ferry lnteriar Design,lnc. (�[D) 92225 G�esnville A�e., 5te. 148 Dallas
7rojan Elec�ric Inc 1206 Califomia Ln Ste 1a6 Arli�gtan
��1779D4� ��ll'�� A�I� ���'�'EI�
Alex Walton Construcfion
Andrews Paving
Arredondo Construction Group
Artco International
B.T. Construction, Ine.
Barden McNead Canstruction, Inc.
Seruinen Construcfion
Brinkma� Construction
Brooks Contractors, Inc.
Brown's Construction Company
8ush Concrete
C.J. E�ans Construction
Can-Fer Construction Company
Charlie Vasquez Gancrete Contractor
Ci#ywide Construction
Copeland Concrete Contraciors, Inc
F. R. Concrete
6b10 Club Wood Drive
P.O. Box 70fl'!
1316 W. Dickson
P.O. Box 515563
10821 W. Clebume Rd.
�33 Sansom Blvd.
1040 Biaylvck Circle
P. O. eox �'f22
46�5 Mifler Avenue
1096 S. Gatherine St.
P.O.Box150762
8909 S. Normandale 5t. #2035
97fl2 S. Hwy 121, 5uite 3fl3
213 W. Drew St.
3501 7herond�ann Gt.
828 5tella Ave
516 W. Hammond
Da[las
Daflas
Fart Worth
Dalias
Crowley
Saginaw
Irving
DeS6to
Fort 1iJorth
Terrell
Dailas
Fort Wosth
Lewisville
Fort 1+Varth
Plano
Dallas
Fort Worth
TX
TX
TX
iX
TK
TK
TX
7X
TX
TX
TX
7X
TX
TX
TX
TX
TX
75237 (294) 337-$'!56
75209 (972} 636-3684
76110 ($17} 928-1851
75251-556: (214) 428-415'I
76Q63 (817) 297-46�1
76179 (817}498-9333
75Q17 (972)254-7913
75123-112: (972) 274-1177
76119 (817) 534-3233
7516Q (972) 524-8002
75315-07�: (214) 374-2009
7611 � (817) 56t}-3044
75067 (972) 434-8200
7611� (817)923-9874
75023-6flOt (972) 867-8993
752'f6 (214) 942-6738
76'I 15 t817) 923-4$58
(897} 232-1847
(214) 544-1547
(817) 473-0360
(817) 492-$867
(972) 2'18-5498
(9i2) 617-7125
{244) 487-D08d
(972) 713-0068
(972) �16-63'i4
(214)487-0080
(972) 422-4255
(972)423-4648
�a�7) �77-saaa
(972} 479-9003
(8Z7} 467-9562
(214) 337-1433
(972) 636-3684
(817) 926-807$
(294) 42$-4331
(817) 297-0437
(817) 232-86i7
(972}254-8813
(972) 274-� � 77
(817) 346-0304
(972) 563-8147
(214) 374-2a09
(817) 560-2282
(972) 43�k-6138
(972) 519-832D
{214} 942-6741
{8i7) 924-9879
Page 4 of B
Gomez Construction fi805 Capitol Hill Dr.
Hayden Capital Corp. P.O. Box 8369
J.R. Speedway Construction, Inc. 9720 Boyd St.
Lake Richardson Construction Company 4245 Avenue J
Lee Roy Westbroo[c Canst. Co. fnc. 2323 N. Wa{ton Walker Blvd
Luzam Gonstruction Company 5029 Garden �ane
M.G. & Associates, f nc. P.O. Box 800� 58
Mores�o's Asphalt Paving 1505 Withers St.
P& E Engineering 525 Lake Forest Dr.
R& B Co�crete 5ystems 12fl9 Ichabod Ct.
Rambo Contracting, Inc. P.O. Box 731
Shankle Concrete & Construction P.O. Box 18189'[
SMR Construction 500 E. Arapaho, Ste.2Q5
SRO General Contracting, Inc. P. O. 8ox 136577
Valencia Contracting Company 705 E. 8altimore
�Q50�3Q� E���TIR�CAL SI�I��LIIERS
Airport L.ighting Systams
Alama Electrical Supply, Inc.
eest USA Inc.
CT Miller Supply Campany
Custom Camputer Cables, Inc.
EPC Innovati�e Solutions. Inc.
HL �lectronics, Inc.
LBI Electro Optics Corp
M3 Associates, Inc.
Mareno Supp4y Ir�c.
Pace Comm�riications Co
Quality Solutions, Inc.
R. F. E{ectric, Inc.
Swofford Electric Supply
Tekecom Electric Supply Co.
True Technolagy 5olutions, L.C.
Watson Electric Supply
��3��105 �'��t�� SEALI�IG�
1395 Brookside Dr., Suite K
1234 S. Alexander
P.O. Box 116654
1315 Brookside Drive
1355 N. Glen�ille
7441 Marv'sn D. Love Freeway #200-A
722 N. Graat Southwest Pkwy.
5613 Buebird AvenUe
4567 S. Westmorela�d
P.O. Sox 803406
549 9 Challenger Dr. LB 8
104 Barrows Place
118Q N. Great Southwest Pkwy
P. O. �ox $60307
325 Miran Dr., 5uite 140
P.D. Box 540247
T.P. Mex.,lnc. 3529 Peoria Ave.
0�3669�4 7'ff�►FF�� ���1�F�O� ��GNALS A�f�� Ei�l�1PMENT
J P Sales P. O. Box 2044
Jada Traffic 2Q39 W. Walnut S#., #A
�0737'��3 T�-af�roc Sagrnal �r�sta�Qla�i�n
Arlington
Fort Worth
Dallas
Fort Worth
Dallas
Fort Worth
Balch Springs
Fort Warth
Coppeil
Irving
AEvarado
�aflas
Ric�ardson
For# Worth
Fort Wor€h
H u rst
Dunca�vilEe
Carrollton
H urst
Richardson
Dailas
Arlington
Dallas
Dallas
Dallas
Dallas
DeSoto
Dallas
Grand Prairie
Plano
Southfake.
Da]{as
Dallas
Burleson
Garland
Pag� 5 0# 6
TX
TX
TX
rx
TX
TX
TK
TX
7X
l"X
TX
7X
TX
TX
TX
TX
TX
TX
TX
TX
TX
7X
iX
TX
TX
7X
TX
TX
TX
TX
TX
TX
7X
TX
TX
76017 (817)572-2Q85
76124 (817) 478-3765
75224135' (214) 942-4348
76015 (817) 536-1806
75212 (2 � 4 ) 634-9601
76119 (817)536-5989
75180 (972)557-6965
76105 (817)534-9291
75a19 (972) 462-0$36
75061 (972)2��-8153
7�6009 (817) 426-'E'i66
752 1 8-1 89' (244) 320-11$7
75081 (972}231-7272
76136 (817) 220-8484
769a4 (817)923-2337
76d53 (817) 268-2460
75137 {972)296-6555
750'E1-665�(972)394-3339
76053 (8�7) 4$0-2660
75081 (972}881-0802
75237 (972}780-8953
76011 (817)640-4332
75237 (214) 467-930�
75237 (214)339-2117
7538� (972) 416-6490
75237 (817)604-3556
75115 (972)230-t234
75207 �244)631-8033
75050 (972) 647-167'1
75086-Q3Q: (972} 422-00�2
76092 (897) 424-1455
75224 (214)902-55Q0
75212 (214)631-0590
76028 �$47)426-3990
75Q42 �972)276-7862
(817} 572-20$5
(817) 581-2368
(214) 942-4457
($17)531-7143
(2'[4) 634-96Q1
(817} 536-5999
(972} 557-�9fi5
(817) 534-929'E
{972) 304-0553
(972) 259-3211
(817) 426-2233
{972) 218-5336
(97�) 231-4595
(897) 22p-8745
(817} 923-2337
($17) 282-3579
(972) 283-1615
{972) 394-9812
(817) 2$2•�579
(972) 422-1283
(972)780-8957
(817) �40-4341
(214) 467-93'! 0
(214) 331-'i45T
(972) 416-fi314
(2'f 4) 467-8059
(972) 223-9510
(2'E4) 951-0346
(972} 339-9327
(972) 422-�467
(817) 41 D-1699
(214) 902-56fi0
(214) 905-7565
�s177 447-37s5
S& J Electrical Service P. 0. Sox 121516
003C��05 �'�iAC�IF9� S�C��AL P�LE�, aVl/��i AFt�ll
,! P Sales P. Q. Box 2044
��5D63'� 1 11�lII�IE, E�.IE��FiI�A�
Alamo Elec#rical Supply, Inc. 123� S. Afexander
E.F.C. Contractors 161� Traifridge Dr.
M3 Associates, Inc. 4567 S. Westmoreiand
Sourca One Supply, Inc. 1100 E. Airport Fwy., Ste. 136
SwofFord Eleciric Supply 116� N. Great Southwest Pkwy
616101
Fort Warth
Burleson
Duncanville
Da�las
Dalfas
Irving
Grand Prairie
7X 76116 (817) 560-Obd�
TX 76D28 (817} 426-3990
TX 75'� 37 (9i2) 296-6555
TX 75224 (2�4) 337-5851
TX 75237 (294) 339-2117
TX 75Q62 (972)579-9222
TX 75050 (972) 647-1671
(817) 58fl-0555
(897} 447-3785
(972) 283-1615
{214) 333-2728
(214) 331-1457
(972} 579-93'f 3
(972) 339-9327
1 of 1
Page 6 of 6
�r
'�
��
'r�
i'
PART C
GENERAL CONDITIONS
See City of Fnrt W orih Standard Specifications For Street and 5tortn. Drain Consfizction.
i14
�,
a�
�
�_t
�I'r�=1A.1, �'It���I�ICl1�1�
1. �[:D�'�: �F ��rC)1�1{: Tk�e wori� �ovcrecl h'y t��i:sc pians �nd spe��fica€ions �onsists a�' 3nsl�1l�iric,n oi'
r�e�v lta!'i'i�. si�1�:��s �tt�i �!] �th�r mEscclla��cc}u� iicros ��� co�3siruc���sn to be perfornic�E as c�4Eli�nc�1 33i
th� !'lans aTici �pe�:i fiv�i.�t�t�s vakitch ar� �Z�cr.�s�,ry t�> ��lisfztc�c�t�ily ctr�2lpl�te the w4rk.
�w�����; ar c�r����c��� r�r�t� u�r���xr.�vcT �,n�s:
{a j�= on�a-��l rnr��+ r���i Liil'.i'ss��i ly be �tw�rdc�t3 ia�
c��ali.iul�� �h�l r��nk���r�ei�d 4n nc� ��ily C,t���Rc�]
brs� 3[l�l'9'C3L ��f t�,c {'�ty. -C�1� cor��r�cl �vii
respon�iFal� biddca',
t��� Ic�wc�E hicliler. 'fl2e �:iEy Enoir.�er sh�il
the h�:,� 1�i{� x�l�tc}ti is. c�Gtsi�ered to he in s�se
1 I�� ��v$rticd tn t}r� inwcst respoits�vc ��r�d
�1�} Ti�c ��tnnbe� ot'urorkin� ��a}�s sl7ali I,e #3(1.
�. F�4�F14��'.NTS: L�caikc�3� of ��l utal«ies ar«l r�ght-t�t'-u�ay c�se�r��€�ts ��rc c54��t�s�icci_ Ti�c (.=cxsk��:lc�c��
s�,�ll TXL}� Illk74� 4�iC C'ity s��' ]"C1fi �'V�q-I� �'Cti�k[}rk`�I��IIe fi�,r any dc:lay ir� iss�iii�� thc ����aric �}��iler fskr �l�is
�;4rk�r��`t.
3. C�)1VT[�AC'T ���'�RL�; �'��nt����c� �Y�il l�e :��va,rded �t� �1�e �n���cs� responssvc. ar�d E�spc��s�bl4� h��lcX�r,
4. PI�E),r��_5�r �.�!��r��.�,Ti{)I�; ��-hc �'�anlrt�c:k(}r ���res:s i�� c�rr3rC�<<te ilie (:o�tr�cl �viihiri k�7�.' zMl�okic'[1
»tiGmbr�� a�` w+rf�Cm� �i��y�s. It� M17e �'on�ractoe f�a Is lo cc�mPlc:��: �1�� wt•erlc �v�t3si�� �]�e r�urrih�r oF ���rlc�ng
days s���ilied. I�<��Gi�a�c�l t�l��r7a�es �f�a11 �e ch�ar�;cci, �s uXrl�ir�s;ti ��� ,�art l, tte��� Y, 1}c3C'��,'7"1]3�3 �3.6 r�f`
[he "i=ieneFt�l Yrc,visita}i�" «1 tl�e �t�t�dard �pecifical3un I�Ur C�{)n�tl'u�.i�{atG �r� �lse C��y ul� i{ur� V�'r�i�li.
`l'e�as,
5. it�"C:�Er1�;I: {�!{ I}L+;C'��.�,`r��F �N (�l1;tV'TIT'lf�;�: lt �s the t.'on��aic�or's to�e re��ror�sihil�ty lo�verif�
all �xay it�r�� q�a�li�ics pra��,r �t} �+�t�i�Gi�[irt� �. l}sil.
1�VF�en tF�� c1tM�nlilv cr�' ti�rcrrk #cx be ����3��, or m�le;rials Io bc ril17�k5a�er� uC�der �tyy rttajor pa� ��em oC di�
C'��3krrack is mof� ���Mrk l25°l„ nf R17e yua�it�ty ska�ccl in fhe t.ctnEra�:�, �rheE}fer �E��ed I�y {}�viier o� hy
C:a��racio�. i�i�n ��iE�icr }��rrty to llt� C�niracl, upan d�rrt�nti. sh�lEl he �ntw�kcd t� negnE�a#e tor �'e�ised
c�ns�ds:rfl�ion on �li� p{��li{��� �xf we�rk ab���� 1�5°�n oF lhc {�uF�n�kky sl�ieci i�ti shc �anl�aci_
i�herr 1he c��r;�r��il}� t}f Ih� w�rek t� i+e cionc or mal�tials tt} i�c f�urriiwf�ee� n�3iler �T�y rit�,js�r �.��}� it�n� u��
ihe �:antr��4�1 is less [I��s �TS°�o ilt tE3L: gllilIltl� 5t8�C� ir� I�� (�{�ntrr�ct, tivhe��3�r stflte,d h� {)�vrter or by
C'onlr�clo�. k13Cn �;it]���r �u]'ly kn li�e [sonls�ac�, u�on €3�:r��[�nc�. ��y�ll br: C��E111�t� tt) tr��+ntEate for r��+Escil
c�+ttsiclerR�ion o�� ihc a�ssr�itaGt n��� wnrk I�e,Jnw 75"l� aF �hc c3usontilj� �l.kt<�{] iRk �li� ['c�otitra�.l_ Thi3
��arag�apli sk�al� r�oS a�E�ky in lh� eve�it {}kvi�er s��:letes a p�y at�i�� in ifs enEir�ly fr�,Tt� 41�is {.'t��71r�GcR.
Ii fll�Y�[}f p�1Y lkCRl IS l�L'f]iiL`i� 85 �Il}' �Il�lVIL�Uik� �}1{� CLC37] IIlC��li{ClI 1!1 LFl{: Pi'U�i}5;3� l�7iif 11�5 9 tC1t3� C�1S#
ec�ual Icr nr gr��llca� �C�s�it � ���4'cc�lt o� lh� or3�ina] �on�a�:l.
�1 rniiit�r p,�y it�:m i� d�[ii3ed as ai�y �n<I;vi�l�i�}I bi�j ilcir� irrclk�cleck s�� 117e Prn��ns�� �11;�E has � tol��,l �.asl
Ccss �liar� 5 percezrt of ti�c �ri�3r�al C'onlr��t,
I'��a f�-2
�Q, C"(�,'�'�7�t�T{�"�'][)I�I �TA�IN{�; �Or�MiT�GflCrfi �Cll�GS E�i)F �IIiG #]lri �TT+�{IG Vr1I� �� �}rQYIi��Ci L7]+ ��i� C.a�+f
[if r�q��ar��s�� :3� «i.i�lir,etk ur� p�nge 17, ����+rrfrrrr� ,�'r�ec'�Ircrr�io��s ��+�• .�'f�•ee� rru�l .5rvr��r D�•riir�
L'rr�r,xfrrrr•�rf„r. C,�l� c���orE V�c,rll�, —
I I. 1'�[�th�1!'1'�; �i�i�e (.`oniT.��kur si��ll be req�ire.d io iake c�ur a 5�re�[ Llse !'erTT�it �vGE}� �laG �treel
f�anageme�k �e�:kion ot' �S.'frif�'ic �ng�r�cc�ing �}rv�sion, locatcd afi 3l 1 W. a�l,o� �trc:�1, The Conlr�acE�r
sY�all presviJc a lcr�i3live wo�k schei���lc and a copv c�f E�3�. T�'a€�E�. {vo��trc�l i�l�i� sYt�c�r:, Pca�yil f�:cs ��+iE�
t�e w�,ved �`�rr w4ek 3���: Forfnc�i tindcr cc�ittracl� vriil� � h� {�'ity.
!�. T�tr1��i(' (;(}`{�I'Jt(�L� 7'l�e �..'�r�trac�rrr �ha]E be res}�cr���3�rie fnr �rr�v�r�in�; Ir�l��c cc,nffcr] dnne�g tkte
cs�n��ru�ti���r ��kf tl�is �arisJec[ cartst�te�yE ur�i}r Il�c p��v�5�i�ns 5�t ['c��lh ��� lit� `"}5+$� 1`���s �l�frretrraf n��
�1rr!(r„•,rr !'+�ar��rc` {,rrr�r���rf ��r��rCt�,4� Irxr�,S�r���}!s rrr�rf Hi fI�}WH �tiF� Ctiw4t�{� 11fltiE�]" 4�1� klLliltf]['IL'Y �}f lI1C "Sk;i�c:
�,k 'f cxs�� I fi�ifs�rrr3 A4�1 ����;��l���ik�� '�i�,��iac at3� i�a�;3r���i}�s," �:c��lil�3�ci :�s ,�lrlicle (;��}]tl V�•M'n«t�`s (;kv43
4tsata�es, ]7t'FI ITICfi� SG�:XIC}RS IT4'dfi�, SC'C�fil[]]'� l�I�fS, ��, 2��. '�(} anc� 3 k,
'�'�a� c"`�,r��;:«�.la�� xa�ill r�{,l r�:m�}�c� s���y r4��xa1��{�r� �i�,�, ii��lr��c�k{,���G! :�i�rn, 4tr��'k a3t�tlti� sigs� c�� 0[ESr�'!31��3i
wl�ic��h I�i:,� l�c•4;�� c�•�;�:Ee�l ��y �h�e �'��y iE- i� is rtl���ia7-r-iin�.�! 1liral ;i sGgn rruas� �e ren�nved �n �x�rrni�
rr,ck�,in�a�d S;c+n;�tT��t::1i,�n, th� C;on�r��:�c��� �Iti;sll c;ont��;� the �i�raF�sF�c,rs,a�io� �iid I'�i1�?�c �'��3�ks L�e���i�t�ytics�t.
"j'a'.�i�C:� S{�rx�icc� f}ivisrte�'i (E�IZ����sc T11JE11I'1C�' S�T�•�I��IJJ, t0 �'�'rf;�sv� lht� slgn, ln ilY�' c�s� �f r��ul�iti�ry
4i�n�, �he Cck���r�tiLts}r sr��Gs1 rc��I.LI;�' I�id: �1�:!'7T11fIL'i7� ���n �+�iik� a tcm�s��r�ry sigiti rn�ctiss�, �lic�
rey� M;r�Tn��nk;€ f,lf rlu� r�l�s,��r tefcrrs�7�.��i Fn�na�;�� ;}��{� suCi� t�,rt���nnirY sigr� rn���i lae ii�:sza�led ��eloC Ic� 1 f1��
rcnx����a� c�� fli�, �i��rmtin��i�t ���,m, R! ihr� icn��nor�n_v ���,fn �s nc,t instailcr! con-cc�Ey or �t- �t r�r�e�, nn� Tr7�;c G.
lCti� ��'C�lLll"l'i1 ;;�,4ci C�c:t�li�.�n�+, �h� E�crr��,3€:�.nl s��n shall bc I�:ll i�t pla�.� ut�t�] llie ter�x�ans��ry� �o��a
rLc�k�i�c�it.���� �u�t� sr�c�, 1�+he��t cu�i;;�r��c•i�«n wc}rk is cnm�slefic.�l lu ili� eactenR �3y�f �]�t p�:rm�i��e�� wi�
�an he reinstaklci� tlte. ��'c}ntr��ct�>r �1i���1 zk��in cnnt���i R}�e -I'i�ff'i�. �;cevrces l)1��i��t,n It� r<�ao7wkw�� 1he
1}Cf]]73l3EYlt 51�,�31 S1lG� 5ft;l�E iC:1VC I115 tCFri�}Or�l� 51�1 ]i3 17�3CC lltlf�� �uc� r��t�;taliat�s�n is c;��i}�le�icci.
ivanir�tclur is respoi�siblc f'nr �r�et�ns, liliC�l{7{�5, arrd s�i�ty dt�r��y�, �:��i���i��CI1011,
1�'ork r�,�uiriz�� �lre�xt I�arri��cl�M�g ���i�l n�MiV he :�I�rM��'��� �147rin�; ci:�y�l�k13� 13a4irs �{J:00 A.?�'!. —
d:Q� P.l��.j Jn ��ii i��M�iM-:yl i;q�i�►e�� F)��iric� (�'��f)�� ;,rlerial �ir����ts, :�nd ncar sEhnolv.
(�rxtitract�xt slra�l ��oi to �x�rk vektis�l�s it, su�:i� a m�+r,n�:r a� #� cat����-«c� �I7t 3�is�s�r� r�f rE�e truve�ing
}rul>14�,
"I'li�f ��.►r�oci�,:��i,�s� {ai C'i1y [�#'Furf V4+��r�l� ;}er�{�a�n��l I� 1hu I��erirs�[Fe E�is�c�fiiuns s�[�e� ont �-eliev�
the [.'c�s�lr.�cfr�r {�i �e�l�i�rlsil�ilik�� Ful- tltie �;�t`ely r�l� the 1�-;iX'C�I�L�,' [kEk�L��.
'1'raf'�ic �oiitrt�l w�l] i�of bc 4�aid 1'ar direcfly, bui sJ2fl�1 l�e cnri�idc�cci s«b�t�liary tu ih�' v;aric��is Uid
ote���s oFsl��. ccxo�leack,
!�, f'�15�'1�If:1�1T� �I'��e �f�ntr[r�'tnx will r�.ceiv� i'4M11 ���ymer�� ti'{,m lE�c C'ii}� f4}r.�ll work.
�d. Iil:l_.A1fS: 7'1'ic Conkr:�ckc�r st�a11 reccivc ��c} �ur�1��r�s�ticr� fi�r cle�nys c�r I3E11[�i'3EtCE5 �u llre �x�oa�k,
�•xc;4�E3� �vh4��� 41Gr�c:l ��at[I uia���nici���,lc e;xsr:h l:{1SR �(f l�l� {_.U11�3'i1C:i{l�' 1ti C�LI4L'1k �7� !�!2 C�]d�LLr� L1{� Efil; C-1I�! If}
pn���icCe infur�n.��it,�i �,a- i��r�le�-aF��, tf ���y. ��hich �s tr� be furnitiEtcd by tl��. C'ity. V4fl�«.�, s��c:}� ex�rH
comp�:�7��Gkion ts c;l:iimc�cl :� ��•n�tcn s�s�temrt:�al she�reof s1t4�1t hc ��r�scnEc� t�y the C'oittr�ctor so �1��;
�.l7�,fll['Cr ;1114f i�' L}y ]�ii�� �uu«d �u�recl sl�r�ll bc ;�pprcr��i� ;�nci rc.x��fFC{� I]}r �YIf3l t{} 4�i� C.C�klllCl� I(}!' ��k'sl�
E�F3�,R��a��zM1 t�e c�i������r,v;�l: ;�r��i tt�e ��,1�nGi ���ca'��,� l�� �lac �:'��incGl �I�ail! hc ti�ial +�ri�l bii�datsg. ll�clrj�,y is
c��t�ir.ctl 1��� ��s��alic� �,rske�f� �;ivrn E�y 1h�� �.,���n�c�r� tn s��r�r ��csrk �r I�o-y fhe pea 1'�.�omar�ce �s{'exara �x�«tk {u
I'a�r L'��
by t��e f'�il��i� crC thc ('ity la �rovid� ri�a�ert�3 nr nec�ss��ry ins�3��ctis���s for c�rry�rr� c�n k��e �vorkr t1lEFY
st�ch delay w331 en�itie t�ie I'.�T3LF�CtI?f fQ 811 �{�L11Vr���l�l �]ii�ElSl{�fi 4�f tim�. his eppli4:;��ic,r� f3,r }�-�i�ch
s17:f�1. 1lC}W���i', be sub�e�i t� [��� ap4�rn�+�l n1� tl�e t;ity Cra��t�il; a,td �7cs �u�j7 exkt�r�siuil uf i�m� shall
��:I�;��e l�ye C:o�tr�ctc�� c�� ll�e sti�e�y t�sy 17i� p�r�or�i�r�i�ce I�r�3�4E �or�ri n�l l�i� ubligfition� herei�i�i�er
witiclt ���al] rc��7asit tit i'i.�E] F'carce u�ritl �17e.�iscl�ar�e c��-�he ("�>rrlrs��:f,
1�+. l)T'�'C}i.Ji�� .�IVII 13.�11�1�1C'r'tDT'.�: �f�tie C;o�r�rr��;[43r s�i��l ��rcrs�a���te i�is �vrsr€t ir� s�i�l� a n�aiu7er as tn
�re,rtt� a i„ii�inrut�� i�f �<<tir���E�I��G� lro ������. a�7[I S�c:sjL'S�F1u]] r��:i�Ilf4S �mt� kc� 113� i'iu��� of vehicu3ar ����I
�3��4j���r���R� I�;3#-tir �v��l,i�, Eiii' ��r��.j�c� .,r�:�, �'{�a�l��c;l{,r sl��il! be respon�3�le #'+�r iirws:�lli��� sall
C�1[]Slrlil:[i[fl� 51d�1�S, st�nul�, :�n43 ri�:li��317,�Ty5 Tll:(:GtiS[i� lil Flrisk'li�C ii�SL111E41� tt�l.tt1G CQt7[]'O�S ffFC �1CI�Ufi(:S
U� CDl'f51f1�C�.1[)1�,
Rartica���. �vai�i�ing ancl ilciuii� sie,i�� �l�.�13 coi�i;�rn'i kca tl,c ��.u�[I;trsl Sp�;�;ificHt�ons "�3an�iers �ric!
V4�:i1'[11[1� ,,rtd�t�r I]eto�i Si��,it�,'' item �2fG :,rrdr't�r �:� sl����vrG �}rr �ft�- �r3��a�w_ `I I�ir i'�.��nishrng. placing, �krrc!
1i7,�1T1i31[�115�, ��f 1��rricts a�id W3i711i1� �iicU��� c��#n�r si��ws I�y �hc: C;«n�r��ct{,r w�ll no1 F�c patd for
rlir��.�ly, l�ut s3��11 h� cons�d�:�-c�k st���ssci�a�y �n �I�e v�� �ous !>�c1 i��-ms bF�l�c cu��tr���.
�c�e��ir4it�lio� sigz�t���, �;aid b,�rr�c��rlcti �hsall �c�»furni waik� "�9��1 'E-exas_lvl�t�ruai 43t� i.lr�t��etm �l"r��'�i�
('�rntto! Lt�vices. Vo�, lV�r. 1 " . . ..- -��-- --- -
�1 hc C:or��ia'aCtOE �i��il l�c, rtS�0l�Stb�C ?'�71' ��r+:iYl��krik I�i� a�;oa�itr {ri��1 i�•Ic�3�onc n�ai�iL�r c� f� llrc
[3;�rras=a�lr�fr:�fl3� (~{mir��l �'uaYi��ur�y i�c i� ��siia�„ uiul CI ��—�I{1lIC i'CktCl"�;{�ncy numf��.r ut� ll�e �,c��tlr�rcl{rr's
r�w��c,ns3]�lc- represcia���iv�. �c�r �r��anl{�ii�ii�c;e {sf �lic ��af['�:,: ccai�Rrc�� pl��i3, ']'��e C'�}Citl'aLts11' ��1a�kl F7i'l�Vit�C il
1�.1tc�r c�Tk��yin�, ��11 1r��i-�c �:c�nlr�}k �icv�c;e� cc�Ttifc��� tn ��ie c4��r�n� iss�ae of The T�'1ls'f'C'�_
Tt�t� �.#Jl7L�UCI.Sl1' tiI'I,1]t L?C I'L`.y�j{IiiS17?JC �s1F �7T'OVI(�ill� .� �,C;IN:C41] I�'��[i: C�l)]i�.fi}� 1}lsri �TCP) ai l�te
E'rr-C:o�i51r�E��i{m [�c�nFc�'c��ce r�a�ci �ar�,vril�. �E3c;c�fac l�at.,�tic,n I`ntEic �'a�rfoi 1�1a��w n�7 ���y���.��_ T']��
C'no�rr;�cl�+r sE�riN bc r�•s�M�iec;�i l�� s:crm�}IJr 3viGi� i��l slre�l cl{�surt'. E�S�flCi1[iTlS, r�t�i�ce �c9vas,c�eri
s�rrr�n�;cn�r.i�t� w�lh st�hoo�� anc� k���s�r�ess�;s, �nd �ai7�v�dc ��G-ont�nr aii ac�e�,�abfe 1�lai� �n tlxc �'i�y,
Jf4. ]'��ltf�}���`S; Ut�ring ih� cunskni�;liun o!' �i�is �rc��eGl, i� is req�ircri 11���t all ��ark�v;��� l,e �:xu�v:�lce�
�aitc! sa3u1}ci� E�s rer.j�.ii����i ai Ilte s�ms: tir�3c Ihe raa�way �s �.xcays�e�. rxcess e7Cs:#�v,ji.ir�r� wil! he
disposed nf' a� locatior�s ;�pgr��ved by the Er�gi��eeF_ �ny ��srk�v�y 5ha��[lg IS St��xSidl,3z� 10 lh�: aanil
��r�c�es ��i�l fcFr s��,mal c�ri�strncl���n.
l7. .Ui�l'(��t�L_{}!� Sl'{lI1.JI+'ILl�_�It�'.l'�1��r1L_ hl'1UP ii] 111� €�ISE]{r5i11� {1�� �TI]� SE)O1I�j�1E� �n�lcii��l, lk�e
C'ortl�rac�or s�ia�l advise� ihe l�irertor oi� t��� l�e�art���e�it oi� f�i��,i�re�r�n� e�lin� �,� lhc C:sl� o�' 3�'nrl
Wo�t1�'� Flnod 1°lai�7 �d3nu7�s#rsEor ("11�m<<i�strainr"}, ��t� ti�c In�:a1.�c�» o� ul� si��s w�er� ��c
Ca��t�a�.lar in�e�ids t� dispose ot�sucl� material. Cott�r�s�tar sl�a]] iti{xi ilis��c��c c�f weE�:}� �ut��ir�l ���xliE lhe
��t�s,������ �i�e} lia��e i�e•�r� det�rn�in�rl la,y lE�e Acltr�iiri�tratqt� �c� n�cc:� rE�c 1'�'L�IIEFh;n�rnls �rf �lie �=iocr�l
Plf�i>> C)��iliri�rtcc nt` r}�e (�'i�y �f I�ort �4'r�rRl� ({]�°di�i;�r�c:e C�+u. i I�?�]�i�. �11E cERspc�s�] sitcs Ill[i3t be
��r��roaer! a�� #E�e �iErrt��ristra�or �n ei�s�re �13c F'��r�1}? �r rr��[ C�Ccr��7R11}� vVl[a��n ti I]uo�J piain w�ti�nt�t a
1r�fritii, A flt>c��l ��;��is ���E�r�ii �an he i�sue�i ����a1� t���ExrrF��a] i�f ��crrs�i�ry t�n�ir�e�^rin� s[u�iics, 1�lu fiti
�,�-��rrii� is ruqMkir�{l if cji��,taw�� stte� are Mtio[ in :� 13���s41 �,laai�e, r1���,rt�.��] t�f �hc: �'c3i�lrfit�lcrr'S d�s�3f,sal
si1c� �h:rll �c c-}���ic���{�{l k}y :, I�l[et �€�,*neci ��� �l�c �.clrr�m��Er�ic}r s�.ifing i�h;of ihe siE� is r�ot ��i � krlra��n
f3ou�1 Ealain �ar b� n�1�1c�4� �ls�1n �ilf 1'�:rrr��E ��R1h�r���n�, �iil willi�e� t��� ��aud plair�. �lny experks�s
:Mssc}e��st1���] wilh �l�t��nia�� �l�c CG!] ��er��til, iotclt�clin� Ftis�y i�ecc�sa�y cng�neeriiyg studi�:s, s�t�1� i��. �r ih�:
C.C111�I�ilf;I(!I-�� S'Cr1�i1Si'. I.fl kl�c �4�r��� ����t s]te c='�»�rt{c�;,r �iis�c�s:�� �,f s��r��l�lk�1 rrtateriat :�� ��ile ��-�I�M{rr�l
n fil� �a�rrr,�l cir ;� lcttcr I�+rrn ti��. t�clrnitri�tr�t��r ;�p�1-s�vin� ��G rlispa�sa] S1tC, li�SC1i3 TkOtk�lC811Q� �}}r lhe
��
l'�g� D„�
�)1r�ck{�r tx� �;�l�al�t�crlll�. Co�ttr;�clvT ��i�kil r�move fhe sp���31�i11 i��a#er�al ai i!� exN)�T1�4 rsnc! dis��s� n�
�ut,lf r�G�ter�;�ls ari �ccord�nvc: w�t}� t.hc C1rdm;onc�� �,� �he <='ity ar�d �lns sect�on.
1�3, T.�[Yi[Y� C'Ci1�1Pi,1A1�1C`1�,: T7uein,� 11�« can�le�Rc;l3on s�f tl�is pit�ject, tl�e {�or�1r;3�1{kr si��ll cnis3�ly
��illi prtserf� ���n�rt�, rc���i�ern�.nls oF l]Zc �'i�y of Forl Wt�r�l� in l��e k�se i�f �Fa�:�t�# �iro�sc.rEy for stnrage
p�i r7-� s a sc+3.
itJ, C'LL'.��I{J1VG �11�ll [�l��.JLi�311�lC.�' 11f1 +�b�ec-��o�able rttaitcr rer�ut�'i:�2 ts� hc t�em�svc;c� w�tl�ii� llie rigttit-
c�l'-w{oy a��cl r�ol �i4TI14;41��1]'Ij� c!e�r.��r�l}cci iinc�er lhes� ;��cxtlica�i��ti� �1�;3l1 hc u{}v�.recl by Il�.rs� EVo_ I[1�,
"t'le�rin� att� (sf,abh�n�... �nd wl�alk I�e st�h3si�3iary lc} il�te n[lier i[etn� r��-a1�� {;r�ntfact.
2U. 3�]I`{11L C'l.L��i��U!'= F��it�al cleanu�� v�.�ark sltiall I�e c�����e f'c}r t�7is prn�eci �� soo� as 112e consli2tc�ic�n
h�fs lxeen c;oEnplr.t��! lVa n�o��e liy�o� sevc��i day��s ;y�al] cln}7�� all�:r �{}tGti�+��.li��ai af conslru�trc,�� 1,4�fi���c
�i�� ���};a�iw�y �flti rigl��-c�#=v,+av i� c���a�te� u� rcx i��e �t�ii*tf�c:i�s�ri s�l-t��c f�rt�incer.
I�. ��l�.�l,l�.f'Y CU:'��C'l�C1L'f-L:�77�(��- `l��c �'nntra�#nr ��all fi�rr�isE�, �t �#s t�k�n cx��r��c, ce����fscatinn�
by a prik�aCc 1{t�iarai�7t� f�sr all r��al��.r«�s }�ta}��cei] l�� lac ��e� c�,r lli� ��rcajcck, 111C:�U[�117�' �i 3r�ix �c::i�;r�
r
for t�n�+ �os��lt;rllac� {,i�<Ir<sr I'�re�l�uld c��iz��cr�l cc,flcre�e ln �,e �ts��i ;�r«1 g�',iE3sssir.o-ri arr��}+s:� [�ni� s����s3 :3�kil
ci��sE�ed �l��n� �0 13� ��s�d alon� �vi[h lE�e na�Tie cxl� �h�: C�i� f���caryt xuhi�:l� �IZc� n��at�ri:�l �3�as t�ke�a 'i'k��
�or�t�ac�tor shal3 �rrnv�dc mt�nu#'aclurcr's cc�t�E«a�ia��s ��i�a all �rrarnsf��Euret� ���ms lo bc used �ri tl�c
#rnaec[ and �v�l] b�.ar any �.xp��isc r�.latei! lhs�,rei�_
�a) '�'ests c�{' ti�� de�i�ri c��n��efie mix s����l! 1�Me ����a,le I�y t��e �'t�nlru4<<�r`� I�ol3nrntnry a� ieas[ �t�r�e �i:�ys
��r�o3- to �17c ��lac�rig �€ �;t�rrcrete usr��g #�ie sarr�e a�.�;re€;�t�, ccrtxenl ��nc� mc�e�ai- �i�a�� are lu Irt us{�{3
Cale� �i� �17�. c�x��crt��.. -CE�e C:,�r�lracts�r slf�li ��r�ov,tj�. �i cc��i��il cu��:r �f il�c ��st r�su�ts �� tl�� C'ilY-
�l�}) �i�Eali�y �s�tttr�,l t��1i���,�f �n �]tt� �natic;rl�l s�Ti 1hi� J�rt�j��1 wiil I�c� pe�-for�ed 1�y r7xe{'iTy �� ils srwn
ex�i�n�e r'�1�y retcs�i�t� r�c��i�cd �� � a'esull rr1" €��luf� t,l` tl�e 1118�Cfk3I �c� o�rc�i pr��a�.cE
���c:cifica�ia���� will ttic �� ki�c cxF�c�7xc cxf lhc �c���lr�,r:�r�r ancl �vall l�c bil]cd a� �.n���i5��erci;�] r����ti as
tictcr���it�r.d �I�y tl�t C.'i�.�, `i'�� i'�aal�ia�c t>k khc f�'i!y ic, rtr��Cc �ny �esi� c,i' rriate���ai� :�I�:sll iit ncs �v{�v
r�lic:vr: il�t� ��t3nlrr�c:f�n rff-�la r�spt,nsih�li#y ao f��rnish matcr�al: �t�d equipmerxt co��ii�rniirig �c� liic
k���ukrc:n�ents of �}Y� C:��,#ra�:�,
��} -rk,e �'t�niiacic�r s]r.�E] 4�risvi4�� ����i less t�ti��� �}R ftc�4n'� ��s�lit,e ltr fl�c (`i�y ��o� ol�ernit�5r�� rcc�E�ir���g
#e�i���g_ �T71e Cn�yErt:��;l4rt� �li��ll ��airv�cif t�c�:css;�t7sl �r�:n�:i� �afciy �vw�er�� {iF'req�iire�j �nt �hr. �ate In
i�e t��te� 7��� any w�r�k ef�fnrt ir�v�lv.ed is cl��meci to bc mc�ud�:� �n #l�c �r�iE }�rrce f<}r t}xe ilcm
i}L`il]� ��STL'�.
{{j) '1'3�e ���riir��tor sli�l! �r«��ide a c�,}�y n� li�� ��i��f lit;kei �or ��c;i� ic��d ��J' C`t!3 m��l�ei�il de��iver��.i la
l[3� j�,f� s3t�. Tl��e Ricket �Eo�ll �Caec3f}r �f�e nutt7e r.�F Fi�e 1��t su��l�+i��* ihc- fi1C rr�z�t�r�al,
2�. I'i��}E'f:RTY AC(.'�5�= �1cce5s to ac[�;o��rit �rr,�r�riy sl�r�ll �Sc: rr�2�»P�3r�cr1 �E al1 tiirz�:s �nl�ss
LI�Ilk;! 44+IR� Lj1T�Ct£(� E]� 41�C �:Ct�',111�c;J ,
Z3, C��l�'ti'�'�tll{�"�'�(��`; ;;{,�i�;�)l?1��:- lt �liHll ��- llzc resp�rr�sihiC3ty of tl�e �'nititr�cts�r t�, fu�iish Ih�
1.?�t�ine�r, ��r��}r i(} t;CF�wlrk�+,r�a:�G�. i! SC:iIC[il1�C �4C�Iifklll�? ��k�: �ili[{:l�i�t�� L13�1t`, C3C�1 �?I]3tii' iSf �:�sri��niclior�
�v�ll h�.�*�� aa�t! ],�. �t�a>>pEctcsi, uicl��{ii���; ���ffi�ic�ni U�r�� I��i3��; allt,wecl f�r cjeanu}�.
��F. �A��:�f'Y— ���-C�tfC"I`iC1�S - Vk�{)��1� 1�L;��l� _�E�E�I� 1'[)L'I'rlCrL; Lli�i�,4: -�'hc: l;�Ilo}vir��
pr��r�4i�,�c� }+�iEl bc �'t,ll�}�ve,r,i re�;�rdir�g the �;��k��c�;t ir�if� �:m 1Jiis �:��tit��act:
V�
�
i'a�c ��-G
�i3� A LY�3'Tllil� S3�Tl fi{1T I�4S C�1�1Z flVl: iT1Ck�i:ti 1?j' ��vet� inctre�, ��1rltetj y�31+�w �riii3 ���sa�lc Ix�i�tc:r� k��Nl
aec lc�ibl� at kw.eivC �ee# sh3�G hc ��l�c:cd ir���dc anci �utsMde �+�h�cle� sucl� �is �cta'�t��s, �lerrzc€cs,
gowcr �13uvcj�, c1t�lEi�ag � wg�, C�il� slriv�r�, I�cxaslux�; cyui�ir�en[ sa[ si�ri]���f �j)p�i�ril4�:i- 1'�e �v��rni�g
si�n s�,all 3'��a�c� ,{� fc�l�c��vs;
`°WARIVIN(�ElNL�I�'4'1+'4.�l. '�'[? C}l'L�k.r1'i'i�; '1'ii�� �;(��1PMLN'I' �'4�1"�'lill� Tl:`� F�r.'i'
[]�E�' I�1(:�� 1�'{1LT��(:L LINL'4.'°
�1)} F�1�i31]}i7l�t�i� I�1ilt n��y 1,e o�aer�led will�in tcn fe�E c��' �tigh vo�t�gc lines s17a�1 17nvc an 3l7SLl�{�,tir��,
cage-t}��. �+t �;uafd abo��t �1�c bou�ii �+r ann. L:r'CCi'Fl� L��l:�{ 11O�S [}]' ��1�}�1C3'S 81�1� ]]7SkI�IkCar �J17�.5 Ork LFi�'
lit� ]�tood cc�i3ne�li�i�s_
{�) W17e�� nccessary tn �v�rk }}�i�l�in tcn fe:e� c�i' hi�h vc,i�age c�eclr�c I�nes, r��ti#��a[�on sh;�11 be give�t
�I�� ������-e� 1;0311�3�33V {'I-U �i�cffi�: S��vic�e �'l}3]]F�fl�+� }++luch }vil] erc4,l Ic�n}�orary �:�e�iian�caC
l�ai r�c��s, dc-�.ner��� kht� lii�� or i�.sisc or 3��tiw�c�� �l�k� lia���. '1'lzc• }��carlc �Ec,n�.• I�,y thc �ra�ver co�iiE3any
sEs.K�] nc>� �e �ts Rlre ex�+er�s� c}�'t���� �'it}' {.I�Fi}]'� �i}fill, ��14' Il(1�klj'lll� ijL'��rka��eni ��3a1] n:�iin�ain ���
accurate l�� nt' all s4�rli c��11s lo I-�� l:��cl�ic �crv�cc �'�irn�x;�rsy �inci �11:71� r.•corr� {��;ttini7 lalccrt in
�ac�y c�s�.
�tl} Tl�c (�'onlractor is requires� I.c� rrt�ikc ��rr�n�emcnk� +��it�� iha� �I'L1 �lcclric= �;e3��ice C`c�m��any �03� �I�e
t�.M�r��rary re�o�ation nr rats�ng nf E��gh v�lla�e lin�:s {lt k�7t ��{�nil'iiC�0��5 SOf� C45� :ll�� L'7C]l�T1SC.
(c� i��s �}cr�cs<< ���ull 44'�1lj{ 1��ithin k��t feei oFa liig3� voli{a�� lin�: wili�r�u! �>rol�cii��r� �7a��ii�� l�een t�i�e�7
�s cF�,G1€i�,�,t€ rrt F':�r,�itra��]r (c�_
2�, ��ti7-I�:lt I�LP��I�'�'14iL[V7� k'R1�:�C1L1AC,11+J�AZ'��.1[�' Rl+1�C�ll��'.14�fE!:[�7`�' f1��v C-0lttF2k{;�f}F
a��rli�r���u�� any ���t��lc a,�i I���,rl 1�V,�r�lr k�•r�ta•r ��i� sanif��r�� .Sc�}+��� 1-��ciliti�� n�ii�t �r� },rc-q�a�iCii`icel �vitf� tlte
Vdate�� L�epari���e�R tn pefic,��1 s�acl�t kvcrrk in ac+;cai�jan�c �vilEy �r�k�:�clti��s �rycl spe�:iticr�licsn� s��s�rihed
ir� tkte c�trrcnt N'ori bV���i.� 1�4xatcr 11c��rin���ni (:tcn��r�k� ���cc:ific;{tic�ns,
2{�. f�l[;��'�` '�'(� .�►�«li'�'' C`C�1�11��2ctcrr agrees f11at the C'ity s11a]], �ut�il tl�e ex��r�f�a» n!� �kti e� {:�) ye�rs
:�l��r fin#I pr�y���ena ua��le�� tl��� C,'s}�ttract ]7ave access tc, n��� �he rig��t to exa�rtir�� xrrci C�h4��s�cf.r�ay �ny
dif�cklv �,cr�inc�! I�a�oks, d,��wttertts, pa}xers a3�ek recotds ot tk:e �:ontract�rr iir�Ferlv��ti� �r:���s�cl�t�tYs
zel�lii�g !�a l�X�� i�c�G�lr�ycl. Ct�n4rr�c#or �1�C�C`3 1�7.�� �I3C. C.It]�' S�3flI1 �]dY� 8l''�.#;SS {Ikll']l1�, !7l'til[t�f1� xvi,rki�yg
�lU1.IF3 ��} ai�� fl{:l'{'t:S;IP�' �.,{�I�Ir�'L'Ickt f3L'1��E1[ti [il'I{� ��17aE1 !�e ��rco�'IC�CiE 8{��irU��� I{lls� ilf}�II 1�1�C'13tC 14i)T�4$�jfkd,:l;
lll nrcicr l�� con�i4Mc:� �3���ii�� in �;uTtt��ii�irce ���ilf� �I�� ��rc�vEsic�rts cr�� �hi� �e�.Ei���. i']�� ('t[}• �I���RI �;iv�:
[:or��raclar 3-c�asc�nabie ;f�i�+��nu� i7olicc �#' Mnt�t�,�e�i auciits_
�a} C'or�lra�:lo� �urther ���ectS f� �I��Iu�,Ic it� :ill tkw sa�l�c;ia��lrac�� 17�:r�r��rd�;� a�r�r3rG�is}n ��� nc� ��E��t;R iha�
the sutrconir{���or a�,�ccs thsM� ih�: (;i[�r w��sU, kl�rCc� ilte� 4?;}�ir:�t�s�rr +xf t��r�:c {3} ��ars �ff�r rin;�l
pa�iz�e»� un�cr ihe s��l�ro�is�;��:i. iaa�re �ccess U:r �n�� tE�� �'t�:lil �� c;xr�t�.ine ;�n�l �rholo�c��y ar�v
i1�r�cEly ��erii�en� buo�Cs, 4�csc�inis.�tt�, p;�p�rs as�{1 rcc�xrk�� {,f �x��-!t �uG�bi3tra�:lar invc,Jvi���;
���3�s�:t��i,rns �s� �17e sub�:unlracl �ar�,.l !'i,«It3�f, Iha! �'iay sff;�lE hav�• ��c;�:ss 4i�ir�ri�; a�nn�nr�i �}��+r1;����
h[�t�r� tt� af] sukrcnn�ractn� flcil�a��.s and s��all he pmvic�c�cR ;�a������i;�Rc, ancl �g�rrc���taic work space nti
l71'{�[',i' I�? i:Q11�11�.L �#Lli�1tS ]�3 C011lj}Llr7.]lCC �i�l��] fI}lE �r{}1+ib]I.IfY� UI IFl]'i arEicl� �o��lhc� wi�h subseciiar�
��c j E�irc�o�-. {'ity sh�il l gi w� stibca�tea��or re�itionabl�: s�ri3�F�ncc n���iuc of i�t�«d�d �udits,
I'��e I�� 7
{h} ���n�rac��r or�� stibconfiractof mgrce tn pl�c��«ca>�}r s�aelt �ocumer�l� :t� tn��y k�� r�:y�testet� I�y 4k��
�i�y, �"]t� Ci�y a�rees tn reim���rs� {:ontrac;tar C�r rh� cosx of �a�>ies as f'alluw�:
1. S�� c;�ptes ai�d under '�D,1[� p�r �a��gc,
2. [�irrre Tk��n �51? co�ries .��'f).85 far i3rsk pa�e �rl�ts �O. I 5 fclr e�cl� ���*� ��hrrc��f��:r
��} "(:«r�lr<<clor u�ree� tk��i tl�e [:i�y shall, �,ntil il�e cxgir�xiaon of i�r�-t {3� y��rs aflcr fi��r+l pt�}meni
i�nd�.r 11iis �'��M�tr:�cE F��vc �ccess to �r�d Ihe ri�l3t �o cxamint� �riy �lireclly pt:rlir�cnl laooks,
,�t�c�aant;nls, psi�,ers an�i �'er.�rds �rf- such su�contr�c�or, ir�v�lv�r�g Iransar.sic��7s lv kh� s�ai�ccentr�ict
ai3tf �:�rE]��r. il�at C'it}� sl�al] 1��vc access iiuring r�ai��aE ��ork�n� ho�t-s tu si3 a3?p3-opr�aie �vf}Ek
�p�ce, 3�k �1�1�i:� kC1 l'.[Il7l�LlC� 3LLIIlS �r] CC}f7]j7�ir�IlC� Vk��[h lhe �rovisions af� ll�is ��rii+:3� <_'iEy shssl l��k�r.
�u��c[�nir{��.l�rr r���w���lsii�3�: ;�tlx�atXi:c rrcx[i�:e �� i�s[�nded ttudil�s...
�7. �l-X�F',1�C'Il �,r1i+N�1'�f; -j7ie [="onir;�ctor rriust c:cuff1��}� ��s�lr iltc F[11ii]WhC�� �}851C E'�4�LIIC�ili�i3k5 II� Oi'11�C L[?
�ar���+1[ic� 1�ur tki� s�Fcty ����cl h�F�l��i is� v.�c�rtke�`� 1a� e irenc:]�_ -����. �'{�riir+�ctc�r s�r�ll ,lev�Euj,, �esi��r ;�nc]
im�xlerr,���t tEte tren�h excavak�ic��� s,i�ci�+ prta:�l�c:�tor� ;�yst��s�. -I'Itc C'�ii�ra�;�{xr ��7si1 be�r a��e _c„]e
Y�sprt�rts�l�r3�ty for tii� ad�:ctuacy r�f t1ic; lrenvh s�f.e�y sy�ter�� ai�d �rnvidt��g "a �a�e ��ace to wcrrk" F�or
M19L' k4{kl'�Ll:Ic�lll.
�lC �rL:T1Ci] ��CCfCVdit[]f] SSIfE'.�+ �1rip��i:l]Url �y�1�TTr :�l;tii !�e k�w�i.E fcrr s�13 �rc:rtc�� �xc€���f�lir3rrs cle�}r�t� Ily3rti
Civr; ��j ��et_ �l'hc �.x��vfl�in� ar�cl '�`��nchin�; �r��r�tG�r4 h��it7.7�1 nf� tl�e C}cc��ariorta] Sa�'e!y and
1-le�lltt l�tl��tif�is��ai3on. �1.5 13t���s�rlE*�c�iR of L,.3��c��', �Etin�l 1�� f3sc t�s�r�ns��t�re� ��veri7ln� rcqtiire3�lrnt �F�
Il�is �tc,ri� :e::til �s ]�eriby r�3irde �{ �,�art c}f ll�kis spGc��cF�lii,3y. -�kt� �'s��itr:si:te�r s��all, k�t ��d�kirinr�. ciarr���ly
wit11 �II 41��1�T :ij]�i�1C�lk)�� F'�i{�i'AI. ���i��` iillG� j(kUtfl f11�4ti, l't'��I��IlaS1�1S GillCj I}I�I1Tl.,t�cc�,
�I-l�c Cc�rskr�ck��r �l��l[ }�r��vti�e a1$ n�elhods ��s�.d 1`or �rt�nc�� e,xc��t�:rC�c�� S:1fiI�+ }II�LJC{:L`IiS11'I inclti�lii7�:
�L1F[135�1dl1�!, e�t•wi�7ir��� �ti�'�rvidi��� a�l materialti. Ivols. I�tibs��, �c���tE�Gn���l ;�ns3 iai�ic�4���,tl� r�cce���u'y,
i�tc ludin� �emc,v;� � �.�f t}�r �y�tett�_
�l3. �i113:SIi1i�1R�' 1��'(}t�K; 1ii�y �aiari ;�j] u�tai� s���;.�ili�nj3}� �c�vci�ited tiy ilacu���c�i�ai}� requ��E�.incnis f�r
11�4 }]r+.3j��:t wi.ic� as �.a��tliii�}�is irr�poscci Iry ti�c �'las�s, Ehr (.��:rtrraE C�'.c�s�te3c� [=�nct�rneitils c�r �I�ese
S��eci:tl C'orr�racr �loc�imanis, 3� �vl�i�h n�� ����:ciTi�: it�.�rM F'nr l�i{� hr�� kaeeir �,rr���idc,cl fo� E�t I�ltr k"ru��crsal,
saa;j31 ��c c��ir�iu�red as a s�ibstdt�Gry ��em o� wurlc. t�� c,�st �:F�� wh4clt s€tal] I:fc �ti�lude� �n �]rc C�rrc� L�ic€
in sl��� F��'r,,�nsal, Fr�r e3�:h l�id ik4�m, Su�fac� �csi�rrulicstt ar7+1 c�ca�r�}� ai�e gci�crel it��ns o#- ti�+<xrk, }�r��i�.ii
l'��f� in t�� �ate�r�t� of subsi�iiu�y y4�ork,
�9. SLiI#S'1'1'TU'���NS' TFte ��sec��ic�tiv�is 1'or fnalenals scl o�ai ih� rrtin�m���� sCsan���rci ;�.f 4R�f�iit}� tvl>>�h
ihe ('�kv bt�lic�tw €�uc�:�;;��ry to p���3ct�r� a sa�isfacluey pru,��:c[. l�lo sM�b�l3�uli{}n� �v�j] be p�rn�ilr��'� �n3ki�
ih� �.o«Lr��ci�kr 1��t�s rec�i��er! ���'it��n ��eri�issic�n u�` lhc �n��rrct�r !n rr���k� 7t w��I�sltlaa�4o�� I'[tr 11i� m��tci'w:�l
�v���c�� Eia� hcc.� s����,c�ifieai, V4'k7ere �1�� �e�77 "o� eq�tal". n� "nr a�gr�,v�:d �;4��Gal" is ,as���i, it i�
u���iersir�od khai ita r�i;�E�r+�l, �jC'C1{�LICf, [11' �3tc',{;C bf'C4�llk[3�i�11� I7��liltl� �jlC n;im� so �is��$ �5 f�.�nzishci€, if
x�i�l i�� HE�a�ei��eci, �� llie ��F�rti�ul�r ��'nd� ��ntt3e w�s �sed f�ur t�te �ui�s�s� ol�csiablisi�iit� �� �i�,nda�d of
�lua3ity sccept�j�le kcs ihe C:�Ry, ff- a j>rr�t�u�:� of a��y ili�lt!' Ci�Itt�C rs �+rn}�ose� li�e tise, t1i� ���iileer's
��>�xk'�+v�l therco�' ni�st. h� crb�:�ineci hcis�re �l�e G�roF�fkscd �ul��#�tti�te is prncx�re� by [ie {'nnarac��xr.
1�Fl�cre lh� �c.ro�� "or eyuaC'. ur "�r� irp��rc�v�i! Cq4i3�" IS 13f1C Lkti�C� ii� t11� S}}EC3�lC.l��iC1llS, LEns daes no�
r�cctw�:�<<Ey cxclr�{1e ,�llern,�liv�• i�crrk� �,r ��ts�t�rGf,i iF� cq4����Mr�e�l wlii�lt rr�ay ucco��iplislti lf�e intended
P�tr�}C��c:_ 1-icrkvever, I�� �_'�sniruc:lte� �ilt:ilE fsut�r �ftr t'��11 re��3or��31��1sRy c�#- ��rc�vii3� Iko:ri Il�c �,rs�E�tatied
s��E�wiitutoc��7 ��, u7 ta�:t, cqu;al, r�n�l l�f�: T'�7�i�i4;c;�, 3� tlte re���'esei7T�ltove 43t lC�� {_1�]f, s17�E1 L��. l�l�� si�3e
Nakr r,r- s
.1u4l�;c t,F 41�i�: ac�e�tsE�i�ity oF' ��l�slitr�[i�ns. �l'I��e pxnvisinrts c�l� Ih�s �uh-5��E1tsn t�� rcCrG[�� l�u
„�tiGbs�isu��oi��" s�al] i�e a�p� i�al>ie l� sl1 seciinr�s �.f' tit�s� ��seciticahc�ns,
30. ��:�ii}C�C�.�l�'Y ��1� �;r���I(��. ��UI���;I�T Ai�l� w,�'F�:1� 1k�LL��`1��1v C��f�r�����[)L; �r��e
�'�rrtr�tctor si�a�1 prr>vicle {�II �cin�+oriry sc,�] err}�i�3i, 4,t.+�imc�E ten�i +vatet poll�itzs�t� �.t��7�r�rl ��:ea�t�re�
f���r ti�c durat��fl oi` khe C:ontract in cr}in��lianc� wiRh ��cc��:r�o� (��'fij, �taE� of '1'c.xas. �«cj t'i1y o!� Tort
Wixrii� regula�ians. 1-�ti� temporary iltC3541f'�5 s��all include sili fences, ten�}�urn�}� r.oi�s�eucit{}n
�nlra��tc�, dikes, d�i��s, �xerins, serJio�eni I�atii�s, ��b��E ff1FC�5. jL�ti: jtiC=ttll7�', �ei�parary u:ciling, s�r��v
m«1��3. :��1�1�aU mu1c�. �las�ic. lir�ers, rul}b!e I�nr.rs, b���ect-]iQy re�ards, di�Ces. �1n�ie dtnrn�, rmcl crli�t.r
{jC4'4G�S, Sl]CEl'}F�Y��3C14f3 It7€FISl]l"C5 5�18jE I]� Ei1 SCC6]"�317C� VdYE�l C��� iVt}1'��T C,�'}r��-r�f fixr.�,s' C,fAI�++f'ff �5�
C'icFy��'+���r�tn��1s 5le�r�•r�� Fif��zr�t�r��af�� fic's�_ ,��c�1�qg�rrrc�r�l_.Yr�c�c���ces fr�r� Cck�r3�fr���c���rf�i rlc��f��rt�c��. lill
wckrk, i77�t�ei;als. ����E �.c�u��,n3e3i1 r�ec�ssary In ��F�r�'lCj� t�]'ll�1i'!]'iil�' �r���ni� c�r�3�rixl sl�al! l�c c�rt�st�lcs'�d
��th��ilii,a�y [�, ll�e c.'sa�7[r�ct ;�tsd iyo �x�f� ��1y ����ll �,e g�ven f'nr !]7is �v�fk.
31. Cl_f'Y 1� U1�1*�I�E1F,[1 1`M'Ti��[�� �FIX� Gity sY�all �ur��itsl� lhe Fulkio���EM� i#cin� f�i- kl��' }�rtc�acti� }xr�lcs, m�s�
amis, ��il}iai4��s. Fa�til c;irr�lrc)ilc��`.� rlx �f�Kru•k1 ��n ilte ��ia�k�_ Tlse C�}a�111`aCki}r �li�i�I ��1'11vi4�C �4 w��ris�cn r��rti�sE
to M�_ i�7zm I;�r11, 'T�1�1l�R�' �c�vice� St��c�'ITtiEencit'itil, for lli�se r€�.a��x :�� E����I 7 ci�eys in aclva�ce oi' ihe
C'nn�rac�o�`'� �,ropust;ci �nsls�liatacrr� t€r�tc, �17e �',p17E1'�L`[[?i' $�iS�I �7ECiC a�t, �k�c�,c� iK�.�s ill ��71. {_,iti1's
v�ar�l�ir�u;c 1cF�G�tct�l a� ��f19 1���rley ����:, c�� �500 i3re��tX��� �irccL, lr�ns�r�rE. :Mn�l ir�wE:�11 itti�.m ?�i lhe
�r+�j��c,t los:;s�ic}�i,
I�hc [_. untrt�liFr will rr�sC��ll tl�e ��bine1 :�Tzi� �crmG»�te t3�c: field �r.+iraa��, `�'h� �'iCy ►vi�i iR�s[aE] t�nd �un1
ou �I�r 4;+�n�r+�llcr.
`�I�e i'nntracfc�r sh��l ftirn�sh ,��i o�l��.�r I�bor, ecl�ii�7m�n1. a�nt1 mr�k�rials for c�rns�n.icltt�n nf� E��� p�[�ject,
11ii �i�s}�cciio� sit�ll bc L�y 1�1e �,iiy t�i'F�ri I�Vo�th_
3�. E!{1.��'IfV� �_CTfi:f"fiT:�: ll �h�l! ��e f17� res��n��sihslity a.rt' t3sc ('a>tetr.�ct�rr �� ��:��strti�r�: th� �xiw�c�nce
o�', C[� v�:rily I�r�;�k�[��s�, i'IiV3�Gi}1JS} ai�d d3rr1�11�1o�i� +��-a��ace�yt 2�Idl[rr cnG�k#lac�irw�; ��t111t1e's in c�r�lc�f ihs�l
;�dj4Estn�ci�ls c:�n I�c rosc��. tie �7f41VlC�C 8[�i`,i�l�3SC i;1�3!'31kCCS. T�kC C*IlrklY3�t01' f:��ail pr�scrv� r��o{l pruic�:l
��G1�lic �aiilitsc� ��t ;�I1 �wMt��s dsM�`i;��; cnRk�i�u�.ti,�o�_ �,��y �lam��;e Is} 111k1111C:� r4;���llin�: 1'rt�m khc
�'ontr��Rt�r`s �wcai`k �1i;�11 1��• �•is�nrcc! a� 7�k�� ('t��Xtrxc:#c��'s cxpetXsc:, Pul�ii� sa4ili�icw sl�i�:ll I�c ncrl��ie�l
wh�rt ���t,pcs�cd �`�sc;�lwkic� �.{�nf�ici �vitkx existin� usil��kies,
C.Ofl�fSl:�4T tij�il�� c:iwSi�zli:E ���C ����ICfVk+lli�,' 41L��1��}' CU?l��#��111{'� �� �iD11C5 �N7{}I' C[1 [�411fl� �YUi�C �� �SIY IOG:��tUR.
i.on�r �'taf [��s
�r�ul��wesier� 13ci1
!�-E�l�.'i
!�� i]]"Cli 5 � �ili} � �
V4'�stcrn 1.lnto�r C'ablc
T[J T:'le�.lric
C'i[y �f-]��satl b�+�,rih VJater 1]i�,t�r�nlcni
(�i�y,�k i^srt# Wcrslk�-I'rans>>nrt�Ric�i3 ans! �uhlic 1�1crr�ss D�part�ient
P11,�rn�,ri� cs�rt���r�me� �er st�lcu7�s,
Melrc, (2 k�} 2C�3-34��
l-�U{�-344-i�;}77
I -S��k-�"��-� � I 1
.���1-�.���
�� ] ��} 93�- I {l3U
l -S{}{�-2 i3-�. ] 33
R71-fi?75
R7 i -#� ] {1(1
��� �fl}+ C.IE�' S]�' F{11 � Will'tEl wa�cr u��li#y �s ii�i Il��c ��i��iriity ,�l� a pr�r�x,�crl pc�le ti�lJClCtilfl{ly1 (441tI1111 3.�
f'crl.�, ih�,n il�f. (-"s��titr;ic.tor u�ill It:�rrd ckig lr� usrcnve� �kte w�s�er liiye a��d ��e�'ify �3r�yt tl�t �af'c}�r;a�{r,l �,olc
tUlll7C��Lt1{]T1 �41C8XIOri 15 48t15f#kCtQf']+-
I'agC �1-�7
`{'�e C.nnt��acior ,�;�� l hc �irs�ile �C}r 3�] 4�3TR'3o�5 C�{}fl� t0 Lk�lll �1�'-5 a� a rest��t u��ti5fF�er [+p�rt�kitrrl�.
33. C`D��TR�3CTI(]N:
i��i�!-I'lLY Iik:n�S 1�0. l-�L���l.l�l[� }L,}�T.} (:��tl.fF�F� 11�1C;:
l�I1 objcc:l���,alxle it;erns �vitliin tirc liir���� ,:�f ih73s ��ecaj��t a�tid M�ot oti�el�uisc prov3de�l �'ot� �E��11 }�c
rem�vc�! t�n�l�.r il�i� item it� accordartce �Ni�h SI�R��iar�! 5}}e�.ifi��4ic�r� It�r�a 102, "�'icarMn� a�{1
��in�b�,ing," ���i�w����r', M3�� direc� �aym�nl wall i,c �i'i��lr I�kr litiw wkt��a� �ncl il sl��ll i�c ��>��sic��:rr.tl
�ncid�.nt�� kck t�r�� �`o�ytr�+ct_
��c )�l-1'l��x I7'Fi��[ hlr�_ ?-�F'RiN�Lfiw2{� F{�I� r�U�T C�I�TRO�.=
A�] �pl�li4�,��l�lc �r�svi�ic�ri� t}#- SEHr:cjard �E�cc.i!'����itons I�ein �fYU, „�pran�:lin� �'{�r E��as� C'c��ylrs�l" sl7all
ap�sly, Howcv�r, nsr cl3rec# ��yrrret�� will i�c rr�r�de For II�» itcrn �n�l �t s€�all t}c� �:�rn�icxea-�;�� ancirlcnl�i! �a
this C;o�[rai4,
�rc��r�..=����r rr�t� ��_ � -_ �����rF�: ;���or� c�r ����rc�s. T�.��,s. �� ,:��r���� ��rr� sc�r�.:
lili �ropc�a�ty �lnri� �aitl ttdj:�ce�t tn t��e C:ar�krac�orFs c��ar�a�it�n� ii�c�I���iE�Mk Ccn�:�:�, l.��vTis, yit�[ls, �l�t�t�rs,
�r�es. cic, s��uEl �� �3T�SC]'���t� {rf i'C.SIQ�I'L� ��i��r c:onipl4��i�x€� �f f37� �v�,r� �v � cs�ndit�c}r� c�K�s�l or f�c:1E�:r
i17�« wxisiccl pri��r l�} �k�r� of wcxr�C_
l3y ardtua���c, i�hc C��nit�Cdnr mu�t o�Eai3� a�te�rntk fr[}m i��c C`ity E{��reslcr �e{'s3r�� r�n�� t�vik�lc (Irim3nan�;,
remov�l or rr�o1 pr�lxTr��} �.;,n 1�� du�yc nn trees or s11r�.ibs g�cr}vink r»i p��bli� pro�acrly i�tclXzcji�� s�eecl
i'1�,Eti1-{}i-wg�' anc{ ci�.�wi�waatct! ;�tl�:y�. �E'lris ��ernii� cai3 b�. ot,�a<«:�d L,y callin�, lh�� ��nr��t�v ��fit�c al
�71-573�. AC! trc�� x�'41T�{ �Its�al ��r. Ir1 C{F3T143�1�11C� wiil� pn.i»in�; �t��n��l�ircl� !of �'lass li !'r�mit�g as
descs�tt�ed hy El�c �I�i�on�il l�ra�ons� f��ss�ciatinr7. A co�y c�f' k3�ese s�a�d�rds ca.� �e prnvide� 1�y
c:��litE�}, kl7c aba���. ii��ntb+:r, 11i�y cl�ma�;c ��� E���i��i� trces due t� ne��i��.�1cc by I.hc �'un[ract�r si7ail iie
�����ww�il ��M�yg ikt�: cu�zent #'c,rniMoj�M ic�r �ltacl� �fre� L?V8�lY1l��bCl 'JS 4��IICtC� is�+ CI3C ��1��1Tka�iQllB� �O�.l�CV
t�f A��i�ni�rr;uiture. f'�yin�ni for n���i�;�n1 c�rirna�e �sa ��r�l�li�: Ir�cw ���a�� L�e ���ile Lc, �E�c i:iiy �,f F�rll
V�ori}z and i��ay 1ae ��ri#.��cs� fmm fimcf; cl��c #rr t1�e C:ontr��tor hy ilt� {�'ity,
Tc� axr�'vc;�� 1k�r ����ead t,i [he {);�4 ��rif4 fSarG};4o�, �11 tv��r�uds ur� L�ve C>a€c ait�l l�ed Oak irees s3�a�1 l�e
imr�i�cll;�t��y S�aECc� t351a1�, 8 COfC�]11Cr4:9sla }7r�117�f1J� ]��d111�, T�315 I� 1�]r �S�rly rtr�tance u+Yt��� �}tviiiir�! �}�ir�!
1S i`CC.{iTri[[��i�3Cd.
�ON-Pr1�f i��;[44 i���. ��- C'f�IJC:���'�['�, C'OL.C}RF.fI ��l��Pr'1c":T'
l�II C[]]ICfG�C: #14��V�'SE�C PEY173]l SLl��ii[.� S}lii�� �}d; t:{}�4l"#:iI �+�ail� 1..�T1-f(:)[�.l�R[)MF ua�lor ktia�5de�ter s�r �c��ki�l,
A I��ick �cil c:�.aor, � dry-s�tafce E�a3�d��ef �nuT��aL'r��1��a�d by �..,�i, Scataelci i's�n����ny or e����l. ���ai1 !�e
usc:d an ��4cord;�txc� ��+ill� �nanufs�t��r�.r's IfkSkR�G[101�u. CUi7STr�Ct�Fr �I�s�f[ ��7'����ide � sarr��l� cnr�crctc
�+�n�ic] <sl' t}n� �isca� 1>}+ c�r�e i{�nl by tl�rcc �nchcs ci�m�n�����'i, ���� u�}rrr CIIIi7C�ltiliJii s��r����t��+cd iyy Il�c
�:n��neer, mee�ing 11�c sr�car�zt�et�t�4>sy�d s��ectticakic�r�s. -I�I�� sarnr+�e, o�pt,n �,��r[r��xl t�F tEtc �;�ginc:er,
slia�l 1��. lhe :�c:c�plable s��nd�rd to I�� a�,pi�ed F'or all cansin.Gclir�n r�kvc�ci m titc: ��;4�pr. o#' #his �!{�n-
1'a}r I1�377_ I�If] �11'�.C:� ��i�S17t]l� V4i1� L�� lZ1:3L�� I'Of �1115 1Cl`.11l ai7d il sh�l1 b� c.���s�t�e�'cd irtc:�cl�rt[�I t�s if�ts
{'i���irEti�'.l.
�fl�e o��eiti�d o�'applic��sic�n �h�11 he I�y s�r�en, s�f��r, s�evc, or okl�c� mea3�s 3n nrdci ta providc fcrF a
ul I I � 411'E'Bk C{}�U1� {�]S�I7�.]kltdt��l,
�[�hl-I'.�l'�' I'T��_.i�p. 5 -- E:���TThlC.i._�CTl.1TIES:
Pag� �-10
• . . i
'���e �ac�tio�3 ����I 4lin�k�nsions �;��own o� t1�� p1�Mt�s rc:l.'�livc l� �xis�iu� �alilil�ics arc b�scd on �hc I�es�
ii�fnrn�aitan avail�l�lc, Il ���;�tl I��� lhc C.;t,nir:�cior's r��pc,nsibil�ty ln �e�il`� lo�{�iis�ns o� �,ti�a�en�
a�tdl�ir co�tl3iciing uiriit�cs suFlicscn�ly in aclvar�c� of 1i�e c�ms�rxi�t�vn proc�ss to peovide adeq�ate
�.learni�ces, -�71�: C'ui�trt�ct�r sY��l] l�kc� ,�I] ne4e�s�i� prc:c2�ulions E� pr�sKe�t a1l s�rvi��s enco�ar�lered_
h!� }�ay�t��nt wiEl bc n��y�kc for 1�R�i�ly �k�l,j4�slmcrits, SlnrM�lil �]�e �o��trac�,tor d��z-Eage s�rvice lincs dk�� �n
l�is tre�,;lige.nc�, tl�e ]�nes sE�a11 b�: re�raired a»�I itd��Rsleti �y 1 he C�an��-acl�or at ti�e C'o3�trac�or's �xrxei�se,
3�1. 1'�tY 1T�;NJS:
1'rilt'�' �: Nk;�� �,��EY.�I. 1�'4'F�►f.l.�►'i'![)fYS- Tl�e�e ��ic3 i[�.m� �c,r��ast r}f`l�few ��,�rn:i1 l���:�l��rEic�r�s
a4 ll�c .L�t�rs�clii�rx� O� 1�. �3ir��i� S�, � ���r1,r�;sJale ]�d_. �!, [�c;��:h �t,1 �k��lcy�.i��15cr l.�ci, ,�n4i �. !-iulcn
�� ! Led��tl�snr �1�, in acccarsla�tcc ��+iih lltic ��larws �i�il ��eciE"i��lic�rir;_ A�c�asu��cm{:ni .a«<1 �}a�ymen�
sl��y�1 be c�n 11�� l�:�sis �}� thc ��R�eE ��riccs lait3 ar�r� sl,a�] t]c• R3�t�! Cc�rit���nssilit�ri It}a` f'�arriisltiiiig �ll
ll��l�l'18�5, l�r�+l�;: r�<Ci.n�rmc,nl, iuhcrr. ���1 an)+ i�rs:ic3rn4al� r�c�:�:ssc�ry ic� t;4rmp1�:#c th� h+rc�tCt,
'�'�at'C�c �i�,�t�Gi in5�:�l�.�t�p�G ���1 l l�e EreF C�ar�rrc�l wiilti t�c�v �c{ui}��S�cT�c, sa�ane c�� l��c �aiu��ar t{�r���m��nl ��all
be {'o�rni�li4�cl iay i]�4 C�'«y ��f F��rk WtFs�lk�. `j��� [:cr�lir�cl��r �h;�ll rt:cc�Gvc khi� e"4�ptiF,n'i��l 1k 11t� ��ty`s
warek�c,tiset Ic,�:a1�4! «I 3�f11 H;u-�cy r1vc:, or �Sf�O F#rr��rt:��7 �trc:�.1 �nEj Ir��,�E�{�ri anc� ms1: li il at fF��
pr�a�ct si��. Arxy sal�ra��}ci a>E �u�t��csi �.q������r�e>>t sl�t�ll 1�c d�1«+c�cci 11� #h� C:�ty�s w;aa`�,31ous��,
Fage T]-€ I
�
PART E
SPECIFICATIONS
The City of Fort Worth's "Standard Sr�ecifieations for Street and �5torm Drain Constrzcciion" will gavern this
project, except as modified by the Conh'aci Docurnents and the pIans. A copy of these Standard Specifications may
he purchased at the office of the TransportatiQn and Public Works Director, 1QQQ Thzoc�arno�rkon Stzeet, 2°d Floor,
Municipal Building, Fort Worth, TX 76142.
"T�as Department ofTransnortataon Standard Specifications for Corrstruction ofHi�hways. S'treets and Brid�es ",
latest edition, are also referenced by the plans and Contract ➢ocuments for signal installa�ions.
"Standard SDecifcations for Public Wvrks Construction ", latest edition, as published by the North Central Texas
Counci� af Governnaents (NC"�'COG} shalI caver any remaining items nat included by the �ort Warth or TxDOT
Standard Specifications or modified specifically by the plans or Coniraet Documents.
�1
TRAFFIC SIGNAL SPECTFICATIOI�T
TA.BLE UF CONTENTS
�
SECTI01�
IiTUMBER
1.0
2.0
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.1�
2.11
2.12
2.13
2.1 �E
2.15
2.16
2.17
2.18
2.19
2.Zfl
2.21
3.0
3.1
3.�
3.3
3.4
3.5
3.6
3.7
3_8
3.9
DESCR�PTIOR'
GENERAL S�ECIFICATIONS �OR
CONSTRUCTION O� Tit�'F'IC STGNALS
MATERIAI.,S
General Notes
Traf�c Sig;aial Heads
LED Traffic Signal Lamp Linits
Traffic Sig�al Hsad Louvers
Traffic Si�al Head Mo�nting Hardware
Pedestz-ian Sig;naI Head
LED �ede�triaz� Signal Lamp Unit
Pedestria� Sigzaal Head Maunting Hardware
Pedest�-iaaa Pushbuttan Assemblies
Luminaires
Canduits and �elated Hardware
Microwave Vehicle Detectars
Videa VehicIe Detection Units
Detector Cable .
Mulii-Conductor Cable
Power Lead-in Cable
Grro�and Boxes
Traffic Signal �tructures
Foundations
Hardware Paint (Non Streetscape StructUres)
Graundiz�g Conductor and Grounding Rod
IlVST.ALLATION OF TIZAFFIC SIGNAL
COMPOlVENTS
Installation ofElectrical 5ezvice
Ir�stallation of Conduit
Installation of Cable
Grounding
Vehicle Detector Loop Installation
Concrete Founda�ion� for Signal Structures
InstalIation of Tra#'fic Signal Structures
InstalIation of Signal Heads, Pedestrian H�ads and Push
Buttpns
Controller Cabinet Preparation
Traffic Signal Specifications - Part E
City ofFort Worth �
PAGE
NUMBER
3
5
5
G
7
8
9
9
10
ll
12
12
12
13
�s
17
17
18
18
I8
24
20
20
zo
20
2i
23
27
27
28
29
31
31
Aprii 2001
Page 1
TRAFFIC SIG�TAL SPECIFICATION
TABLE OF CONTENTS
� �
��
��
I�
SECTION
NUMBER
3.10
3.11
3.12
a.a
5.0
6.0
6.1
6.2
6.3
6.4
6.5
7.D
7.1
7.2
7.3
7.4
7.5
8.0
9.0
10.0
11.0
12.0
DESCRIPTIDN
Insialla#ion af Microwave Detector Units
InstalIation of Video Detection Units
Installation of Emergency Vehiele Detector Units
INSTALLATION AND RELOCATION OF TRA�FIC
SIGNS AND DAMPERS
PIZESERVATION OF LANDSCAPING, SPRINKLER
�YSTEMS, AND PRNATE PROPERTY
REMOVAL OF MISCELLANEQUS TT'EMS
Removal af Traffic Signal Equipznent
Remaval and Replace7rz�ent of Curbs and Walks
Removal of Foundation.s
Rezx�.oval of Ground Boxes
Reia�.aval of Signs
SAMPLING AND TESTING
General No�es
Concrete
Vehicle De#ector Loops
Signal Cables
Controlle�- Cabinets
WARRANTIE�/GUARAI�ITEES
TRAFFIC SIGNAL MAINTENANCE DLJRING
CONSTRUCTIQN
BARRICADES
PAYMENT FOR FURNISHING AND INSTALLING
CONTRACT TTEMS
EXPERIENCE AND QUALIFICATIONS
Traffic Signal Specifications — Part E
City of Fort Worth
PAGE
NUMBER
32
32
32
3Z
33
33
33
33
34
34
3�4
34
34
35
35
35
35
36
37
c
i'
�
Apz�12001
Page �
TRAF�'IC SIG�TAL SPECIFICATIONS
1.0 GENERAL SPECIF`ICATIal�TS FOR CONSTRUCT�ON OF TRA�+"FIC SIGI�ALS
1.1 This specifica�ion, the General Conditions and the Special Provisions for canstruction in the
City of Fort Worth (the City), where applicable, shall govern the materials and installation
oi traffic control signals, including illumination, at the intersections. In the event of a
conflict, the p�an set and detail sheets shall canbAol.
1.2 This project shall consist of installing materials and equipmenf necessary to complete the
traffic signal at locations as set out in the canstruction plan set. The Contractor shall furnish
all required maierials and equipment not provided by the City, and shall install and shall
activate cornpleted signals andlar signal systems in t�ie sequence specified by khe Ciiy
Tza£fic Enganeer. The City will issue the anticipated sequence of work locations at the time
the Notice to Proceed is issued.
1.3 All installation work shall be in accordance with the applicable sections of ihe National
Eiectrical Code (NEC), local ordinarices and regulations, these specifications, the sta�dard
detail sheets accornpanying the plans, and those applica�le sectaons of the City's �.f�.nc�acd
�necificati�nS fnr �treet and �tnrm 1]ra.in C'.nn�f.ri�r,tinn. It1 the event that these
sp�cifica�ions should be less restrictive than the NEC, th� NF.�C�.Xl�r�vail. Any deviation
from these specifications or standard detaii sheets shall be considered unacceptable unless
authorized in writing by the City Traf�ic Engineer, or designee.
All workmanship shall be of the higl�es� qua�ity. Finished wark shall be neat and
uneluttered in appearance. The City vvi11 have the authority to bar from this project any
Contractor's employee whose work is judged substandard and unacceptable hy the project
City Inspectar with appxoval of the Ciiy Traffic Engineer. Tl�e Contractor shall schedule his
wo�rk so as to cause the mivai�mum inteafezence with traffic and the aperation of the existing
signal system. Existing signals may �e shut d�wn for modification and/ar equipment
installation only with the approval of the City Traffic Engir�e�r or his designee �c+:ith a
rninimmm �f4R hnur nntice_
The Contractar's responsibility in zegard to Traffic Sxgnal installation wark s�all consist of
the following iterr�s: ,
(A} Furnishing and installing signal equipment including: signal sbructures, canduits,
ground boxes, signal head assernblies, detector units, AC service, canductars,
concrete, reinforcing steel, fozir�.s far sf�ru.cture faundafi.ons, grouting materials,
painting materials, detector loop saw cut and seali�g materials, sig�s, misce�Ianeous
nuts, bolts, and washers, and aIl other miscellaneous equipment as required ta
complete the project, including all necessary banricades or devices required to
maintain proper traffic contro� in accordance with tbe Tcxas Manual on Uniform
Traffic Control Devices {TMUTCD).
Traffic Signal Specification� — Part E Apri12001
City of Fort Worth Page 3
(B) Installing and connecfing eqnipm�nt supplied by the City.
(C) Maintaining e�sting txaffic signal operations including providing a11 materials and
labor.
(D) Remaving and salvaging existin� tra�fic signal equipment as designated in �hc plans.
{E} It shall be the respQnsil�ility of the contractor to perForm the follovwing at no
additional compensation:
i. Prevent any praperty damage to property own�r's poles, fences, landscaping,
znailboxes, etc., and repair any datnages.
2. Provide access to all driveways during construction.
3. Protect al1 underground and oeerhead utilities, including sprinkler syst�ms,
and repair any damages
I.4 The Contractor's respansibility for correcting �ny substandard workmanship and/or
z�naferials sha]1 extend for a period of twenty four (24) znonths frarn the date the sigual is
accepted by the City. This workmanship az�d materials sha11 incIude, but not be iimited to,
signal pale construction, signal head a�sembly, vehicle detectpr loops, ground box and
cflnduit installation, signal he�d and cable installation.
1.S The Co�iractor shall coordinate with the Inspectar to have a qualified technician on the
projact site when the traf�ic signal is placed into operation.
During the thirty (30) day test period, fihe City sha11 be the first respond to any trouble caJls.
If thE City Troubleshooter determines thai the repairs are the result of pooz- worlflnanshap,
the Contractor sha�l camplete the repairs. The Cont�-actor sha11 provide a loca.l telephone
number (not subject to frequent chax�ges) where trouble calls are to be received on a 24 hour
basis. The Contxactor"s response time to reported calls shall be within a reasonable travel
time, but not more than two (2) hours m�izxa.um. Appropriate repairs shall be made within
24 �ours. It', afte�r �i�r�her diagnosing the problem, the qualified techriician deteilnines the
proble�n is in the equipment supplied by others, #he Contractoz shall notify the Tnspector.
NO EXTRA COMPENSATION WII,L BE ALLOWED FOR FULFILLING Ti�
REQUIREMENTS STATED ABOVE.
1.6 The City of Fort Worth, Traffic Services Division will furn:ish the ixaffic signal contro�ler
and cabinet. The Contractor shall connect all faeld wiring to the controller assembly. The
City vvi11 assist in dete�nining how the detector loop l�ad-in cables are to be connected in
the cabinet. The City wi11 program the contralle�-, the conflict monitor, detectar units, and
other equipment in the controller cabinet and tui-n on the traffic sigr�als. The contractar
shall obtain the signal cabinet from the City of Fort Worth, Traffic Services Division, 3403
Harley Ave.
The Contractor shall notify the Inspecior at least 3-working days prior to picking up the
control�er cabinet.
Traffic ,Sign.al Specifications — Part E Apri12041
City of Fort Worth Page 4
1,7 The locations of traffic signal foundations, bases, canduit, detectors, etc., shown on the
plz�ns are approximate. The Cont�actor sha11 give the Inspector 48 haurs notice of his
intention to establish the f nal lacaban of any fatxt�datioxas, bases, conduit, detectors, etc.,
and have the Iacatiot�s approved on the ground by the Project Engineer or 1us duly
authorizad regresentative.
1.8 The location and depth of alI utilities shown on the p�ans are approximate and ihere may be
other u�own utilities existing not sho�m on xhe plans t�at should be field verified and
pratected by the con�'actar prior tv �he start of construction. The cantractor sha11 contact the
following utility companies 48 hours prior to doing any work in the axe�:
a.. Dig Tess 1-800-34�4-8377
b. CityUtilityMains (Water, Sewer) 817-871-8275
c. City Tra.#'�c Signals, Streat Light� and Storm Drains 8i7-871-81Q0
d. Ck�arter Cable 817-246-5538
e. Southw�stern Be�l Telephone Enterprise 98D0
f. AT&T 1-SOQ-878-8711 �
g. Western Union Cable 21�-939-193p
h. TXLJ Electric 1-800-233-2133
i. TXCT Gas 214-263-3444.
1.4 �Vhenev�r �he vvork provi ded for and contemplated under the contract has been fo�nd by tl�e
Inspector to be completed to his 1 her saiisfaction on any individual signalized in.terseciion,
� ar interconnected system oi signalized intersectioms, as shown in the plans, final cleaning up
af saad sxgnalized intersection has been performed and the traf�'ic sigr�al equipment supplied
? � by the contractor has operated continuously for a z�nir�azun af thiriy (30) days in a
satisfactory manner, the Contractor will be released from further maintenance on that
particular intersectian. Such partial acceptance �rill be made iri writing ax�d shall in no way
void or alter any terms of the cont�act.
2.0 MATERIALS
Z.1 G�neral Nntes
2.1.1 It is the Cantractar's responsibi�ity tv fiunish all materials necessary to complete each tiraffic
signal installation, whether the item is specifically mentioned or not. All unspecified
IT17�E�1�5 {i.e., electrical tape, bplts, and nuts, etc.) shall meet the requirements of the
National Electrical Code. All materials suppIied by �the Contractor shall be new
un-depreciated stock.
2.1.2 Certain sectionis of these speczfications li�t examp�es of acceptable brands a�d model
nuxnbers of the items described. Items of equal durability, performance, and design ix�.ay he
substituted upon Ciiy accaptance. Bidders may be required to subxnit ta the Tra�fic
Engineering Di�r�sion information on materials they desire to furriish and install. A�ax
arrantv sha�l be required on all other ec�uipment furnished. A list of ci�ies, towns, e#c.,
Traffc Signal Specifications — Part E Apri12041
�ity of Fort Worth Pa�e �
where the equipmen# being �id has been in field serviee for at least two (2) years may be
� required by the City of Fvrt Worth for re%rence. The �ist sha1I conta�n names and phone
' nurnbers of persons who can be can.tacted foz' st�ch reference, If the guidelines listed above
are nof inet, �ie bid and the equipment sha11 not be accepted. .
� 2.l .3 Tf more thari one unit of a given bid itern is required, then the Contractor shall ensure that al�
units are the product of one manufacturer, tiull.ess oth�rwise directed by the City Traffic
j Engineer or design�e.
2.1.4 All materials furnished by the Contractor shall became �e pxope:rty of the City of Fort
Warkl�, effective upan successf�l cornpletion of a 30 day test period. Except for materials
suppliad by the City, the Contractor shali have �'ull responsibility for materials until the date
of acceptance with resp�ct to daatz�age, theft, or loss.
2.1.5 Priar to final acceptance by t1�e City, the Contractor is responsible #'or removal, replacement
and reinstallation of any damaged zz�aterial at the Contractor's expense.
2.2 Tra�fic Signa� Heads
Each traffic signal head supplied shall meat the follawing requirernents:
2.2.1 The housing and doors of the signal head shall be mad� of die cast alurni�zwm allay in
accordance with A.S.T.M. 5pecificatian B85-57T. Sandcast aluminurn alloy shal� be
used for other parts of the signal head if in accardance with A.S.T.M. Specification B26--
57T. The visors sha11 be fabricated fram alun�ir�um sheet canfo�ing to the A.S.T.M.
Specification B-209-57T. All miscellaneous parts such as hinge pins, lens clips, lackiung
devices, eic. shall be made of a non-corrosive rnaterial.
2.2.2 The housing of the signal heads shall be constructed af interchangable sectians. All
exterio� mating surfaces shall be flat ta assuz-e waterpxoof and du�t-proof as�embly of
sections. The top and bottorn of the sections will have an opening approximately trvo (2)
inches in diarneter to permit the entrance of on� and a 1�a1� (1-'/Z) inch pipe nipples. Each
secti�on shall ha�ve senrated openings or equiv'alent, for providing a positive and lockEd
positioning of signal sections when used with serrated mast arm or span wire rno�nting
brackets.
2.2.3 The c�oor and lens housing shall be equipped with a�vatcrtight and dust-tight znolded
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 scz'ews
will be furnished on each dovr for apening and closing vvithout the use of special tools.
These hinges a�d sc:rews shall be of such design as to allow even gasket pressur�.
2.2.4 Each signal head section shall be fuanraished with a detachable tunnel type visor unless
otherwise specified. Vasors shall be a minimurri of ien (�0} inches in length {dept�} for
twelve {12) inch sigrials, or a minimum of seven (7) inches in length (depth) for eigh# (8)
inch signal heads where specifcally cail �ox in the constr�etior� plans. Visors shall be
attached fo the door assemblies in a manner that facilitates field rEmoval and installation.
Traffic Signal Specifications — Part E Apri12001
City af Fflrt Worth Page 6
Visors shalI be fabrica#ed from aluminurn and sha11 not fQrm a complete clarcle and shali
have the �ottom open, unless Iouvexs are ;required.
2.2.5 Traffie siginal refractors or lenses shall be furtiished in the standard Red, Amber and
Green configuration as spEcified by the TMLfTCD. All lenses shall be designed and
eonstructed to meei ar exceed the color arid light distribution specificarions established by
the Institute of Traffic Engineers (ITE Report #1) an,d the .American Siandards
Association {No. 10.1-1958 UDC 6Sb.457).
2.2.6 Lenses shall be constructed o� glass and capable of withs#ancling continuous illumination
with a 154-watt lamp in tvvelve (12j inch signals and a 90 watt lamp in eigkrt (S} inch
signals. A clear, durable and unmistakable rnarking shall be p:rovided on each lens as to
its prvper orientation (top or botfom).
2.2.7 Traffic signal reflectars shall be a one piece, spun aluminuxr�, assembly �reated with an
ALZAK process. Reflectors shall be z�aounted either on the doar or housing of the signa.l
section i� a max�er #hat will facilitate larrtp replacernent. The reflectpr shall conf'orm to
the requirements of the Institute ofTraffic Engineers Report #1.
2.2.8 The la�r�p sockets shall be insulated and shall be adjustable for posit�oning the lamp
filament without using tools. The receptacle shall pre-focused by securely holding the
Iamp center at the facal poiz�t of the reflector. 1'igtail leads shall be provided from the .
socket �o the terminal bloek provided within the signal head.
2.2.9 A ferminal blocic shall be provided with eaeh signal head for facilitating fieId wiring. The
pigtail leads from the lamp receptac3es shall be caz�nected to a cominon terminal block
w�tkxin t1�e head assexr�bly. Each terminal block wilI be at least a six (b) posit�an, twelve
(12) terminal strip securely fastened at both ends ta the sig�.al housing.
2.2.10 JAll traffic signal heads shall conform to the requirements o� the Tex�� Manual [�
iTnifnrrr, C'nntrnl l�Pvics, 14R�1 in cnlor and ar��gernent. The housing and ouiside
sur�ace o� the visors sha.l.l be "Federal Ye11ow" in color. The inside surface of �crisors shall
be a"Dull" or "Flat-black" color. The outside surface sha11 l�ave a nainimum of iwa (2}
coats of baked chrome yellow enamel (TT-C-595E1310), Munsell natation O.YP
47/15/3, per FAA Specification L�802-B and ASTM D 1535.
2.3 LED Traf�c Signal Lamp Unit
2.3.I This specification describes the minimum acceptable design and performance requirements
for a 12 in. {304n�.�n) or S in (200 mrn) LED (light emitting diode) traffic signa� lamp unit.
The equipment furnished shall conform tn these Specifications. Further, the equipment
sha11 con�ozm to the applicable requirements of: the Underwriter's Labaratory
Incor}�arate (UL); the American Society far Testing and Mafierials (A.STM�; the American
Standards Iustitute (ANSI); the National Electrical Manufacturer's Associa�ion (NEMA};
ar�d other applicabie standards and specifications.
(A) The LED trafftc signal lamp uaait shall be designed to retrafit existing traffic signa]
housings without the use of any special tools.
Traffic Signal Specificatians — Part E Apri12001
Gity of Fort Worth Page 7
(B) Installation of a retrofit replacement LED traffic sign.al larnp unit into an existing
si$nal hausing shall only require removal of the existing 1ex�, reflector, and
incandescent �arnp, fitting of the new �unit s�curely in the housing doax, and
connecting to existing elect�ical wiring or terminal block by means of simple
cannectars.
(C) If proper ori�ntation of the LED unit is reguired for optimum perforrr�ance, a clear,
durable and unrnistakab�e marking sha11 be pxavided an each lens as to its proper
orientation (top or bottom).
{D) The rnanufacturer's naa�ne, serial number and ather necessary identi�cation shall be
permanently marked on the backside of the LED traffic signal lamp unit. A label
shall be placed on the unit certil'ying compliat�ce ta ITE standards.
2.3.2. Physical and Mechanical Requirernents
(A) The LED traffzc sign.ai �a�p unit shall fully conform #o Institute of Transporta�ion
En�eers (�TE) Equip�ent and Materials Standar�ds, Vehiele Traffic Control
Signal Heads (VTCSH) part 2: LED vehicle Signal Modules and Te�as Department
of Transportation (TxDOT) latest specificatios�.
2.3.3 Dacumentation Requirements
(A) Each LED traffic signal lamp unit shall be pra�rided r.vith the foltowing
docu�nentation:
(1) Coz�nplete an.d accu�rafie insta.lIatia� guic�e.
(2) Contact narne, a.ddress, and telephone number for the representative,
manufacturer, or distributor far warranty repair.
(B) � A copy o�' a test report certif ed by an independent la�arato�ry thafi the LED traffic
signal lamp model submitted meets all the req�irements of these specifications m
accordance with ITE VTSCH Part 2.
�.4 Signal Head Louvers
2.4.1 Louvers shall be provided far those signal sections indicated in the plans. All lvu�ers
shall he of such design as to provide visibi�ity of the lens for the intended �ane of traffic
as inclicated by the plaz�s anci b�ack visibiiity ta all other lan.es.
2.4.2 The intemal arrax�gement af each lauver shall conszst o� 5 vanes or 7 ba�Iles w�ith 7 degree
cut-off right of c�rner, or unless specifically ca11 for in the plan set. All louvers or baffles
shall have a flat black finish. Each lou�er or baffl� sha11 be of suitabfe weight and size to fit
inside the full cixcle �isor iurnished for the in�ended signal sectzon.
2.4.3 Louvers shall b� secured by rivets to the visor. Baffles sha11 be secured by sponge O-rings.
Traffic �igrial5pecifications — Part E Ap�i12001
City of Fort Worth Page 8
�.� Traffic Signal Head 11�Iountin� Hardware
Each mounting hardwara assembly shall be a universaIly adjustable signal bracket, meeting
the fal�awing requirernents listed below:
,i
2.5.1 The brackei shall allow for tra#'fiic szgnal head arotation about the bracket axis, rotatzon abou#
#he supporting member �is, rotativn on the vertical prane, and sliding of the support tube
against the bracket cannecfion point on tlae supporting znember.
2.5.2 The bracket shall be attached to the supporting structure with a stainless steel band or cable
capable of withstanding 104 KSI tensile stress.
2.5.� The b�racket attach�r�ent to ihe signal head shall assume rigid coruiection through the ends of
the signaI head and fit the brand of signal head supplied by the Contractor on thzs project.
2.5.4 The bracket shall be of the iype ta accepi the number of signal sect�ons specified u� the
�lans for each signal head.
2.5.5 Both arms of the bracket sha11 be cast fram alunr�inurn alloy and be secured about their
rotational axis by set screws. The arm on one side of the tube sl�a�l be intez�ally �hreaded to
accoznnaadate the threaded support tube.
2.5.6 Tl�e entire assembly shall be capable of securely supporting a sign.al head under SO mph
wi�d loading conditions on the attached rnernber.
2.5.7 A�1 paa-ts used in this assembly shall ba made of co�rx-osion resistant material or be caated
with a corrosion resistant finisk�_
2.5.$ A wiring channel or path sha11 be �aravided that allows the wiring frorn the supporting
rnember (signal arm or pole) to the signal head to be campleteiy cancealed within the
mounting assembly.
2.5.9 Each bracket shall be furrrished complete with the necessary hardwa�re for installa�ion on the
si�nal supporting member.
2.6 Pedestrian Signal Head
Each pedestrian signal head ;n.u�t meet the following requirements:
2.6.1 The ��si,tn»m dimensions of the signal head shall be:
18 112 iY. (470 r�) wide
18 3/4 in. (473 mm) high
9 in. (230 mm) deep.
�malle�r sized pedestrian heads maybe specifcally called �'o:r in the construction plan set.
Traffic Signal Specif caiions — Part E
Czty of Fart Worth
Apri12D01
Page 9
2.6.2 The hausing and dooz's af the pedestrian head shall be made af die cast aluminum alloy in
accordance with A.�.T.M. Specification 885-57T. Sandcast aluminum alloy shall be
used for oth�r parts of the signal head if in accordance with A.S.T.M. Specification B26-
57T. The casing af the head shall be a one piece with four (4) integrally cast hinges to
provide for operation of a swing open door and thumb-scxew Iocking devices. Tl�e casing
shall be yellow in eolor.
2.6.3 Each pedestrian signal door shall be designed with. adequate hinges and Iatch slots to
provide swing open. daor operatioxz and thumb-screw Iocking devices.
^ 2.b.4 All associated pins, scz�ev�rs, bolts, and nuts shall be made of stainless steel materia� to
' resis� corrosion.
�;
2.6.5 The ent�re signal head as�eimbly shall %rm a dust and weatherproof unit after installatian.
2.6.6 Each signal head sha11 be compatible with the rriounting hardware as stated in these
speci�icat�vns.
2.6,7 The optical unit s1�a11 include polycarbonate lens designed to display a unifarm, bright
altennate symbol n:�essage hand for "Don't Walk" in portlar�d orange and the symbol man
wa�king for "Walk" in lunar white.
2.6.$ - Each pedestriar� head shall include a 1-ll2in. (40 mm} deep polycarbonate egg crate visor
u�ith impregnated flat black colar, designed to e�iminate ihe interference af sunlight and to
allow clear visibility af the rnessages.
Z.i LED Pedestrian Signal Lamp Unit
LED pedestrian indications xnust meet the %Ilo�ving requirernents: The equipmEnt
iurnished shall conform to these S�ecifications. Further, equipznen� supplied shall
canfornz to the applicable requireYnents vf: the Underwriter's Laboratary Tncorporate
(UL}; the American Society for Testing and Maierials (ASTM); the American Standards
Institute (AN�n; the National Electrical Manufacturer's Association (NEMA); and other
applicable staradax-ds and specifications.
2.7.1 General
The single combination WALK (man) and DON'T W.ALK (harzd) LED unit shail be
desigr�ed to retrafit existing pedestrian szgnal housings withaut the use of any special tooIs.
(A) Installation af a retrofit replacement LED tra�fic signal lamp unit into an existing
signal housing shall only require rernavaI of the exz�ting lens, reflectors, and
incandescent lamps, fitting of the new unit securely in the hausing door, and
connect�ng to existing electrical vviring or ternlinal block by means of simple
COIll1�CtOTS.
Traffic Signal Specifications — Part E- Apri12001
City of Fart Worth Page 10
t B} If }�roper orientation of the LED tuut is required for optim�am performance, a c�ear,
�iurable and unmistakable marking shall be provid�d on each l�ns as to its praper
orientation {top or battom}.
(C) The ;nanufacttirer's narne, serial nurnber and other nec�ssary identification sha11 be
per�nanently marked on tJ�e bac�side of the LED tra.ffic signal l�np unit. A iabel
shall be placed on the unit csrtifying compliance to 1TE standards.
2.3.2. Physical azad Mechanical Requirements
� (A) The LED traffic signal larnp unit sha�l fully confonn to Institute of Transportation
I Engineers {ITE} Equipment and Mate�ials Standards, Vehcicle Traffic Con1�ot
� Signal Heads (VTCSI� part 2: LED vehicle Signal Modules a�d Texas Department
' oi Transportation (TxDOT) Iatest specification.
2.3.3 Documentation RequirErnents
(C) Each LED traffic signal lamp unit shall be provided with the following
documentation:
(3} Complete and accurate installation guide.
{4} Contact name,� address, and telephone n�rnber for the representative,
manufacturer, or distributor far �rarranty repazx.
(D) A copy of a test report certified by an independent Iabaratory that the LED #raf�ic
sig�nal lamp rnodel submitted meets all ihe requirements of these specifications in
accordance with ITE VTSCH Part 2.
�.� Pedestrian 5i��a! Head Monnting Hardware
Each pedestrian signal head mounlirtg hardware must �eet the following requirements:
2.8.I The pedestrian signal head mounting hardware shall be the clamshell mount t}rpe.
2.$.2 The subject nc�ounting hardware sha11 be a two piece, cast aluminum allay assembly. The
two separate casiings shall be jozned in the final assembly by the use af stainless steel
spring pins_
2.8.3 The pale half afthe assembly sha11 be designed to adapf ta a wide xange of poie
canf gura#ions (4 inch minimum diameter).
2.8.4 Unzt construction sl�all allow band-it type mounting. Band-it type mounting shall be
per�nitted by two recessed siots near the top and bo�tom of t1�e pole half of the assembly.
2.8.5 The pedestrian assembiy shall be capable ofbeing mounted on the pole by lining up the
mounting pins of the pole half with the rnouriting ears of the pedestrian assembly �nd
Traffic Signal Specifications — Part E Apri12441
City of Fort Worth Page 11
iowering it into �osition.
2.$.6 Three s�ts of scx-ew terminal pairs shall be located on a�erminal block in the upper third
of fhe head half of the ciamshell assemb�y.
2.8.7 A clased cell neoprene sponge gasket shall be provid�d on the mating surfaces of the two
. halves of the assembly to compete the rain-tight construction.
�.9 Pedestrian Push Bptton Assemblies
2.9.1 Pedestrian push buttons shall be constructed of one piece cast alumi�nwm, and include a push
button switch, sign fram�, and sign.
'' The push button shall be activated by a minirYum of 2 in. {SQ znm) convex, ADA cornpliant
plunger. The plunger shall be designed to deter vanc�alism. The push button hous�ng and
sign frame sha.11 have a federa� yellow, corrosion resistant finash. A 3/1fi in. (Srnm) drain
; hole shall be prQvided or� the bottom of the housing assembly.
2.9.2 The housing of the pus�. button switch shall be completely dust and rnoisture zesistant.
2.9.3 The sign fratne for each assembly shall accept a rr�mum 5 in. x 7in. {130 mm x ISO rnm)
Slg[l.
29.4 The sign shall have a white zeflecti�e background with black lettering and borde�r xr�eeting
the graphical and texiural requirements as specified on the plaras.
29.5 Curved back assernblies shall be pravided %r rnounting an raund poles of 4 in. to 15 in.
{i00 mm to 380 mm) in diameter.
29.6 Ali signs shall have biack two-way direetional axrows.
2.10 Luminaires
2.10.1 Wkxen luminaires are to be installed on steel mast ar�n pales, a separate fuseiron link shall be
pravided i� the signal pole access comparhnent. The canductors from the pole base to the
l�minaire shall b� #8 XHHHW wzre. Luzninaires shall have a multi-tap (120 / 2�0 valt)
ballast.
2.10.2 The luminaire head sha11 be a`cobra' type with drop lens. Each unit shall come vvith a phato
cell switch mounted on the tvp. Each Iu�ninaire shail contain a 200 watt high pressure
sodium bulb.
�.l.l Conduits and Related Hardware
2.11.1 Conduit: All polyvinyl chloride canduits, inc�uding elbows and couplings sha11 be schedule
40 PVC co�duit, con:Fonming to Federal Specification W-C-109� and Underwriters'
Laboratozies, Inc. Standard UL-651. AIl conduit sizes shall be as iridicated on the plans.
Traffic Signal Specificatians — Part E April� 2001
City of Fort Worth Page 12
2.1 �.2 Rigid metal: Rigid metal condtzit shall be steel, h�t-dipped galvanized inside and outside -
2.11.3 Weather heads shall be made of al�ninum and may be the tl�readed or the clamp on type.
�.1� Microwave Overhead 1 Side�moun�ted Vehiele Detector
2.12.1 Generai
{A} This item shall govern for tl�e minimum acceptable desig�n and instalIatior�
� requirements far an overhead or side-mounted microwave vehicle presence
,. detector. All equipment required to interface with a traff c signal cantroller will
be sut�sidiary to this pay item.
(B) The uz�it shall detect the continuous presence o�' every type of vehicle.
;� (C) Th� horizon#al range far detection shall be from a minimum of 1 ft. (300 mm) to a
ma.xim.urr� af 80 ft. (24,400 mm) at a mounting height of 20 feet.
(D) Th� sensor shall be able to hald the detection until the zone is cleared.
Additionally, the sensor shall be able to tune-a�t stationary iargefs that remain
within the d�tection zone for a minir�num prograrrur�able time with one {1} minute
resolutian from one (l.) to thirty (30) minutes. �
{E) The se�asor shall self tune to its detection zvne with no external adjustrnents other
tlnan physical alignrnent after the ini�ial set-up. There w�11 be no tuning controls of
any kind rv�ich will requize an aperator once ihe nnit has been properIy installed
with the set-up soflware.
(F) The de�ector antput �ust be directly compatible with th� controller cabinet
detector inpu#.
(G) The detectar shall be capable of continuous ope�ation over a temperature range of
-35Fto+IbSF{-31 Cto78C).
2.12.2 Funetional Requirements
(A) The micrawave unit xnust have Federal Communications G�m�nission (F.C.C.}
certification. The FCC-ID number must be disp�ayed o�. an external label. The
detec#or will operate at a frequency, as allowed under the F.C.C. Rules, Par�t 1S.
(A) Cabinet power utilized by a detector power supply wi11 range from 90 to 135
VAC. The detector wilI be self-contained. The power supply shall be arx integral
p�rt of the unit. External power supplies sh�.11 not be allovved.
(C) The unit will have an electro�mechanical SPDT relay to send a signaI to the
controller.
Tra�ic Signal Specificatior� — Part E Apri12001
City oiFort Worth P�ge 13
� (D) No component shall he of such design, fabrication, nomenclature o�r ot,her
identifica#�o� as to preclude the �uzchase of said component from any wholesale
� electrox�ic distributor. _
(E)
(F)
{G)
{H}
The ur�it must employ a circuit for power failwre to put the relay to a fail-safe
position (recall) during a power faailure.
'I'ka.e detector must have a xnonitoring circuit for the transceiver that wi11 change
the output relay ta the �ail-safe position in the event of a companent failure.
The detector sha11 work eitber as a side of the pole mounted de�ectaz ar as an
overhead mounted detector at a height range o�' 12 ft, to 24 ft. (3654 mm Eo 730Q
murzi).
All set-up and diagnostic saftware shall be prowided to run on a Windaws 95,
Windows 98, or �indaws NT based aperating systern.
2.12.3 Mechanical Requireznents
(A) Each sensor shall �ie ez�clased in a finished fabricated plastic and aluminum
chassis with a minimum 4 in. (100 mm) wide by S in. (130 mm) high frant plas�ic
panel. The front plastic panel shail be constructed of a hi.gh.irr�pact plastic that
covers tbe openizag in front of the antenna.
(B) Each deiector chassis will be water resistant without the use of silicone gels or any
other matenial that will deteriorate �nder prolonged exposure to ult�-aviolet rays.
(C) The printed ciz-cuit board shall be coated with a solder mask matarial that reststs
moisture and fungus. The saldex rnask shall have a si�k screen to pravide a]abel
for each component on the printed circuit board.
(D)
(E)
(F)
The sensor sha11 be furnished with a bracket designed to mount dixec�ly to a pole
or overhead mast-ann structure.
The sensar shall interface with the set-up soflwarc via a RS-�32 port with a baud
rate of 120Q.
The m�imurn size of the deiector shail he:
Height: 8.40 in. (204 mm}
Width : 4.25 in. (108 mm)
Depth : 10.50 in. (270 mm)
2_12.4 Functional Tests:
wl mounting bracket
{A) The rnanufacturer will test al� micrawave units ta insure compliance to all F.C.C.
and �epartment specifications.
Traffic Signal SpEcifications — Part E Apri120Q1
City of Fort Worth p�.g� iq
2.12.5 Soflware
(A) The set-up svftwar� sha11 be menu driven and shall utilize a Windaws 95,
Windows 9&, or Windows NT type forn�at for aperating the soffivvare.
(B) An on-line help shall be prov�ided as an integral part of th�: system saflware.
; (C} The operator shall be able to per�'orm the following functions �ough the set-up
sofiware:
1. View a detection o�tput from the unit.
2. View a low microwave signal from the uxut.
3. Program the average intersection cycle time iur� the
set-up software.
4. Program the presence time-ont in one (�) minute intervals from one (1} to
�hirty (30} minutes.
� 5. Program a delay time from zero (0) to twenty-five (25) seconds in on� (1)
second inter�rals_ Q = of�
6. Program a delay inhibit time from zero {0} to twenty-fi�e {25} seconds in ane
(1) second intervals. 0 = off. �
7. Provide a quic� re-tune feature for re-tuning in an expedited iasiuon under
ideal background conditions.
(D} The operator shall be able to perfarm the follawing advanced pxogram fianctions
throngh the set-up sofiware:
1. Select and program a new sensor I.D. foz� each sez�soz.
2. Program a response time for the sensor.
3. Program a. hystez'esis value frozxz a selection of:
Law, Medium, or High
4. Program a profi�e value �ar each sensar.
{E) The operator shall be able to view the signature of the nnicrowa�e and tl�e
deviation parameters o� the z�r�icrowave for each sensor thraugh the set-up
sof�waxe.
2.12.6 Documents
Traf�ic Signal Specificatians — Part E April 2001
City of Fort Wor�h Pag� 1�
Tbe Manufacturer sha11 supply an hardwaxe installation guide and a svflware set up and
user manual.
2.�3 Video Detectio�a System
2. I3, i This specification describt;s the mi�imum acceptable desigtx and performance
requirernents fvr a�+ideo detectian system to be fumished and installed in the City of Fort
Worth, Texas for the Transporta#ion and Public Wvrks Departm�nt. The Cantracior sha11
furnish alI la�or, materials, equipment and incidentals necessaxy to provide a video
detection system.
2.13.2 Th� equipment furnished shall cox�foz-m to these Specif cations and conform to the
applicable requirerr�ents of: the Underwriter's Laboratory Incorporate {iTL); the American
Society for Testing and Materials (ASTM}; the Americax� National Sfax�dards Institute
(.ANSZ); the National Electrical Ma�ufacturer's Association (NEMA); The Instiiute ai
Transportation Engineers (ITE), and ather applicable standards and specifications.
2.13.3 Tl�.e Contractor shall �uznish az�d install a iunctional Video Detection System. The
system shall detect the presence of vehicles on all approaches of the intersection and be
op�rationally compatib�e with controllers and conflict �z�onitors currently used by the City
of Fort Worth.
'i
2.13.4 The Video Detectxon System shall be equal or equivalent to the iterns listed in itern 2.13.7
below. Any video detection system proposed by the Contractar must meet all fiinctions
pro�+ided by the syst�m components listed.
2.13.5 The video detection component of this s�+stem is generally c��pased of 4 cameras, 4
video pz-acessars, and associated haxdware.
. 2_ I3.6 Each viden card sha�l be a sing�e baard unit, wi�th the video input coming in on the edge
, connector. The card shall take up no more than two slots on an input file. Eacb ca�d
shall work in any type detector rack, TST, T52, or Type 170.
2.13.7 Video Detectic�n Systam Components
Ifiexn Desc�riptio�.
1 Video Processor Unit;
2 32 PIN UO cables fox Type 332 Cabiarzet, if necessary
3 Installation, set-up and user manual
4 Camera -- Zoom with Sunshield
5 Camera Zoorxi Control
6 Camera Mounting Bracket, P�lco Mod�l AB-0169-5-62
7 Camera Tntez�ace Panel
EDCO C� D6 Coax Protectar
9 12 SNC Connectors and 100pft cable (West Penn 281 S)
10 Setup Keypad
1 � Field Setup Monitor
Traffic Signal Specifications — Part E April 2001
City of Fort Wortn Page �6
12 Installa#ion Assistance and / or User Tza�ining (Days)
2.13.8 Wa�rranty and Documentation Req�irements
The Vzdea Detection System shaIl he warranted against failure d�e to workmanship or
material defects within the �rs� 2 years of f eld operation.
2.13.9 If any one component fails, it should be easily identif �.ble by visual inspection
And replaced or repaired �er the warranty.
2.13.10Each componer�t shall be pzovided with the Following docunnentation:
A. Connplete and accurate installatian, set-up and users guide.
B. Gpntact nazxxe, address, and telephone nurrzber for the representative, rz�az�ufacturer, and/or
distributor for warranty repair.
2.13.11 Measurez�r�enk and P�yment
' f The �Jideo Detection System Installation will be measured as a completed installation and .
; �. payznez�t will be made at t�e lump surn pz�ce listed an Proposal. The lump sum price
shall be full compensatioz� for fun�ishing, placing, and testing all materials and equipznent
� and for al] toals, labor, equipment, and inciden.tals necessary to camplete the work.
Portions of the work t�iat have r�ot been approved by the Inspectar wili not be cans��iered
complet�, and payrzaezat shall be withheld until the Contractor has corrected the work to
� the satisfaction of the City Trafiic Engineer or designee.
2.�4 Detector �able
2.14.1 Detector Loop Wire:
All detector lnnp w�-e shall be #14 AWG, or better if required on the traffic szgxaal layout
sheet, stranided, type XFIIIW one {1} coz�ducfior cable.
2.14.2 Detector Lead-Tn Cable:
Loop detectnr lead-i� cab�e shall be a single four {�) canductar No. 18 AWC� shielded
cable. Qne (1) cable shall service �ach ?aap where practical.
2.i5 MuIti-Conductor Cable
2.1 S.1 Ail cable far intersection signalization shall be multi-conductor capab�e of operating at 640
volts rz�aximum, and suitable far use at conductor temperatures not exeeeding 75 degrees C
{I67 c3egrees F).
2.15.2 Mu1ti-conductor cable shall be either stranded IMSA Zd-1, #14 AWG, stranded copper
wire, IMSA 8-1, #16 AWG, stranded copper, ar IMSA 6-1, #16 AWG, stran�ed cop�er.
The cqpper wire {before insulating) shall meet th.e requirements of the latest American
Traffic Signal Specifications — Part E Apri12001
City o�Fprt Worth �age 1'�
Society for Testing aa�d Materials (ASTM) standards fox uncoated w�re.
�16 Power Lead�In Cable
2.1 G.1 Pawer lead�-in cable shall be s#randed RHW copper wire and suitab�e far A/C electric
service.
� 2.1�.2 The cable shall be capable o� operating at b00 volts maximurn and suitable for use at
,� conductor temperatures not exceeding 167 F{75 C). Material and construction shall be in
accordance with the applicable requirenrxents of IMSA and NEC standards.
2.16.3 Conductors shall be stranded, anneal caated cappex. Copper wire be%re insulating ar
stranding, shall meet the requireznents of the latest edition of ASTM B-p33 {for coated
wir�}. 5tranding shall be class B, in accardance with the latest edation af ASTM B-8.
2.16.4 Tnsulatian shall consist of cross-linked thermosetting polyethylene, rneeting the
requirements af IMSA and listed byUL as type U�E RHW-75C.
�.1'� Gronnd Soxes
2.17.1 General Requi�ements
AIl graund boxes specified for use at signalized interseetions shall satisfy ihe following
general requirert�ents:
A.. The top surface af filie ground box cover shail have a minunum co-efficient of
firiction o� d.5.
B. BoxEs shall be stackable for extra height.
C. Boxes shall be manufact�u-ed frozn Reinforced Polymer Concrete (RP1V� eoingosed
o�' borosilicate glass fib�er, a catalyzed polyester resin and an aggregate. Side walls
xnay be reinforced polymer.
D. Enclasuz'es and co�ers shall be able to withstand a rninim.una 12,000 lb. per wheel
load. Load requir�ments shall be tested by an independent iabaratory and a
certafication o� such tests shall be supplied far approval.
E. AlI components shal� be deszgned and tested to withstand temperatures as Iaw as -20
F (-4 C).
The siz� and dimensians of the req�red ground boxes sha111�e shown on t�.e Grozand Box
and Detector Details sheet in the plan set
�.18 Traf�c Signal Strnctnres
2.18.1 Unless speci�ically required in tk�e construction plar� set, all traffic signaI mast arm poles
shall be furnished by the City. If the plans call for traffic signal structuxes to be supplied by�
Traffic Signal Speci�ications -- Part E Apri12QQ1
City of Fort Worth Page 18
the Contractor, then the strict cpmp�iance with the designs, dimension, strength, and
rna#erial quality specified itx� the standard detail sheets and the construction plan se� shall be
exercise� to asswre structural consistency of all companents.
2.1$.2 All pole shafts and mas# arms for this project shall be maarked with the identificativn
numbers from the traffic signal layout sheets on the plans to fa�ilitate assernbly of these
items in the �ield. For projectis with multiple intersections, the pale shafts and mast arms
shall be identified by intersection. ,
All steel rnast arms ranging abave 36 ft. (1I.0 M) to 60 $. (17.8 M) in length shall be
pxovided with aluminum vibration dampexs.
All campanents of Traffic Signal Structures listed in. this subsection shall be hot dipped
galvanized to resist corrosian, unless atherwise required in the construction �lan set or bid
documents.
High Strength Galvanized Stee1 Bolts: The alIowable working stresses far A325 bolts sha�l
be given in the AASHTO Streetscape Structure �pecificatians for Structural Joints using
ASTM A3250-N or A494-N bolts.
2.18.2 Mast Arm Pale Shaft
Each traffic signal rnast.a�m pole shall be fabricated from a one piece high sireng�th steel
s�eet, a�d shall ha�e no more than �o longitudinaI fu11 length high frequency resistaz�ce
welded joints and no horizonta� vvelded jo�ints except �t the base of the pale_ AIl welc� shall
have a smaoth �d coz�sistent ex�ernal surface appearance. All traffic signal poles shall
have a uniform taper. All po�es shall have a zziin�imum of 50,000 PSI yieid streng�h. Cold
working the steel ta attai� the 50,000 PSI required yield strex�gtk� is not acceptable. The
certafiicatians fram the vendor on the s�eel must indicate a muumum of 50,000 PS� yield
strengih after fabrication.
2.18.3 Mast Arm
Each txaffic signai mast arm shall be constnzcted frozxa. a one �iece high strength, steel sheet
with a guaranteed rninimum yield strength of 50,000 PSI. Arms over �0 ft. (12.2 M) may
be two piece but shall a�ri�e at the jflb site and City yard as welded one piece. The
cerkifications from the vendar on the steel must indicate a xninirnum of Sd,flOp PSI yie�d
s�trength after fabricatian_ Coid warlflng the steel to attain the SO,OQO PSI rec}uired yie�d
strei�gth is rzot acceptabie. All mast arrns shall have no more than two longitudinal fixl]
length high frequency resistance welded joints. All vvelds shall have � szxiooth and
consistent external surface appearance. AlI mast arms shali have a uniform taper.
2.18.4 Luminaire Arm
A�l lutninaire arms shall be fabricated in accordance with the pole d�tail sheets included on
the plan set.
2.l S.S Pedestal Structures
Traffic S�gnal Specifications — Part E Apri12001
City af Fort Warth Page 19
All pedestal structures for mounting pedestrian signals or median-mount traffic signals shall
be furnished r�vith a lransformer. base, pole cap, and a11 necessary hardware for propez
installation. Height of pole shall be set in the construction pIan set, h�t sha11 nat exceed 1 S
ft. {4.6 M}.
2.18.6 All other hardware necessary for complete installation of �raffic signal struchires, i.e.,
simplex plates, pole caps, tran.sformer bases, anchor bolts, etc. �ha11 be hot dipped
galvanized and conform to the design, dimension, and s�-ength requirements af said items
as indicated on ihE Traffic Signal Pole and Mast Arrn Assembly detail sheet. A31 hardware
shall be pac�ed on a per pole basis.
219 Foundations
2.19.1 All foundatians sha1l be built in accordanee with the requirenr�ents stated in the standard
detail sheets of the plan set.
�.20 Haxdware Paint
2.20.1 The paint to be applied to existing non-galvanized traffic signal strtzctures shall be a durable
iodized alky� enamel with high glass finish. The dxyi.ng time shall be approximately three
hours with ax� ave�rage dry film thicknass of 1.4 mil. The paint quality shall allow for
appl�cation on surfaces at temperatures as 1ow as 20 F(7 C).
2.2(}.2 Hardware pauit color shall as called far in the constructior� plans set or bid dacuments.
2.21 Ground�ng Conductar �nd Ground Rod
2.21.1 The grounding conductor sha11 be a#8 AWG solid copper wire. The conductor shall be
�onded to all ground rods.
2.2I .2 Ground rod elec�rodes shall be copper-bonded �teel beirig at least S/S in. (15.875 mm} xn
diameter. All ground rods shall be a nlinirnum of 8 ft. (2.4 Nn.
3.0 INSTALLATION OF T`RAFF�C SIGNAL COMPONENTS
3.1 Installation of Electrical Service
3.1.1 The Contractor shall install all electrical sezvice co�eciions including candui�, pole risers,
rneter base, breaker box, brea.kers etc., in accordance with NEC standards and
specifications. Insiallation of conduit and wire in to the Power Cornpany vaults shall be
per the Power Caxnpaa�y speczfications.
3.1.2 Unless otherwise called far in the plans, fhe power ca�nectian shall be ma.de to a 120-240
volt, two-phase, 6� cyc�e AC supply. The wire used far the power connection shall be #8
AWG or better {if specifically required on the traffic sigt�al layout plan sheet) stzaz�ded amd
Traffic Signa� Specifications — Part E April 200I
City of Fort Worth Page 2Q
shall be insulated for six hundred (60Q} volts. One circuit shall supply t�e controll�- cabinet
and the other shall supply any roadway lighting. The grounding wire sha1l be bare capper,
th� common wire shall be white-coded and the power shall. be black-caded.
3.� Installation of Conduit
3.2.1 The Contractax sha.il provide and inst�ll uriderground cahle facilities required to complete
the construction plan se�. 'The Contractor wi11 be r�quired to coordina.te with a111ocal utility
cornpanies, �ong distance cammunication com��.nies, City utilities, railroad compatues, and
Dig Tess if applicable, to ascertain exact locatians of conflicting underground sexvices.
3.2.2 The locatian o� conduits and ground boxes are diagram�atic anly and may be shifted by the
Inspectax to accommodate fieZd conditions.
3.2.3 When Baring is used for under pavement conduit installations, �he maximurn allowable
overcut shall be 1 in. (25 mrn) in diameter.
3.2.4 When conduits axe boxed, the vertical and horizantal tolerances shall r�ot exceed 18 i�n. {457
mm) as measured from the intended target point.
3.2.5 Tk�e use of a pneumatically driven device far punching holes beneath the pavement
(camrnonlyknown as a"missile") will not.be pernutted an this praject.
3.2.6 Conduit installed for future nse shall Y�ave a non-metallic, nylan type pull s�g and shali be
capped using standard weather tight cpnduit caps, as a�proved by the Inspeetar. This work
shal� not be paid f�r directly but shall be considered subsidiary to this item.
3.2.7 The con4ractor sha�l place duct seal or foam at the ends of all canduit where conductors
and/or cables are present.
3.2.8 New Canduit
(A) Unless othezwise shawn on plans or standard detail sheets, all underground
cQnductors sha11 be 40 PVC conduit. l�ll conduit ar raceways above ground �hall be
rigid me#al. All conduit and fitt�txg� sha11 be of the sizes and types shown on tiae
�laxas. Each section of conduit shall bear evidencc� of approval by Underw�iter's
Laboratories.
(B) Conduit terminating in posts or pedestal ba.ses shall not extend vertically moxe than
3 inches above the cancrete foundation. Field bends in conc�uit shall have a
minimum radius of 12 diameters of the norninal size of �e conduit.
(B) Exposed vertical conduit shall be galvanized rigid metal, and reamed and caupliz�gs
made tight. PVC conc�uit shall be joined by �e solvent--weld method in accardance
with the c�nduit rnanuiacturer's recox�endations. No reducer cauplings sha�1 be
used uzaless specifica�ly indicated on the plan sheet.
(C) All conduit and fittings shall �ave bu3nrs axid rough places smoo�hed and shalX be
Traffic Sigrzal Specifications — Part E Apri12001
City of Fort Warth Page �1
I
clean and free ofobsiructions befaxe the cable is installed. Field cuts shall be rnade
with a hacksaw on1y, and sha11 be square and tn�e so that the ends wil� butt or come
together far the full diameter thereof. Tn no case shall a cutting torch be used ta cut
or join conduit. Siip joints ar running threads will not be pern�itted for coupling
conduit unless apgroved by the Inspector. When a standard cQupling cannot be
used, an approved union coupling shall be used and shall provide a water-tight
coupling between the conduit.
A11 couplings shall be properly installed to b�ring their ends of connect�d conduit
togett�er to produce a good rigid canneciian throughout the entiare length of the
condtut run. Where the coating on a rigid metal canduit run has been damaged in
handling or installation, such damaged parts shall be thorough�y painted with rust
preventive paint. Ends of conduits shall he capped or plugged untii installation of
the r�vire is compiete. Upon requesY by tk�e Tnspector, the Contractor sha11 draw a
ful]-size metal wi.re brush, a�tached by swivel joint �o a p�xll tape, thrnuglx the metal
conduif ta insure that the conduit is clean and free from abstxuctions. Canduits shall
be placed in an open trench at a minimum 24 iu�. (612 mm) depth below the cuzb
gade in the sidewalk a�reas, or 18 in. (45a m�n) below the finished street grade in the
street area.
(E) Conduit placed for concrete encasement shall be secured and supported in such a
manner khat the alignment will not be disturbed during placement of the concrete.
No concrete shall i�e placed until all of the conduit ends have been capped and all
box openiz�gs closed.
{D) PVC can.duit, which is to be placed under exisiing pavement, sidewalks, and
driveways, shall ba placed by first providing a void thxough which the PVC cond�tiit
shall b� inserted. Tk�.e void may be made by either boring or jacking a zz�axidzel.
Heavy jacks are to be used for jacking. Use af watez or othez fluids in connection
with ihe boring ape�ation •will be pern��tted only to lubricate cuttings. Water jetting
will not be penmitted.
(G} If it is d�ter�mined bq khe �i�zspector that it is impractical to place the conduat by
baz�.ng as outlined above due to unforeseen obstnzctions, written permission rnay be
grarrted by the Assistant Directar of Transportaiaoz� and Public Works Depart�ment
For trie Cantractor to cut �lie existing pavernent. Pits for jacking and bori�g shall not
6e cloaer than Z ft. (b12 mm) to �e back of the curb ar the autside edge of the
� shou�der. The jacking and boring znethad used shall not interfere with the operatifln
o#' streets, highways, or other facilities, and shall not weaken oz' dazx�age any
embankme�t structure, or pavement.
(� Backfill - Cornpaction & Density Test for A11 Ditchlines
All ditchlines within paving areas af exisiing and proposed streets aa�d wiilun 2 ft.
(�00 mm) back of curb are to be mechanicai�y tamped. All tamping is ia be density
cantrolled to 9D°fo staz�dard proctor density ai optimum moisture content aaid no
greater thaai 5% optimum ar less than 2% below optirnum. �4ll back�ill material is
to be select naiive material, 6 in. (1S0 mm) diaxneter clods and srrial�er. It is
Tra.ffic Signal Spe�cifications — Part E
City of Fort Wort.�
ApriI 2D01
Page ��
per�riissible to put backfill in 6 in. to $ in. {1.50 mm to 400 mrn} lifts with densities
being taken for each 1 ft. (300 mrn) af cou�pacted material o� offsetting statians of
54 ft. (15.9 Mj.
(I) The Contractor shall gz'ovzde adequately bent conduit and shall propez'ly excavate so
as to prevent damage to the conduit or conductax by a bend radius which is too
short.
(A) All conduit runs shall be continuous and of tk�e same material (metal only o� PVC
only). VVhere tyix�g into existing con�.uit, the Con�ractor rnust cont�nue with the
saane material (rr�etal to metal or PVC to PVC).
(B) Eack� length o� galvanized rigid metal conduit, where used, shall be reamed and
threaded on each end and couplings shall be made up tight. i�V'hite-lead paint ar
equal sha11 be used on threads of al1 joints. Metal conduit and ittings shall have
the bu.r�rs a�ad rough places smoothed. Where the coating on a n:�etal conduit run
has been damaged in handling or installation, such damaged parts shall be
thoroughly painted with rust prevenfive paint.
3.2.9 Existing Conduit
(A) Prior to pulling cable in existing underground conduit, the conduit shall be cieaned
with a�andrel ar cylindrical wire brush ax�d blown out witY� cornpressed air. If
conduit appea�rs to be b�ocked, the Contractor s�all make an attearzapt to clear the
conduit by rodding (The Contractar wili not receive extra cou�pensation for
rodding).
(B) If the �xisting conduit cannot be used, the Contractor may be rEquired ta repair
and/or rep]ace this conduit as directed by the engine�r. Repair of this cond�it will
be paid for as "extra work" on a Change Q�rder
(C) The I�rispector shall be notified prior to disconnect�on oz renno�al of any existing
cable.
3.3 Installation of Cable
3 3 .1 General
(A) Cables shall be in�talled in condui� unless indicated as ar� "overhead" cable run.
Conduit must be continuous, r�asonably dry, camplefie�y free of debris, and wiihout
sharp projections, edges, or short bends. If required by the Inspector, the Cantractor
shall demonsixate that the eonduit is dry and free af debris by pulling a swab and/ar
mancirel �hrough the conduit. Tk�e canductors shall be installed in a manner s� as ko
insure agaznust harmful stretching of the condu�tors or damage to the insulaiion.
Installation methods sha�l conform to �he xecommendations of the cah�e
rnanu�actarer. The Ctintractor sha11 fu.rnish, at the request of the City Traff c
Engineer a copy of the r�anufacturer's recornrnendatians, which shall include
methods of attaching pull cable, pulling tension per conductor size and per radius o#'
Traffic Signal Specifications — Part E April 2001
City oiFort Worth Page �3
conduit hend, and the type of lubxicant ta be ►xsed.
(B) A11 cables in a given conduit run shall be pulled at the same time and the conductvrs
shall be assembled to form ane laop in such a manner that the pulling tension is
equally distrributed to all the cables. I,ang, hard pulls wi11 necessitate the use of
pulling eyes. Far short runs, the cab�es may be gripped directIy by the conductors by
for�ning them into a loop to which the pn�l wire or rope can be attached. 'I`he
i.nsulation on e�ch conductor shall �e rremoved befare the loop is fortned. The
method used will depend on the axificipated maximtun pulling tension in each case.
(C) In existing conduit where new cables are to replace existing cable�s, the exi� cables
may be used to pui] in the new cables. At Iocati�ns vcrhere new cables are to be
added to existing cable runs, fhe existing cables shall first be pulIed out, the new
cables are to be added to the existing cables to form one cable pull. Insta.�lation and
r�moval shall be done in such a way as to prEvent damage to tiZe existing and/or new
cables. In the event of damage, the Ca�.txactor shall bear the responsibiIxty of
providing the rnaterial and labor for replacement of defective cables at no extra cost
to the Cify.
(D) All condu�t runs shall be measured accuraiely and pr�cisely fbr determining cable
leng�kis to be installed.
of the Tn. ect�r_ The Tnspector shall zecord all cable measurements and include the
distances on an as-built drawing. In locations where new cables az-e ta replace
existing cab�es, the Contractar may �se the remaved cables as a measuring device to
determine the Iengths o�F the new cables io be insialled, havvever, this does not
re�ieve the Contractar of his responsibility to reca:rd accu�rate rneasurements of all
cable lengths.
(E) The manufacturer's recamrn�nded ma�cimurx� puliing tensions shall not be exceeded
under any circumstances. If so required by the Inspector, the Contractor shall in�ert
a dyzaaxnometer in the puli wire as the cables are bei�x�g pulled into the conduit ta
demonstrate that the ma�imurn tex�sions axe nat being exceeded. The �able shaIl be
fed freely off the reel into the conduit without making a reverse curve. At the
pulling end, the pull wire and cables shaIl be ci�awn from the conduit in direct line
with the conduit. Sheaves or other suitable devices shall be used as reqUired to
reduce any hazaards to the cable during installation. T�e cables shall be adec�uately
Iubricated to reduce friction and further zninimize possible damage. Such lubricants
shall nat be the grease ox oil type used on lead sheath�d cables, but sh.all be ane of
severa� commercia�ly available wire pulling campo�nds ihat are suitable for PVC
sheathed cables. They shall consist of soap, talc, mica, or sirnilar materials and shall
be designed to have no deleterious effect an the cables being used.
(F� Cables shall be neatly trained to their destinations. The Contractor sha11 adhere to
the cable manuf`actT.srer's recornmended values far the minimum bending xadu ta
wbich cabtes may be �ent for permanent training during installation. Tk�ese limits
do �ot apply to conduit bends, sheaves, or oth�r curved su�riaces around which these
cables may be pulled under tensian while being instalIed. Larger radzus bends are
required for such conditions,
Traff c Signal Specificatio�s — Part E April 2001
City of Fort Worth Page 24
3.3.2 Wire axxd Cable
(A) All wire and cable shall canform to the r�quirements shown in ihe plans, except
wire and cable specifically covered by other items of this contract.
3.3.3 Contraller Cabznet Wzz�ng
(A) Wiring far the controller cabinet shall consist of coz�n.ec�ing (1} signal wires, (2)
loop c�etector wires, (3} power vvires, {4) ground �vires, and (5) pedestrian push
button wires to th�ir rEspective terminals in the cabinet_ In the controller cabinet,
s�randed signal conductars from the field si�all be stripped Uack and a solderless
terminal connector (spade Iug} sha11 be attached by means of a crimping tool. These
terminal Connectors sha11 be inserted under the binder head screw and tightened
securely. Othe�r wi�ng �or the eantroller shall be cozx�ple�ed as shown on the wiring
diagrams and in the instnictions furnished with the controller by the manufacturer.
(B) AIl �ield wi�ing an cabinets shall be neatly installed. �ncorning c�bles shall be
trained to their destination and neatly laced together. All spare vvires shall be
trimmed and neatly coiled wifih �he ends taped. Detector �ead-in cables shall have
iheir is�sulation jackets removed from their terminal strip connection to the battom
of the cabinet.
(C) Pedestrian push buttons sha13 ha�e a ground wire that is completely isolated and
independent froz�n all otl�er ground wiz�es. This wire shall be connected to the
designated terminal in the controller cabinet. A pedestrian isolation board shall be
in place.
3.3.4 5ignal Head Wiring
(A) Conductors shall rurt as follows:
1. Az� un.bz-oken 20-conductoz cable, one #10 AWG neutral cable and one bare ##S shal�
run frotn the controlIer cabinei to each pole pier.
2. An unbroker� eight (8} conductor, #16 AWG cable sha11 r�n from the signal pole
bas� to each 5-section, �4-section signal head, or the 3-section head located at the end
of mast artn; and an uzibroken six (6) conductor, #16 AWG ca�le to each other 3-
section ar pedestrian sigr�al heac�. An unbroken fouz (4) conductor, #16 AWG sk�aJ.l
ru�z to each pedestrian pusk� button.
{B) Each cable shall be ide�tified as referenced nn tk�e pole wiz�ng detail sheet provided
in the construction plan set with permanent marking labels (panduit type PLM
standard single mar�er tie, Thamas and Betts type 548M or equivalent} at each
ground box, pole base and co�troller.
Traf�ic 5ignai Specifications — Part E � Apri12QQ1
City of For°t Worth Page �5
3.3.5 Luminaire Wiring
;. Two (2) #8 cables shall �un from service discannect in parallat around the intersection as on
the traffic signal layout sheet of the construc#ion plan set. Lurninaire wiring connectian may
- � be made in the nearest ground box to the traffic signal pole; such connectian shall be
i placed in a water tight seal. If rnare than three wires are spl'zce together in the traffic signal
cahinet then a Keaxney connectar shall be used as xec;uired in Section 3.3.7 (B} below.
3.3.6 Terminals
(A) The ands of all sixanded wires from th� controller cabinet ax�d from the signal heads
shall be twisted at Ieast three tums and wire nut applied in the base of the signal
stz�cture.
3.3.7 Splices
� {A) Splices are strictly prohibited inside conduit r�ns_ Detector cab�es shall not be
1 spliced at any po�it�t except where transitioning from #14 XF��W loop det�ctor c�ble
to lead-in cable (see Section 3.5.4). Signal cables are to be spliced only �.t locations
� I that are specified in the plans. Splicing signal cable in pull boxes shall not be
permitt�d.
(S) Splicir�g methods shall be xn accordar�ce with good electrical practiee and the cable
manufacturer's recommendatians. A1i materials used shall be of hig� quality and
specifically intended for this purpose.
Cables shall be trained to their final position and c�xt ta proper Iengkhs. The cable's
jacket and insulation sha11 be remaved as required. Tn doing this, use prop�r care to
insure against nicking the conductors. The connection shall b� installed tagb:tly and
all burrs, rough edges, ete, shall be removed. Tf wire nuts are used to secure the
connecfi�o;n, then only "Scotchlock" brand canneciors shall be uti�ized. No mare
than four (4) wires shall be s�liced together using "SCbfCI�XOCIC" coz�x�ectors and �
Tf znore than fouz- {4} wiz-es are connected, then a Kearney
cvnriector or mechanical clamp shall be used. All c�l;c�e ;r,vnlvi,�g �ro� d�
cnndi�ctc�rc ch�11 hP marie__J�y hvictrr��_�}�p cah�es tn�tl��r �n�`vir�u cnlr�er then
�vt'��1t1g the cnnnecti�n with � een electrica] fane_
He�iit��_tii�: ��c�nn���;xlcm vvith a dir.ect flame will nnt he nermitted f�r cahle g�1�a�.�l�..�.�
than #14_ Care shall be used to protect tY�e insulation when soldering. The entiz-e
surface sha,�l be cl�aned taking special care in cleaning the outside jacket in order to
remove tkze w� fit�sh. Then approved thermasetting materials shall be used to
provide a water tight seal.
(C) The Inspector shall select at random at least five (5) splices to be thoroug�.ly
inspected. The Contractar shall, in the pXesence a.f the Tiaspector, sectianalize each
selected splice to �xpose the various layers of maierials and the eoruiector. These
splices shall be thoroughly checiced for cornp�iance to these speeial provisians.
Each splic� shall then b� remade by the Contractor. This work shall not require
Traff c 5ignal Specifications — Part-E Apri12041
City af Fort Worth Page 26
eactza payment, but :is conside:red subsid�ary to other iterns in the Cantrac�. All of the
splices selected for this inspection shall conform �a the requiremen�s of these special
.provisions. If any splices fail to meet these requirements, then ten more splices shall
be selected at random by the Inspector far examination.
33.7 Identification of,Signal Wires and Cables
(A) IMSA color coded signal cable sha11 be used for all signal systems. Colors shall be
continuaus from the point of origin to the poimt af tezmiz�.ation.
� {B) Each signal cable, detector Iead-in cable and cornrnunication cable shall be
� designated with permanent marking labeis or {panduit type PLM, Thomas and B�tta
type 548M standard single marker type or equivalent� and color coded tape at each
( pu�l bo� and in the controller cabinet.
3.4 Grounding
3.4.1 There shall be a praperly installed and connected ground rod for eaeh controller cabinet,
power drop and signal pole pier to raduce any �xtraneous voltage to a safe level. The
groun.d rod shall be lacated sa as to maninrkize the length of the grou�ding-conductor run.
For po�e �nounted cabinets a grounding rod and graunding conductor shall be installed at the
n�arest foundation or ground box. Al� grounding circuits shall be substantial and pezm�nent
and shall be eieciricallp corxti.nuous with ax� ohms-to-ground resistance not to exceed 14
ohms when tested by volt-ohm-meter.
3.4.2 Grounding Connectors and Electrodes
{A) When the �ocation precludes driving a single ground rod to a depth of 2.4 m{S feei),
or wl�en a multipl� ground rod mafi.rlx is used to obtain the required resistance to
g�rouz�d, ground rods sha]I be spaced at least six feet apart and honded by a rninimum
No. 6 AWG copper wire.
(B) Connection of graunding circ�aits to grour�ding electrodes shall be by devices which
�vi11 ensure a positive, fail-safe grip between the conductor and #he electrode (such
as 1►�gs or pressure cannectars). Na splice jaint will be pex-mitted i�z� the grounding
conductar.
{C) Each grounding rod shall be driven into the graua�d to a de�#h sufficient to provide
the required resistance (10 ohans) between electrodes and ground.
3.a Vehicle Detector Loap Installation
3.5.1 Detector iead-in cables shall be identified as shown on th� plans (phase 1, e�c.) vvith
perxnanent rz�.ar�zx�g label� (panduit fiype PLM, Thoxnas az�d Betts type 548M standard single
marker tie or equivalent) at each ground box, pole base, and controller.
3.5.2 It is requi.red that a11 work reiated to the installation of a particulaz- detector ]oop, with the
Traffic Signal Specifications — Part E Apri12001
Cify aiFort Worth Page 27
exception of the layout task, shall be comple�ed in the same work day. All loop installation
work shall be perfortned durirtg off-peak iraffic hours. Loop instaIlation shall z�ot be made
during any type of precipitation. .
3.5.3 Instailation of detec�or loops shali be in accardance with the p�ans. Lead-in saw cuts from
the street to th� pull box shall maintain a m�imum separation from other loops of 12
in.(S00 mum) axzd a rminimum separation of 6 in. (150 mm) from other Iead-in saw cuts. The
saw cut depth, as specified in the standard de#ail sheets of the plan set shall be consistent,
includirig the entry point into the curb. The maximum number of wires placed in a single
saw slot shall be faur (4) wiras. Each lead-ins shall enter the curb thraugh a separate hole.
3.5.4 3M T.nnn cealant nr annrnveci equal shall be used to seal al� loap wi�'e w�thin the rpadway.
3,SS DeYectar lead-in cables shall be ntn continuously wiihout splices from the cur�side ground
box to tl�e controller. If splices mnst be made, they shalLhe solder connected and the splice
connectivn shall be insulated and v�aterproofed �with 3M DBR-6 Direct Bu�y Splice Kits or
approved equal. Splices at the curbside pull baxes shall be made in the same manner (see
Section 3.3.6). �nlices in rletectc�r r.ah1PG m»ct he nrP ,� r�y„Qt�,,,}��.�h���,S� .Pr.fnr ir� writ.��„
3.5.6 �n all cases where detectar loop �ead-ir�s pass from pavement through a curb to an e�sting
ground box for a splice point, conduit sha11 be installed from the curb entry pa�izzt up into the
ground box. A minim�ztn one ir�ch cli�neter conduit shall be provided from the curb entry
poix�t to the gx'out�d box f�r each lnnn_
3.5.7 All loop wire from tl�e Ioop in the street to the ground bc�x shall be tightl�r twisted a
minimum of 5 times per foot (16 times per meter) as it is placed in the lead-in saw cut.
3.� Concrete Foundations for 5ignal Structures
3.6.1 All foundat�ans sha�l be staked by the contractor and approvEd by #he InspEctor priar to
excavation. WhiZe staking the pole locations, th� confractoz, �lozzg wi�a tk�e �spector, shall
b� cognizant of pedestrian needs b� ve��ng the loeation of the push butto�s and the
pedestri�an heads.
3.6.2 Conerete founda�ions for signai structures shall be lacated so that thc; clasest face is a
rninimum of 3 ft. (400 mm) from the face of tt�e ne�.rest vertical curb. The Contractax sha11
probe before excavating foundations to detenn�e the location of uiilities and structures.
Fauz�dations shall be pa�€d for ance, regardless of extra work caused by obsfiructions. The
Contr�.ctar shalI fui-nish all supplementary ite�ns �ecessary for proper foUnda�ion
installation.
3.6.3 Excavation for all founda�ions shall be done in accordance with lines and depths indicated
on the star�dard detail sheets of the plan set. All loose material shall be rernoved frorn the
excavation befare concrete is placed. Any water sb.all be rernoved by purnping or bailing.
The use of e�plosives will not be permitted.
3.6.4 Foundations shall be constructed to the climensions shown on the plans. The Contractor is
required ta make certain that the top of the �inzshed foundation is leveI and %r�ned. Anchar
Traffic Signal Speci£'acations — Part E Apri12001
City of Fort �i7orth Page �8
bolts and conduits sha11 be held rigidly in place by a template until the concrete is set.
A xnechanical vibrator shall be usad for compacting and working the concrete. After the
cancrete has been placed a3nd the top stni�k off, it shall be covered with wet cotton or burlap
xnats or other appropriate farm of curing, for not less than 96 hours. All bracing and
templates for anchar boIts shall remain in place for 96 haurs after the cvncrete is powred.
During that time, the anchor balts and conduit shall nat be subjected to any appIied strain.
Transformer bases shall not be installed on any foundations until approval has �een given
by the Inspector.
3.6.5 Backfill shall be tampad with m�chanical tamps in 6 in. {1.50 mm} layers to th� densiry of
the surrounding ground. Wk�ez�e exca�ation is made iu� the roadway sk�oulder, the shoulder
shall be replaced v�rith material equal to the or�ginal compasition.
3.6.fi A11 excavated z�r�aten�al, not required for backfill, shall be promptly removed ar�d disposed of
by the Contractor, outsida the limits of tha project. The work site shall be kept clean ar�d
neat at alI times.
3.6.7 No concrete shall be placed when the atmospheric temperature drops below 40 F(40 C)
(temperature reading taken in the shade awa.y frozn arfificial heat) unless pernussion to do
so is given by the Inspector.
3.6.8 T�e City shall supply to the contractor the confiroller cabiz�e� anchor bolts and specific
cabinet templates. The cabinet door shall generally open away from the intersection.
3.6.9 Pole anchor bolts shall be aligned to be parallel to the tangeni of the street curb that the pole
is iniended io serve.
3.610 Tu�bing used to form pole foundations sha11 not be visible and all �xposed concrete shall be
�u�ished with vinyl conczete patch mi� to pzovide a s�ooth. quality finzsh-with all voids
filled and no aggregate exposed. 'T�e cost of the work shall be included in the unit bid
price �or this it�m.
3.7 Insiallation of Traffic 5ignal Structures
3.7.1 The Contractar shall install all traffic signal structures in accordance with the p}ans.
Devia�ion from the plat�s because of physical nbstnzctians, such as overhead utilities or in
appropriate mast arm �ength to fit a relocated foundation, shall be worked out with the
Inspector and approved prior to installat�on.
Poles shall have nuts an top and bottom of th� pole base plate. Anchor bolts for mast arm
signal pales shall be set so that two a�e in tezasion aa�d two are in compression.
The iraf£'ic signal pole heights and mast atm Xengths shown o� fhe p�ans and in the mafierial
summary are to be used for bidding purposes o�y. Prior to fabrication, the contracior, in
cooperation with the Inspector, shall make field measurements to d�termine the achaal pale
heighC necessary ta �nsure a v�rtical clea.rance o� 17 Ft. (5.2M} zxiinirx�uzxz, ax�c� 19 ft. (5.8M )
ma�zimurn from the roadway surFace to the battom of the lowest poirit Qn the signal head
Trafific Signai Specifications — Part E Apri12001
City of Fort Worth Page 29
ass�mbly or mast arm and to determine ihe mast arm lengths required to mount the �ra�fic
signal heads over the traffic Ianes. Ths masts arms shall be straight and level in the area
where the signal heads are attached. The�e field measurements and evaluations shall be
determined from the acttzal field ]ocation of the pole foundations, considering all above and
below ground utilities and the e�isti.ng roadway elevations and lane wi�dths.
3.7.2 Trans%rmer bases for pedestal poles shall be leveled and tightl� secured to the faundation
be%xe the structure is placed on #he base. If shims are requ.ired far leveling, tota� s�im
height shall not exceed 112 in. (127 mm). Faundarian anchor bolts sha11 extend a minixn�m
of l in. {25.4 mm) tl�raugh each nut � the base.
3.7.3 Except as modified herein, erectaon of tra£fic signal sttuctures shall be in accordance with
the applicabie specificatians and standards of the AISC Manual of Steel Construction.
Erectirig equiprnant shall be suitable for the work and shall be in proper working condirion.
Where parts cannot be assembled or fitted propeziy as a z-esult of errors iui fabrication or
de#'ormation due to handling or transportation, shall be reported immediately to the
lnspector. Straightening of plates and angles or other shapes shall be done by appraval of
fihe manufacturer. Na comrectians will be allowed tha� w�ill void the manufacturer's
warranty. A letter from the manufacturer approving the carrections shall �e required or the
materiaI may be rejected by tt�e Inspector.
3.7.5 The steel structure frame shall be lifted as shown in the manufacturer's specifications and aIl
� match marking shall be follawed. Temporary bracing shall be used whe:rever necessary to
•� support all loads to which the structure may be subjected, including eqnipment, aperation,
and material loading. Such bracing shall be le$ in place as lang as may be xequired for
safety. The various zn:e�nbers, after being assembled, sha11 be aligned and adjusted
� accurately before being fastened. Fas�ening of splices on compression members shall be
, dnne after the aburiing surfaces have been brought coxx�pletely irrto contact. No v�elcling or
i
bolting shall be done �ar�til the structures have been proper�y aligned.
3.7.6 Beaxing surfaces, and surfaces which will be in permanent contact with each otl�er shall b�
clearied before the members are assernbled. Bearing plates shall be set in exact position a.r�d
shall have a fi1ll an�i even bearizxg upan the coz�cxete. As erection progresses, the work shall
be bolted to iake car.e of all dead load, wind and erectivn stresses. All erection bolts used in
welded construciion may b� tightEned securely and left in place. Iiremoved, the �oles shall
be �lled with plug welds.
3.7.7 Field bolting shall be in accordance wzth the zequirements specified for shop fabrication.
Untrue holes shall be corrected by reaming. Where #he surface of a balted part has a slope
of more than 1:20, a beveled washer s�all be used to compensate for the lack of pa�rallelism.
Bolt heads ax�d nuts shall be drawn tight againsf the work with a suitable vvrench not Iess
than 15 inches long. Bolt heads shall b�e iapped with a harnrner while the nut is being
tightened.
3.7.8 Field Painting a�' Structures:
Surfaces where the shop coat of paini has been darnaged shall be reto�tched after installatian
in compIiance with Section 2.20.i. The cleaning, pretreatment, anc� priming af welds and
Tra-ffic Sigzaal Specificatid�s — Part E Apri12001
City of Fort Worth Page 30
the areas adjacent thereto shall be done promptly after the acceptance of the weld. Care shall
, be taken to properly mask signals heads, signs, pedestriari pushbuttons and tl�eir maunting
hardware ta keep paint from splashiug anto these componez�ts. Masking shalI be removed
after completion af the paint�ng process. A sufficient number of paint coating shall be
• applied to each st,�xct�are to result in a-uniform finish once completed. All structuras shall
be air blasted using high presswre aiur to remove peeled paint and dust prior to application af
� new paint.
3.7.9
Bolte� parts shall fit salidly together when assembled and shall not be separated by gaskets
or any otheX inteiposed compressible material. When assembled, all joint surfaces,
inclucliag those ac�jacent to tl�e balt heads, nuts, or washers, sha�l be free of scale, except
tigh� mill scale, and shall also be free of burrs, dirt, and other foreign. material that would
prevent solid seaiing of the parks. Each fastener shall be tightened to at least the minimum
bolt ten:sion as recamme�ded by #he pole ma.nufac#urer using ASTM A325 or A49D bolts
for the size of fastener used, Threaded balts sha11 be tightened vvith properly calibrated
wrer�ches or by the "turn-of-nut" �nethod, Balts zz�ay be installed without hardened washers
whexi tightening takes place by the "turn-of bolt" method. Any bolt tightened by the
calibrated wrench method (or by iorque contro�) shall have a hardened washer under the
element (n�t or bolt head) turned in fo a poirat not clase�r than 7/8ths Qf the bolt diameter
frorn the center of the washer.
3.7_10 Grauting: The Cantractor shall pear�'o�-n all work required to complete the gout v�rark
associated with installing the signal stilzcture and furnish all supplementary iterns necessary
fbr its proper installation.
3.7.12 Where signal poles and/or mast arms exist on raised fauudataans that are to be removed and
installed on new foundations, tk�e Contractor shali stare these poles, mast arms, �treet lights,
and wiring until they can be installed on their new faundations.
3.8 Installation of Signal Heads, Pedestrian Heads and Pedestxia� Push Buttons
3.8.1 The Contractox shall be requixed iv assemble all signal head units as specified in the p�ans
or a� directed by the Inspector. Signal and pedestrian heads shall be secuxely fightened
immediately after signal head assembly has been installed. If any signal head assembly is
found to be loase or asy��netrical in any manner, the Contractar sha11 be required to
re�nove and rebuil� the signal head ass�mbly to the satisfaction af the Inspector.
3.8.2 The Contractar shall mount sigial heads level and plumb. The Contractar shall position
anc� secure the signal heads so they are visible as stipulated, u� Table 4- I af the TNIUTCD.
�.8.3 All signal hEads or parts of heads not in operation shall be covered witla burlap or fabric
mate�ial un.fil placed inta operation. When the signal heads �ecome operational, all existing
heads no Ionger required shall be removed immediately.
3.8.4 Pedestrian head assembiies installed such that the wiring to each head shall pass from the
mast arm through the signal head bracing or attachment hardware to the signal head. No
exposed cable Qr wiring wiil be permitted.
Traffic Signal Specificatians — Part E April 20Q1
City ofFort Worth Page 31
3.9 ControZler Cabinet Preparation
3.9.1 Each coniroller cahinet shall be mociified far �se at a specific iniexsectian in accordance
with the iristru�tiozzs included in the plans. Each cabinet shall be prepated and tested for an
•• the-street use by the Traffic Scrvices Division of Transportation and Public Warks
Department pr�or to field installatian of the cabinet.
3.9.2. All wiring modificaiions made in conjunctaon with preparing the cabinef far use at a
specific interse�tion shall be documented on the cabinet prints for that intersection.
31 q Installatian of Mic�rowave Detector Units
3.10.1 Microwave detector units shall be installed as shown the Signal Layout Sheet of the signal
� - constructian plaus.
�
3.10.2 The Contractor shall provide a technieiaxt to assist with adjust�r�g and aiming the detec�or
� unit at tbe time of traffic signal turn-on, in order to campiy with Engineer's desired
.� detection a.reas as shown on the constnFction pians.
3.l l �nsiallation of Vid�o Detection Units
3.11. � The Contractor shall install the video carneras in accardance wi�h the manufacturer's
recammendariaxzs in order to achieve the detectinn areas as shawn on the construction plan
sheets. The camera �nounts shall be neat ax�d plumb. The de.tectnr t,nit nutnutG sha11 he
nrszgr�mmc'zrl h�r a mamlfact��rer renreGentativP at the time o� signal tum-on in accordance
wiih the detector table shown on the constructian plan sheets.
3.1 �.2 Video detection carnera cables sha11 be installed in tk►e conduit system at the sarne time as
the other signal cables in accnrdance with Section 3.3.1.
3.12 Installation af Emergency Vehicle Detection Units
3.12. r Any eznerger�.cy velaicle detection {EVD} equipment required in the construciion plan set
wiIl be supplied by the City. Where pza�tical, EVD receiver uni�s shall be mounted to a
�gid metal ar�n supplied by the City and banded to the mast ann pole upright on the
i�tersection corner designated on the Tr�c Signal Layou# sheet of the plan set, The
Inspector shall detertnine if the roadway sight line permits this type of EVD installation.
Otherwise the EVD receiver units shali be xnounted on the rtiast arms for the intersection
approaches as designated an fihe Traffic Signal Layout sheet of the plan set.
�.0 INSTALLATIDN AND RELUCATION OF TRAFF.IC SIGNS AND DAIi'�PERS
4.1 The contractor shall fixrnish, in.stall and reIocate existing sigr�s as shovcm in the plan set.
Mast-arm signs shall be rnounted with astro-sign brac or signfix aluminum chann�l or
equal as approved by the engineer.
4.2 Metra street �artae signs shall be mounted level with the ground as shown on the standard
Traffic Sigx�.al Specifications — Part E April 2001
Ciiy of Fort Worth Page 3�
Construction detaal sheets.
Q�.3 Dampers shall be u�stalled using Astro Sign Brac or Signfix Aluminum Channel or equal.
�.0 PRESERVAT�ON OF LAND�CAPING, SPRYNKLER SYSTEIi�IS, AlliD PRiVATE
PR�PERTY
•; S.1 The Contractor shall assume full responsibility for �he preservaiion of existing landscaping
I (sod, shrubbery, trees, and etc.}, s}�rinkler systems, and/o'r other private property at the site
during the installatian of items in. tlus contract document. Damaged Iandscaping, sprinkle�r
� systems, a�d/or ather private property sha]1 be replaced within a reasonable time, by the
I Contractar at his own expense, to the saiisfactian af �e inspectar.
5.2 The con�ractar shall relocate the existing EVD equiprnent,
5.3 No trees ax sl�rubbery sha11 be cut except upon the specific authority of the Inspector.
5.4 Removal of mail bax�s in the �cnray nf constructio� requires 48 hours advance notice to the
post office.
6.0 REMOVAL UF MISCELLANEOUS ITEMS
G.1 Removal and Salvaging ofTraf�c Signa! Equipment
Al1 salvage materials wi11 he de�ivered by the Contractar to the City at a locatians
desigin..ated by the Inspector. The �spec�or, assisted by autharized representatives, will
serve as the zecaiving agent for salvage matez-iai.
The Contractor will ship and handle all salvage material (heads, pal�s, cabinets, cahle,
signs, amplifiers, etc.) in a manner so as to prevent damage to these items. �ignal heads
will be removed fra� poles prior to shipping. All cables must he secured in controller
cabinets to prevent damage during slupment and handling. AlI screws wi11 be tightened into
theix xespectzve slots to prevent loss during shipping. The cantrolIer and all supplemex�tal
control equipment (canflict monitors, detectar amplifiers, load sw�tches, etc.) wiil be
removed from �he cabinet priar to cabiu�et rern.oval az�d given to the 7nspector at the time of
�he signal turn-on.
Tbe Inspectox vv�ll idet�ti�'}r existing damage to salvageable mater�al and mark damaged
items in the field before they are delivered to the City yard. If dannage ta rnaterial is the
f�ult af the Contractor, be or she wxll have tlzree (3) working days to ma�e repairs ar supply
like items, at his/her expense, for damaged items. Tf the Contractor fails ta repa:�r oz replace
damaged items in said time, thc City may chaxge tl�:e Contrac#ar for the assessed value as
detemlined by the City Traffic Engineer or designee.
6.2 Removal and Replace�nent of Curbs and Walks
(A) Contractor shalZ seciue permission from the Inspector before c�tting into or
Traffic Signal Specif�cations — Part E Apri12001
City of Fort Worth Page 33
removing any walks or cw'bs w�ich might b� required during construction.
(B) Where possibl�, dig und�r sidewalks. If the Contractor chooses ta remove or cut the
sidewaik, the cancxete must be sawed and broken out and then restored to an equal
ar better conditian than the original.
6.3 Removal of Foundataons
� (A) All foundations subject to :remaval (as indieated on the pIans) shall be razed to a
level at least 12 inches below the grouz�d sur�ace if the foundat�on subject to
t- removal is �ac�ted within a sidewalk, the foundation shall b� rernoved to a depth
� equal to or greater than the tlazckness of the walkway. Once the foundation is
remo�ved, the ground surface shall be restored to surrounding con.ditzons.
6.4 Removal of Ground $oxes
If the constniction plar�s call far the removal af abandoned ground boxes, then th� l�o1e
rernaining from grvund box remaval shail be filled and the gxaund surface shall �e restazed
to sun'ounding conditians. Any canduit e�bows found ihe ground box to be removed shall
be cui bacl� to a zninimum of 12 i�nches �helow the naiural ground surface.
6.� Remo�al af Signs
The existing stop sign panels, or any �-ounded rnounted signs, as showxi on the �lans, will
be remove�l after the traffic signals are placed in fla�h and before tha signal is turned to fu11
colars by City farces.
7.0 SAMPL]NG AND TESTING
7.1. General Notes
{A) Initial tes#ing of a11 ma�eria�s, construction items, or products incorporated in the
work will be �erfortr�ed at the dixectian of the City and at the expense oi the
Contx'actar, including initial cornpaction and density tests deemed necessary in
connection with the consft-ucfion of �mbankment, backfilI of structures, or
excavation.
(B) In the event that a material, constru�tian item, pzoduct incarpora�ed in the wark,
embankment, backfill, excavation or any other item tested, fails to satisfy the
muumum requireznez�ts af tka.e initial test described abave, appropriate prove-oui
tes�s shall be made as direcied by the Inspector ta dete�rnine the exte�t af the failure
and to verify that corrective measures have brought the itern up to specificatian
r�quirements. The cost of al� testin.g r�ecessary #o determine the extent of the failure
and the adequacy of the correciive measures shall be the respansibility of the
Cont�actor.
(C} Tha failure to requi�e tesis of rnaterials by the Tnspector shall in na way relieve the
Contracfar of his responsibi�ity of furnishing materials conformin� to these
Traffic Signal Specifications — Part E Aprii 2QaJ.
City of Fort Worth Page 34
specifications.
(D) Tests, unless otherwise s�ecified, shall be rnade in accordance with the latest
methads of the ASTM or other approved test methods. The Contractor shall
provide such facilities, as the 3nspector may require, for the collecting and
fazwar�ing of samples and sha11 nat use the materials represented by the samples
until tests have been made. The Contractar shall furnish adequate samples vcritl�ou#
charg�. .
7 2 Concrete
(A) All concre#e �naferials, reinfarc�it�g steel, and preparation shall be in accoxdance with
th� requirements of' the City of Fort Worth Standard �pecifications for Street and
Storm Drain Construction.
�.3 Vehicic De�ector Loops
(A) Priar to termination of the laap lead-in iz� the cantroller cabi.net an installation test
shall b� made by applying not 1ess� than S00 volt� DC to the comple�ed d�tector
loop. A mini�um resistance of 1 megohm sha11 be obtained by use of a meger.
{S) After the above tests ar� cor�pleted and the lead-in cable has been ierminated in the
cabinet, the Contr�ac�or shall assist the Iz�.spectoz in detern�ining the laap is�ductance
of each loop detector. A det�ctar loop analyzer shall he used to determine the total
inductance of the laop in th.e pavement and its assaciated lead-in cable as well as to
determine the percentage shift in loop inductance for variaus size vehicle� that
acfuate the �e�ector.
�.4 Signal Cables
(A) 'I'he City Traf�c Engineer or designee may require that all cables shall be checked
for insula�ion resistance upon installation and priar ta teimination. The tests shaU
�� � be made with a test set operating at a m�nimum of SOQ voIts DC applied to the
' conductars.
(B) Each conductor in the multi-conductor signal eables shall be #ested for insulation
resistance reIafive to each ather and ta the auter COV'e17ilg of the cable_ The
minimiun acceptance value for insulation resistance shall be ona megohm.
'�.5 Controller Cabinets
(A) �f the controller cabi�aet is to be supplied by the Co�trac#or for tk�is p�oject, the
cabinet shall be tested at a facility located within the Dallas/Fort V�orth area.
(B) The Contractor shall notify the Tnspector or his representative a minimum of three
warking days prior to beginning the test period of his intent to test a cabinet or
group of cabinets. At �his poin.t, the City may schedu�e an inspection teaxz� and
r�otify tk�e Contractor of �he earliest date and time the team can �isit.
Traffic Signai Specificatians — Part E Apri] 2001
City a�'Fort Worth Page 3�
so.a BARRICADES
10.1 The Contractor shall be requi�ed to obtain a Street Use Permit from the Street Management
Section of the Traffic Engneering Divi.sior�, 31 � VL� 1Q�' St. The traffic control plan (TCP}
�or ihis project shall be as detaaled on the Traffic Cantrol Plan De�l she�ts of the plan set.
A copy o��is Traffic Control Plan shall be submitted with the Sixeet ZTse Perm�it.
10.2 If the Inspector discovers thai the Contractor has failed to comply with applicable federal
. and state laws (by fa.iling to furnish the necessary flagmen, warning devices, banicades,
lights, signs, or o�her precaufionary measures for the protectian of persons or property), the
�nspector may order such additional �recautaonary rneasures be taken to protect persans a�ad
prapert}'•
10.6 In addition, the Cantractor shall be held responsible for al1 damage to work items and other
public or private properYy du� to the failure of wan�ing devXces, barricades, signs, lights, ar
other precautionary measures in protecting said property. i�1"h�never e`+idence is found of
such daxnage, the Inspector rnay order the damaged portion immediately remaved and
replaced by the Contractor at Y�is expense.
1Q.7 �ubject to tlae approval of the Inspector, portions a�this praject, which are nat af%cted by
or in conflict with the prapased method of handling traffic or utility adjust�nents, can be
constructed during any phase. -
10.8 Bamcades and signs shall be placed in such a manner as to not intez-feze with the sight
distance of drivers ent�r�ng the hig4iway from driveways or side streets. To facilitate
shit�ing, barricades arid signs used in lane closures ar fraffic stagi�x�g may be erected and
mounted on portab�e supparts. The design of these supports are subject to the appro�al of
the engineer.
10.10 The contractor shall gro�cride and maintain flaggers at such points and far such periods of
time as may be required to prov�ide �or the safety and convenisnce of public travei and
contractor's pe�sonn�l, and as shown on the plans or as direc#ed by the engineer. These
flaggers shall be located at each end af the lane closure axzd shall be properly attired. The
twa flaggers sha11 be in two way radio contac� with each other at all �zmes. Paddles will be
required for this project.
14.11 The con�ractor will not be permitted to coznmence work on the road before suzarise azxd sh�.11
arrange his work so that no machinery or equipment shall be parked closer than 30 ft.
{9.14M} to th� traveled roadway a�er sunset except as authorized by the engineer.
10.12 The contractar shall keep tz-aveled sutfaces used in his hauling operation clear and free of
clirt or other material.
10.13 The use oi rnbber--tired equipment will be required far moving dirt and ot�er materials
along or across paved suriaces.
10.14 Na Iane clasures will be allowed prior to 9:00 a.m. or after 4:00 p.rr�., Monday thr� Friday
Traffic Signal Specif cat�ans — Part E Apri12001
City of Fort Worth pagc 37'
uriless otherwise directed by the engineer.
10.I5 If at any tirne the existing traffic signals� become inoperabie, the contractor sha11 pro�ide
' - portable stap signs with two orange flags, as appraved by' the engineer, to be used for traffic
, � eontrol.
11.0 PAYIVIENT FOR FURNISHIIlTG AND I1�TSTALLII�IG CONTRACT ITEMS
11.1 The urfit bid price sha11 b� iull compensation for placing and testing all materials as wel� as
use of equipment, fools, Iaboar and incidentals necessary to complete the work. Po�rtions of
the work that have not been approved by the Tnspectar will not be co�idered co�np�ete and
payrnen� shaIl be withheld until the Contractor has completed the woz'k to the satisfactian af
the Inspector.
12.0 EXPERIENCE AND QUALIFICATI01�1S
12.1 the Bidder may be required ta supply a list af cities, tawns, eta, where previo�s Contract
work as been campleted. The Iist shall contain names and phone nuir�.bers o�persan�s who
can he contacted for such reference. If the guidelines Iisied above are not met, the bid may
j not be accepted.
��
12.2 The Bidder sha11 also fiu-nish inforn�ation, as autlined abave on each major subcontractor
'' {i.e. manufacturer or �abricator of traffic signal st�etures, etc.) tlaat will part�cipafe iz� this
`�
project. The Cityreserves the right to reject any and a11 subcantractors.
12.3 The City reserves the righ� to zeject an� and all bids and to vvaive formalities.
Tz'affic Signal Specifications — Part E Apri12001
City of Fort Worth Page 38
As Cured — After 21 Days at 2�°C. (i'i°F.) and SD% RH
ASTM D 4 t 2, Die C Mod. Elongation, % min. 1400
ASTM D 3583 Modulus @ I50% Elongation, PSI 9
(Sect. 14 Mod.}
ASTM C 719 Movement, l0 cycles @-� 1D01-50% No Failure
ASTM D 35$3 Adhesion to Concrete, %�longation min. 600
(Sect. 14 Mod.)
ASTM D 3583 Acihesion to Aspha�t, % Eiongation min. 6U0
(Sect. 14 Mod.)
�' 3.4 The joint fillez sop stiall be of a closed cell expand�d palyethylene foam backer rod and polyethylene hond
. breaker tape of suf�icient size to pravide a tight seaL The back rod and breaker tape shall be installed in the
saw-cut joini to prevent the joint sealant from �lowing to the bottozx�. of the joint. The backer rod aud
; � breaker #ape sh.all b� comgatible with the szlicone joint sealant and no bond or reaction shall occur between
� them Reference is made to the "Construction Detail" sheet fox the varzous joint details with their raspective
' dimensions.
4. TIME OF APPLICATION
l7n newly eonslzucted Portland Cement Conczete pavement, the }oints shall he initially saw cut to the required
deptk� with the proper joint spacing as shawn on the "Canistruction DetaiC' sheet or as directed by tiie Ez�gizaeez
within 12 hours of the pavement placernent. {Note that for the "dununy" joints, the initia1114-inch width "green"
saw-cut and �he "resezvoir" saw cut are identical and shoe�ld be part of the same saw cutting operation.
Irmnediately after the saw eutting pz�ssure washing shall be appliad to flush the eoncre#e slurry fram the freshly
saw cut joints.) The ga�ement shall he allowed to c�re for a minimum of seven (7) days. Then the saw cu�s for
tl�e joint sealant �eservoir sl�all be made, the joint cleaned, and tha joint sealant installed. During the application
of the j oint sealant, fhe weather shall not be inclement and the teznpexatuze shall be 40�F. (4°C.) and rising.
5. EQU�PMENT
S.1 The Contractor sha1l furnish all necessary equipment. The Contractar shall keep his equipment in a
satisfactory working condition and shall be inspected by t%e Engineer prior to the beginnuig of the wazk.
The max�inn.um requirernents far constructian equipment shall be as follows:
52 Cancrete Saw: The sawing equipment shail be adequate in size and power to complete the joint sawing to
the required dimensions,
5.3 Hz� Pressur� Water Pur�p: The high pzessure co�d water pumping system shall he capable of delivering a
suificient pressure and voIume of water to tizoxoughly �iush the conerete slurry from #he saw-cut joint.
S.�F Air Co�nressors: The defivered coxripressed air shall have a pressure in excess of 90 psi and 120 cfin.
There shaIl be suitable reaps for the remova� of all free wate� and oil from the compressed air. The blow-
tube sl�all f�r into the saw-cut joint.
5.5 Extrusion Pumn: The autput shall be capable of supplying a suffcient voIume aFsealant ta the jaint.
5.6 Iniection Tool: This m�echaz�eal device shall apply the sealant unifoz�nly into tl�e joint.
5.7 5andblasker: The design shall be for comz�.aercial use with air compressors as specified in Pazagraph 5.4.
5.8 Backer Rvd Roller and Tooline Instrument: These devices shall be clean and free of cantaminatian. . They
shall be compatible with the join depth and width requirements.
6. CONSTRUCTIQN METAODS
Silzcone 7vint 5ealant For Concrete Pavernent Page 2 of 4
6.1 GeneraI: Tl�e joint zeservoir saw cutting, cleanirAg, bond bzeaker installation, and joinf sealant placement
shall be performed in a continnnns sequence of aperations ,
6.2 Sar�in� Jo�ts: The josrrts sha3l be saw cut to the r�vidi}� and depth as shown on the "Construction Detail"
sheet. The faces of the joints shall be uniform in width and depth along the fuU length of the jaint.
63 Cleanin� Joints: Irr�mediately after sawing, tt�e xesultin� concrete slurry s�all be completely removed fram
the joint and adjacent area by �ushing with high-pressure water. The water flushiz�g shall be done in ane-
direction to pzevent joint contatnination.
1�Vhen tlaa Contractor elects to saw the joint by the dry method, flushing the joint with high-pressu�re water
may be deleted. The dust xesulting from the sawing shail be xernoved from the joint by using compressed
air. (ParagraphRev. 1, October 1$, ]989)
� After complete diy7ing, the jainfis shall be sandhlasted. The nozzle slaall be attached to a mechanical aiming
device so that the sandblast will be dizected at an angle of 45 degrees and at a disiance of one to two inches
� from the face of the joint. Both joint faees shall be sandblasted in separate, ane directional passes. Upon
, f the terrnivation of the sandblasting, the j nin#s shall be biown-out using compzessed air. The blow tube shall
� fit ix�to ihe joints.
The b�own joint shall be checked for residual dusf ar other contannination. If any dust ar canta�rtinatian is
fownd, the sandblasting and bIowing shall be repeated until the join# is cleaned. SoIvents will not be
pernutted to remove stains and eontamination.
Imrnediately upon cleaning, the bond breaker and sealant shall be pIaced in the joint. Open, cleaned joints
shall not be left unsealed overnight.
Bond Breaker Rod and Tatse: The bond hreaker rod and #ae shall be insta�Ied in the cleaned joint prior to
the application of the join.t seaIant in a manner that tn+ill produce the req�ired dimensions.
6.4 Joint Sealant: Upon placemenk of the bond breaker rod and tape, the joint seaIant shail be applied nsing the
znechatiical injectinn tool. The jouat sealant application shall not be permitted when the air and pavem�nt
temperature is less than 40F (4C). Joints shaIl not be sealed wnless they are clean and dry.
Unsatisfactorily sealed joints shall he refi�Ied. Excess sealant left on fihe pavement surface shall be rexnoved
and discarded and shail nok be nsed to seal the joints. The pavement surface shall present a elean iu�al
condiiion.
Traffic shall not be allowed on the fresh sealant until it becomes taek fre�.
Approval of Joints: A representative of the sealant xnanufacturer shall be present at the job site at the
beginning of the fnal cleaning and sealing of the joints. He shall demonstrate to the Contractor and the
Engineez the acceptable method for sealaz�t in.stallation. The manufacturer's representative shall approve
the clean, dry joints befare the sealing operation commences.
i. WARRANTY
The Contractor shall provide the Engineax a�anufactu�rer's written guarantee on alI joint sealing rnaterials. The
rnanufaciurer shaIl agree to provide any replacement materzal free of charge to the City. Also, the Contractor
si�all provide tiie Engineer a writtan warranty on all seaIed joints. The Contxactor s�iall agree ta reglace any
failed joints at no cast to the City. Both wanran#ies shaJl be for oae year after final acceptance af the completed
work t�y the Engineer.
S. BASYS O�' PAYMEIV'C
Silicone Joizit Sealant For Concrete Pavement � Page 3 of 4
No payment wili be made for tUis subsidiary pay item. Contractor shall fiu�nish all materials; grepare, deliver,
and apply seaIing matexials; and provsde all labor, equipmient, tools and incidenta3s necessary tv complete the
silicone joint sealing in canfonnity with the plans and these specificatiaz►s.
�
,�
�
;r
�
r�
ti
�
SsIicone Joint �ealax�t For Concrete Pavernent
Page 4 of 4
PART F
CERTIFICATE OF 1NSURANCE
CONTR.A,CTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
EXPERIENCE RECORD
EQUIPMENT SCHEDULE
PERFORMANCE BOND
AND
PAYMENT BUND
,I
�
.I
� •
F-0
��1�iTR�4.�TOR �Ql�I'LT�I�CE �ITH
�T�RI�ER'S Cf]I�PE1�IS�TI�kiT LAW
��
Pursuant to Article 5308-3.23 of Varnon's Annotated Civil Statutes, Cantractar, �tantieid En�eruriGses. �c.
dba ��iJ El�etric certifies that it provides worker's compensation insurance coverage for all of its
employees employed on City af Fort Warth project liTew Si�nal I�stallat�ons at the Intersectio�s �f, I�T
Beach �treet / S�riu��dale Road: leT Beach �treet / Stanlev�i�eller Raad; � Hulen �treet / Led�estone,
Driive project num�er, TP��TE-��0O1�OD011.
By: �`��- _� .� �
,..__��r�
Title
�,�f,"— .,. :� � � �
D3.�e
�TATE OF TEXAS
COU�dT�.' 4F TARRAilTT
�
3
BEF�RE ME, the undersigned autharity, an tlzis day personaliy app�ared
` ' ,_ _ ; . .� ' - �; �- L . _ � � , kt�own io me to be the persan
� � • -
�
whose name is subscribed to the foregoing insirument, and acknowledged to rne that he executed the sa.�ne as
,
��B �,Ct and deed �l , ' n ra L. L r- � � � _ .i-It� � � •t + � � * ,• " : � � � for
� � �i.�'=�+cr- - z +a� - "-�
the purposes and considerations therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this �a `7 `�t' ' day of
^�c,'' • � �0 -' l - - -
�l r�,�1'�1;�„�F;
' . �F'�.1:'-'.� t.:�r;'�.'r:':..'- . ._':",�'r'_.'. : - � F %
��'� `t��1'�,��''��;, Rv1�F�16�41�f�[: I�I�CG{�I�:LL �� Notary Public in a.nd for the State afTexas
} C' F r�, ° e � ��
��r; ti�,���.?.�r�� riUtaryPuf�lic
'�+f��ah}�i��,"sl ,,�r�, �-i�'�Tx� ��74� �'�X,��
.;,, ;�,
'��..'r>�'',ti:i�' �vi,y i.;�lr�[r1. l:�f�). �1�v1�19/iGQ7 '
��) r� .::: Gontract.or:agr�es: �ax�pna �id� to the City a certificate showing that it has abtained a palicy
af workers compe�sation insurance covering each of its employees on the project in compliance
�ovith state law. No Natice to Proceed will be issued untii the Contractor has complied with this
S�GLIOiI.
(b) Contractor agrees to require ea�ch and every subcantractor who wi11 perform war�C on t.�ie
!� projeci ta provide ta it a certificate from such subcontractor stating that the subcontractor has a
policy a#' wor�Cers cornpensation insurance covering each employee employed on the project.
'� Contractor will not permit any subcontractflr to pezform worl� on the proj�ct until such certificate
has been acquired. Contrac�or shall pravide a copy of all such certifica#es to the City.
PERFORI�i1�TCE SC}1�1D
THE STATE OF TEXAS
BDND # TBD0010923
COUNT�t' OF TARRAN'�
KNOW ALL MEN BY TH�SE PRESENT: That �ve (1) StanfieldEnterprises.Inc. dba
S&J Electric (2) Comnanv of., Tegas hereinafter called Principal arad (3)
Mid—Continen� Casual.ty Compariy , a
carporation organized and existing under the la�vs of the S�ate and fully authorized to transact business in the State
of T�xa�, as Surety, are held and fix-mly bound unto the City of �'ort Worth, a m�nicipal corporation o�ganized az�d
exisCing under the Ia�vs of the State of Te�:as hereinafter called O�vner, in the penal suzn of:
Two Hundred Five Thousand, Four Handred Ei�htv Six baltars and �ifteen Cents
$Z05,486.15 Dallars in lacvful mor�ey af the United States, to be pai� in Fort Worth, Tarrant County, Texas, for the
payment of �r�hich sum well and truly be made, we hereby bind ourselves, ow heiss, eaecutors, admi.nistrators, and
successors, joi.�tly and severally, iuxnly by these presents.
THE CONDITI�N OF Tk�TS OBLTGATION is such that Whereas, th.e Principal entered into a certain
contract �vith the City of Fort Warth, the Owner, dated the 25"' day af Seqtember . 2041, a copy of
�vhich is hereto attached and made a part hereo£, far the constructian of:
1�IEW SZGI�AL zI�STALLAT��i�T� AT THE INTER�ECTI4�S OF:
N BEACH STREET / �PRI�VGDALE I.tOAD
�I BEACH STREET I STAI�ILEY-KELLER ROAD
� HULEI�' STREET / LExJGEST�I�TE DRIVE
desi�aked as Projeci Nwnber TPW-TE-2D01-04411 , a copy oFwhich contract is hereto
attached, referred to, and made a patt �ereof as fully and to the same exteut as if coQies at �ength herein, such project
and constn.iction being hereinafter referred to as th� "work".
NOW THEREFORE, if the Principal sha11 �vell, truly az�d faithfully perform the wark in accordance �vith the
Qlans, specification, and contract doc+�ment during the original term thereof, and any e�tensions therec>f rvhich may
be ganted by the Owner, �vitki, or without notice to the SUrety, and ifhe shall satisfy all claizzas and demands i�acurred
under such contract, and shall fi�lly indernnify and sa�ve harniless the Owner fram all costs and ciamages v�r}iich it
may suffer by reason o£ faiiure to do so, and shall reimburse and repay the owner all outlay and expense rvhich the
Otivr�er may incur in matcing good any default, then this obligation shall be void; otherrvise to remain in fuil force
and effect.
PRO'VIDED �`URTHER, that if any legal action ba f�led t�pon this bonc�, �enue shall Iie sa1 Tarrant Couz�ty,
State oFTexas.
AND PROVIDE%7 FURTF�ER, that the said Surety, £or value received, hereby stipi.alates and agrees tlaat no
change, extension of time, alteration or addition to th� tamns of the contract or to the work to be perfornied
tl�ereunder or the spec�cations accompanying the saz�ne shall in any wise af�ect its obligatio� o� this bond, and it
daes hereby waive notice of �ny such change, e�ctension of time alteration or addition to the �enms of the contract ar
- �.
�'-5
tv the work or to ths specif cations,
IN VVITNESS WHEREOF, this instr�ment is executed in 6 Counterparts each one of which shail
Y�e deemed an original, ttus the �Sth day of Septesnber ,��01.
1
i
,
I
�
�TTEST�
�--' � � ='-
(Principal} Secretary
(SEAL)
t�
�I
(Address)
,.��dT� --
�
,� � ,
� �� _� � � _
__ ��>�-_.
(�`EA��
` ��t. ��C' Q �� ' 1,
��_v_
'VYitness as fio Surety
Stanfzel.d Enterprises, inc DBA
S & J �lectri.c
, Principal(4)
By:
�t,�.�.(� � � �
. �P,rinted Nar���Tikle -
� � � .. , . i ��"— , . .. + --R _
PO BOX 121516
A_DDRESS
n
Ft. WQr�h, TX 76121
CITYISTATEIZIP
Mid—Con�inent Casua].ty Company
(5u.rety)
gy, � (At�orney-irc-�F�a�ct) (5) �- ` � � �
Debi MOon
(Printed Attorney-in-Faci}
Nore: Date ofBond must not be prior to date of
Cantrac�
(!J Correct name of Co�troctor
(?) A Corporah'on, a Parr�ershrp ar and
lridividual as cuse may be
(3J Correct Name of Surery .
(4) I�Can�racror Is parrnershfp all Fartrrers
should e.tecute bond
(Sj f! bue eopy ofPawer of/{ttorney shal! be
attached to bond byAttorney-irr-Fact
�
P
F-6
I
P��E�T $or�n TBD oo, osz3
THE STATE OF TEXAS
COi.7NTY OF TA.RRANT
KNOW ALL MEN BY THESES PRES�NTS: That we, (�} Stas��ield Enter�arises. Inc. dba S&,� Elec�ic
a corparation of (2) � Tarrant � County, Texas , hereinafter called Principal and
(3) Mid--Continen�. Casual�y Campany
, a corporatio� organized and e:xisting under the lav�s of the State and fuily autha�ized to transact business in the
State of Texas, as Surety, are held and firmty bound unto the City of Fort Worth, a municipal corporatio� organized
and existing us�der the laws of the State of Texas, l�ereinafter callecl Owner, aczd unto all persons, �irms, and
carporations �vho may �urnish materials for, or per#'orm labvr upon, ihe buil�ing or i�pro�ements hereinafter
refenred ta in the �enal sum of•
Two Hundred Five Thousand, Fnur Hundred Ei�htv Six Dollars and Fifteen Cents
S20S.486.151awful money of the United States, to be paid in Fo�t Worth, Tarrant County, Texas, for the payrnent
of �vhich sum �vell and truly be made, w� bind oursalves, our heus, executors, administrators and successors jaintly
and severaliy, fi.rmly by these presents.
THE C�NDITIDN OF THIS OBLIGA`I'ION is such that Whereas, the Principal entered inta a certain
contraet �vith the Gty af Fort Worth, the Owner dated the 2�"' day of Seatember , 20(l1, a copy oF
�vhich is hereto attached and made a part hereof, foz the construction of:
1�EW SYGI1TAL XI�STALLATXONS AT THE �N`TERSECTZaNS aF;
�I BEACH STREET 1 SPR�NGDA,LE ROA�
l� BEACH STREET / �TA1�ILEY-�ELLER ROAD
� HI1LE� �TREET f LEDGEST��TE DRIVE
design,ated as Project Number TPW-TE-2001-d0U1�. copy of'r�rhich contract is hereto attached,
reEerred to, and mad� a part hereo� as fully and to the same extent as if copied at Iength here�n, such project anri
construction being hereinafter referred to as the "worl:s".
NOW, THEREFOR�, t�e condi�ian of the obligation is such that, if the Principal shall promptly mal:e
payment to aIl clait�ants as defined in Tesas Governrnent Code Section 2253, supplying labor and materials in the
�rosecutian o£ the work provided for in said Contraet, then this obligation sball be null and void, otherwise it shall
remai� in fu11 force anc� effect.
T�iIS BOND IS MAbE AND ENT�RED ir�to solely fox the protection of ail claimants supplying labor a�d
material in khe prosecution of the �vork provided for in said Cantract, as claimants are de�ined in said Texas
Govercunent Co�ie Sect�on 2253, and aIl such c�simants shail have a dizect righ.t of action under the bond as
provided in Texas Government Code Seetion 2253. �
PRQVI]JED FURTHER, tha� if any legal action be filed upon this bond, venue shail lie in Tarrant Caunry,
State of xexas, an.d that the said Surety, for �alue received, hereby stipulates an.d agrees that no change extensioa of
time, alteration ar addition to the tern�s of the contract or to the �vork to be per%rcned thereunder ar the specification
accompanying the same shall i.n any v�7se affect its obligatians on this band, and it dces (�ereby waive notice of any
such change, extension of time, aIteradon or addition tca the terms of the contract or to the work or tke specifications.
F-7
�
�
�
,
�
PROViDED FURTHER, that�no final settlement bet��een the Owner and the Cantrac�or shall abridge
the right of any beneficiary hereunder rvhose claim sha�I be unsatis�ed,
IN yVITNESS�TH WHEREOF, this instrument is e�ecuted in 6 counferparts, each one of �rhich
shall be deemed an or�ginal, this tt�e 25`�' , day of Sentember ,��Ql.
StanfieJ.d En�erprises� �nc DBA
�, S & J Electric ,
Princ'tpal {4)
�TTEST: � ,
� �� � `+-
�
_'�- _ _ . ..-'-�.�—,�.���
(Principai) Secretary
(S EAL)
(Address}
�+iTT��ST:
. ' � .� ` �,'`t�C� w
- - -_ (Surety) S eiary � -
� f� ,
I , (S��) � "'i r . , _ !' � ,
:� �'� � i
, ` -'Witness as to Surety
;�
; � �
.�
�.
�� �� �
�Pt-irlted Name/Ti e)
- • - - �
PQ BOX 12�516 _ — --
ADDR�SS
�'t. Warth, TX 76121
CITYISTATEIZIP
Mid-Continent Cas�al�y Company
(Surety}
g�,_ '-�.+�� _ . � � � - � -�
(Attorney-in-Fact) (�)
Debi Moon ,
{Printed Attomey-in-Fact) '
Note: Dvre nf Bond h�ust nvr be prror fo date oJConlract
�!) Correcr rranie ofCon�racrnr
(z) t1 Corporallon, a Partnership or and
fndivid:ral, as case mQy be
(3) Carrecr Narrre aj5+rrery
(�i} If Conlractor �s Parcnership aff Partners
should exect�te bond
F-8
�I
lW�i�3�C��N'��'IN��'� rAa�TTAT,TY ���R���#�
�'����, �k��h��ma
Know a�l iNien b� thes� presants: "!"!tur 1l+�s MsT}-CC}N'�T�+r`ij:�!'!� Cr�lSI r�aL-�� C:ON�!!n€ll� s ca:*�oratipn et Lhw `�i�?v �? O�?.A..�:•�;r4a, h°�in� its
pruicip� n�r�'ice iu I.t�� ci�y ofT��:.=�. f;��;ikioipa, t���a.�*;? �o *�ti ic11'}k:^?,l€! �Y-LaW. SV:L'!.'.}I 4va� e���:}e� �i�r ��;�a "s'4oc�hnlders ti! L►:e �:d �:u^a�ptusy
rr, PJl�rc� I�+� 1�+37� kc-:vi�"
"A��l� IV, �ectoa� 7. --'L7:R �':xec��:v� ��:ccr� aFr�+_� Company rhail h�vp pow�r r�d anthoriry �o anoo�i, fa� �ur�uses only �Fex�i;utir�
�fi�l atteq;�ii5� �G:'.;,�4 �nd undPrrakiri�, tu�:� �ii.k�' ,,;ri[IFY�.4 ���I�i1LOTy G17 ��iE r�ntrr f�1�:;�� OI1� fl14rC �vyFr#en1 �.L'� �CCy;iP;iC, i�4:S1f��Tll .�cigtnnT
�ie'cret.rnQ� t�nd A��mzvs-in-Fa�t a�td g[ t�.^.y luT? ±� rYmctv2 st!�+ 5tu:kti C�e�:�P*!t V:ce F`cesident, itralc��l r1s�j�ts,nt ��,,,^,,.-�IUTy. Oi tk��4T1'!�]i-1T: �'�!.'�
und rek�e �.h� [�ower anc� tk;:3,h�*�ty ��ven l■+m. �nn� �,f� ,�sc1ti �pnu:utees n�.d be Di:�,C:v�S t�f t�t� I:[yr;�nRnv r,
Tl7e C{PinpBlt)' d�,7�8 }S�!`whv e�7ngr�nste �n,� ::.onoln[ �?�i �:�00l1, �t��tl �?�hEll'c�!1� �1`.n� �. Waia_.�PSI' 4�.^.J
�fovgl� � �'�'+nmac' jnrli�it�'tis�lly O#THI",.;COL�NY, 7'.�.
iis �?+��' a:.*!� 4aWful ��omeV�xj-i��-�n�r, Io exar_.�,tr, s��l •�n�J aP?;�:sr Iar u.e:� cr,� �rs I��haEf ns 5urety, A.n� 889t.R act tu�t� �Ie�(�,
�lny W�d a!1 lwt:^�9 �� ur.•�Pnx:�:i�iks nt' S�r�tys:�:�
tin�i �:;� �xecut�on o�_�,�c�+ insirLin�n!(�) irs }vursuuyace of U:�fie p;�ssnt3, s�l! b� s� �indin� �po� �he ::u:;� �[IU-.C:C}1sY��T1' {;r�k4lJ?:I'I'�'
C�l?��11NY. � full� :�n�k r�?�ply, �a al� u�se�:�� �nd ptu��sP�, ss i� �k�s� �a�e ]:�:1 b�e:i �1.�I}' B)4�GlEE4'� �'..^:i �cLF.snw6edged by Gts �,.�,n►]ar�y e!w�;Eed
�.,�Ficers ;3t iCS �I'17�ci�al o�I�C�: i�1 �1�4s1S8, C ]�;1�h;�,na.
� �r�� ��:� �x1uR.R Wfll+ �
prer�nt,� th�� 0?
ATi �'S`1';
C�'� ��
�ARA Ah1D $OI�E — -
1:7:.TT]_iv(71�1'T'I1�i�1�fT �,4�RI1Ai.�'� CO�'I�`tli`1'�`
�a4' {:i' 14l�a]+
� ��
A.�r,i5'fMfT S�.�RC�7'�►f?Y
�!�s ��e^��rP� W�d alt�sted lhe�e
. `'c�Ort
.��
�- � � -
Tu�n� �A?4TA � �
Y�C�. Pitti:4li}iZrl`P
�n 1h�5 �7 r.1.xy uf M�y , Z0�1 �]�F�*B C]'1C, u T']r�tAry Pub:ie �f the Si,��e of C����:.*;omzt iis �:►d
fa.r t'r� �'oLn[y o� '!`���� c�sr.� th;.• i�diwir?!�sl �o ine �}e,-:��ana11Y kituwTl In hv ihp at?:�`�r +l�sr;�ibed i� �^�;I �vsw e:ce,�r,r�� ik� �reeed�� �.��+„�rr,�nt,
i��!� Ise �.c?�uwled�ed Ihr �x��„�:nn qf �k�� �ame, :md Fx:i�!� bY �i'-a ��ly swnri�. said 4��t hv is f�V lf3,y''P'�l tE���rih�:� ��,nr� (+IY7FI4y,1Y17P1,� �ffrar ��'the
1v�L-[:i??�f��'�'�- �:A4�fJai,TY ���MP.�1VY ��i^rNs��+f, ,�i� ����i i��e scaR �ITixc€i to lh� p*P�aerti,� ir.s.rumenL �s tl�� �orpn�tta nf �id Co;.^.pany,
:3nd dz; •: .9:� cor}�nrn�r ;s�.,�� �,u:d �:s si���u:e 2s :k�c:3 {�ITi�: ����r� �Ju�y +�t�r€�d €o Lhc �.:�] M:�stnimeni k?y ti�� r�uthonty r�ifi� dtrectian of ■P ysid
(,om�anW. ,3utl thaL I'� 'tcle l'Y. S�CIF6ii �. 4}E� II:w BY`L.:tk:'S UL M:::+� Ca^:pa.*�y, r�F�� �a in lh� p:Ye��.Y:Q iIIriflilT�^^ti 33 [i�^.:t' in I`o :e.
[��vo F.rreuntsr �s m)' a:�nd 'd�ld a1Tix�� tt�y iw���n! sn3 s[ 1w� City Qt' �1ss4 6'�e duV ona � iirst a:�:�o �:�t+.r.^-
�1�iV { � 6F717r1 iS52C:1 �K�71TCR � � — 1 �— ��i
� � 1 f
� f��
L �J�4� �QT + �gt,L71� �l{�11C
T� r ■ '..:
[, ��i� 1�'�,�� R:Sd1V +3Y!�CiS�II�� Secreta.ry ot *1[�i)�CC31*1`ETIJLN'f 4;A�RJ.�E.TY t1���df'ItiNY �o h}:eby +zTt:�y Lh�t th� t-urr,�nor�g
�XLTA:'ts of l�� i�u-L,aWs sn� �f fi �?eselutian s;f [he ]3�c� i?t L�'::;r.t{}rg 0� iF1L3 GUL"�11I8Y1OT1, �:.*:� r.� u F�,w� �f Jk#±r�:nxy i���:e:1 �ur��nt Lhereia. ftre
�ti� �and carru;k, :.•ui f�ot hc� �e B}'-Laiu;;. t�� �{��nliiti�sn.anr� [�ie YOk?��F UCe At#ern�� �:xw Y•,�1 in full ��::�w^ �^.d tL�a•t
'iYw ceft��aa that unv GC�.'�t;c a� me,��n::E;;ull y �m�liice.j 6:_�acure p� anY officer oil:�:D �n[i ��lyy r.:.d Cv.^:Y;,^y xeal, u�err�er rppe=�4 g �� n pawor vf aCt�.'tlay i��ied
bw �.ho Ce.:Y�y, �11x11 I�c �a11d a:.d �:Yii::irn 7F�ri il �t]C L'{]Fii�:tiri W11;7 illC S�wr.:t �[TYtt 3tt� Cf� :1 R9 �I7071�! 175gF1��a1i+�. Gu�.X�:i.
iN W1�N��S V�T'r�RL• (��, !�,�+vN 4�ereunfv sst my i�nncl iind at�ixF� 11�v fuc&!:!ry�l•; �s�l af �aar� c;�rpor�tinti
_ u�i...�,E�
},''.���°�i�l � � �-' ; tt��w � 51_h_ ,layAf S���e��es .��Q 1
�� �Y s�9'rr.I '�RIf� � `�
L �+���L�"Id.�y� 7a� aF'�y'Y � V� �� � �
��� �*�.r � ' - - -
; ; � 7 ���� k�4�i��,Ca.,.fif�,11� A2:.?1��.�::i SQ:'L:01�I
��{� ��� '`��
':� -. , : ��
� + �' �, �
� -f�.r...i��
9.$RR$-!J;C �Fh'�4�,� � gY�n.ti5M�98
�i� o� ���r r��Rrb, ���w�
�������
THE STATE OF TEXAS
KNOW ALL i11iER� BY THESE PRESEfVTS:
COUfVTY OF TARRANT
THIS agreement made and entered into this the �vth day of Se�temi��r � 2�Oi
by and betwe�n the CITY OF FORT WORTH, a mu�icipal corporatior� of Tarrant County, Texas,
organized and existing under and by virtue of a special charter adopted by the quali�ed voter's within
said City on the 1'#ih day of December, A.D., 1924, under the authority (v�ested in said voters by the
"Home Ruie" provision} of the Constitution of Texas, and in accordance with a resalution du�y passed
at a regular meeting of the City Council of said city, and the City af Fort Worth being hereinafter
termed 4wner, artd St�r��elc� �nt�rq�i�e�, Inc, dba S� J�lec�ric HEREINAFTER
CALLED Contractor.
WITNESSETH: That said part�es have agreed a5 follows:
1.
That for and in consideration of the payments and agreemertfs hereinafter mentioned to be
made and pertarmed by the Owner, and under the condi#ians expressed in the bond bearing even
date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the
construct�on of certain improvements described as follows:
N�� �If�i��4� liVS�'A�.L�iIO�S �i T�i� 11ViF�I�S�cCTIOR�� ��:
R� ���CFi �Tli���' ! ���IFd(���4�� R�A�
i� ��ACFi 5����� 1 S�A���Y�K��,��F� R�r4D
S�iUL�N SiFt��i 1 LEDGE�i�R�� DRI'V�
Designated as project r�umber, ��11�V ����B09p0��19.
2.
That the work herein contemplated sha�� consis# of furnishing as an i�dependent contractor all
labor, tools, appliances and maferials necessary for the cons#ruction and completion of said project in
accordance with a!f the Pians, SpecifEcations and Contract Documents prepared by the Transportation
and Public Vl�orks Department of the City o# Fort Worth adopted by the Gity Council of �he City of Fort
Worth, which Plans, Specifications and Contract Documents are hereto attached and made a part of
this contract the same as if written hereir�.
G-i
�
The Contractor hereby agrees and binds himself to cnmmence the construction of said work
within ten (10} days after being notified in writing to do so by the Transportation and Public Vilorks
Department of the City of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonabfe diligence after the
commencement thereof and to fully complete and finish the same ready far th� inspection a�d
approval of the Transportatio� and Public Wor�ts Department of the City of Fort IlVorth and the City
� Council of the City of Fort liilorth within a period of �B [�iqhfib) working days.
If t�e Contractor should fail to compiete the wnrk as set forth in the Plans, Specifications and
Gontract Dacuments wiihin the time so stipulated, plus any additional #ime allawed as provided in the
General Canditions, there shall be deducted from any monie� due or which may thereafter become
due him, the sum of � �1�.00 per working day, not as a penalty but as ��quidated damages,
the Contractor and his Surety sha�l be liable #o #�e Owner far such defciency.
5.
Should the Contractor fail to begin the work h�rein provided for within the time herein fix�d or to
carry on and compiete the same according to the true meaning o# the intent and terms of said Plans,
Specif�cations and Contract Doeuments, then the Owner shall ha�e the right to either demand the
surety to take o�er th� work and complete the same in accordance with the Cantract aocuments or to
take charge of and complete the work in such a manner as it may deem proper, and if, ir� the
completion thereof, the cosi to the said City shall exceed t�e contract price or prices set forth �n the
said Plar�s and Spec��ications made a part hereof, the Contractor andlar its 5urety shall pay said City
on demand in writing, setting forth and specifiying art itemized s#atement of ihe total cost thereof, said
excess cost.
�
Contracto� covenants and agrees to indemnify Ciiy's er�gineer and architect, and their
personnel at #he project site for Contractor's sole negligence, In addition, Contractor correnants and
agrees to indemnify, i�o�d harmless and defend, at its own expense, the Owner, its officers, servants
an�i employees, from and against any and all claims or su�is for property loss, property damage,
personal injury, includ�ng deafh, arising out of, or alleged to arise out of, the wark and services to be
performed hereunder by Con#rac#or, its officers, agents, emplayees, subcontractors, licensees or
invitees, whether or r�ot any such injury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likew'rse
covenants and agrees to indemnify and hold harmless the 4wnEr from and against any and all injuries
#o Owner's officers, servants and employees and any damage, loss ar destruction to property of the
Owner arising from the performance of any of the terms and conditions of this Gontract, whether or not
any such ir�jury or damage is caused in whole or in part by the negligence or alleged negligence of
Owner, iis offcers, servants or employees..
[n the event �wrter receives a writter� claim for damages against the Contractor or its subcontractors
prior to final payment, fina� paym�nt shall not �e made �ntil Contrac#or either (a} submits to Owner
satisfactory evidence that the claim has been settied andlor a refease from the claimartt involved, or
G-2
'I 2.
It f5 mutually agreed and understood that #his agreement is made and entered into by the
parties hereto with references to the exi5ting Charter and Ordinances of the City of Fort Worth and the
faws of #he State of Texas with references to and governing all matters affecting tE�is Contract, and the
Contractor agrees to fully camply with all the pravisions of #he same.
�-
�f� WIT�lESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6
: Icaunterparts �n its name ar�d on its behalf by the City iVlanager and a�tested by its Secretary, with the
corporate seal of the City of Fort Worth a#tached. The Contractor has executed this inst�ument
,, through its duly authvrized officers in �i� 6 eaunterparts with its corporate seal atiached.
Done in Fort Worth, Texas, this the
=� +��c.� �-x�aY�.4,���T�'`� `�,�-t...
,
� . �' �-- �'
� , � -��
� � . s va..ri w+ r
(C��1ti�CtQ��
BY: �.,Q�L� .
(Representative)
2�"' day of Sea�femb�r , 2Q�1.
�IT� AF F�i�i l��R�F�
� i! � . - �, .
�4- --4 ,h . , �4 . , , _ r _ -
SSfSTAI�T CITY M��I�iGE� I
APPRQVE�:
DIRECTOR, TRAhlSPORTATIO�!
A�lD PUBLIC WQRKS
;V
_
�f �\
(Add�ress) • '�
ATJ�ST: ,�
; ,.
.:� .. i �.
TITLE � k =-���
� )
fTY SECFj�`T'ARY
� �:.�. � .,:�: � �� �,. ` �. i t� �
(CitylSta#elZip}
(SEA�.) — - C :,. � �� `� � � _
Contract Au�horizatipn
! �_�� ��1
�ate
APPROVED AS TO FORM & LEGALlTY:
�
,�-�f .�,�--�1 ,_..
ASS! Af�T C1TY ATT�RNEY
November 1964
� �Revised May 198G
Revised September 9992
Re�ised .lanuary '{993
�Re�ised April 'f999
Rev�sed June 1959
Revisec4 .�une 2�D1
G-4
� �����Q� ����Q�
�B� ���G � ° ��
�o �U��� ��a
�i�� a f ����� ��r�l�� �`eac�s
���o� ��� ��r���i� �,���������ia�
DAT� I RE��f?Ek�l�C �IiJ�L EI� I_�� h1�0.;++�L� F'�LGE
JJ�S��� **�-1$��� �QHAI.TDNa 1 of �
�u�,���T FkW�k�D OF ��fVTF�A��T TD �T�INFI�LD ENTEk�PRI�E�, lf��, D!BlP� � 8� J EL��TRI�
��f� fV�V� �Rl����� �I�NAL IhI�TI�L�AT��3�l�
RE�ONiNI��I L7ATI�hI :
CE i� r�c�rnmer�dc�d tha� kh� �il� Co��cfl �ulh�r�ze t1�� �iiy f�+1ar����� to �x��ulc� � coa7ir�cl wi��� �i�anf��ld
Er�tvrpris�s, �nc, d�bla ��.� �E��tric, sn ih� a�nount of ����,��1�i_15 for Ehe �or�s�r�ciio�� of ���+,� ira��ic
��gnals ak kha intersectrori� of Nor#h B�ac�� �tr�etl�prir�c�d�E� R�ad, hlorlh B���h ���€�;eU�#��l��-�t�ller
Road, a�d ���th H ul�r� ��r��tll.c�dgestc�n� Drive �Proje�l �Vo. TFVIJ-TE���01 Y���11 }.
D�S�USSIC��I;
TJ�e 1J�8 �a�ikal Impf�v�rr�er�t Prag��m in��u�es funds For �r��ffi� sigr�af i�r�provc�rrw�nt�. �`h� �r�j��f
w�s advarlis�d for �ai�l �n ,luly � and 1�, ��01. On JuE� �6, ���1'I, ���nlleEcf Enkerprise�, Inc. dl��a �& J
����tric was th� �oi� bidder, with #h� fialEowi�g �i�:
: �s �
AMOU�iT
�OiV7F�A�� TI�fE
��ar��ield E���r���s�s, lr��, dlb�� � 8� ,� �le���ri�
��0�,�#8�.1 �
80 w�rkfn� �f��+s
�t�ff �o�siders the con#fa�#or's ba�l to kre fai� a�d ��asanabk� an� ra�ommends �p�roval.
Two o� tha khr�� tfaffic ��gnals �ncl+�ded i� ffnEs proj�ct �r� par#��ki�+ f�,nd�i ��r H�kl��m �ii� ur�d�r a
previ�usl�+ �d��ted 1nt�rlo�al �gr��mer�t ap�ro�e� b� i�he �art 1North ��ty �our�cil or� �lpril 17, 2E}0�
{�+1�� ��1 ��55}. Thi� �gr��m�r�� pro��des t��t I�ialtam �ity �nd ��� �ilp �f ��rt Wor#1� wlll sh�re �he
c�st of �vr��truct��n at t#�e l�7ter�ecki�r�� listed k�elo�+:
• �ior�l� I�oa�h ��re�� and ��rir�gdale Road
■ Nofth Beacl� �tre�i and �tar�l��r-I{elJer Road
�-1�11om �ity ���s a�r�e�l l� pa�ticl��#e In fur�ding the �.�nslr�jc#ior� o� �he�e two� traf�i� s���aEs. whi�h �re
lo����ci ir� Hait�rr7 �Jl� and th� �i#� o� Fort �l�+orkh. F�rth�rmore, s�r�c� #�c� �it}r of ��rt �iVarth wlll b�
�espor��ibl� fo� rrti�an��l�ie�g l}te sigr��l�, H�I�pm �iky has agr�ed to pa� � hig�er p�r�entage o� i�� t�t��
�o�# {fi�°l�).
�t����i�ld Ent�r�rises, I��c_ d�bla �& J C1�cEr3� is ir� c�rrrpli�r�c� wifh YC�� �ity'� �1I1+JE3� �rc�inanc� b►�
��mrraitling to �'! °l4 h�NVBE partf�i�ati�n an�k docuGn�rtfi�g gaacl fal#J� �fifart. Th� �ilp's go�l �r� t��s
�}fOJ�C� k$ �I7°�a.
A�r��iac �igr�al warfa�tt �tud� r,.�ri�lu�l�d lha� khes� ir�ker�ection� meet �he war�ar�� r�quiremenls for
t�af��c ��gnaks bas�d on tf�� fu��rrual ��7 tl���Forrr� Traffr'c ��r��r�! ���fc�s. 'I'h� '�r�n�#�orlali�r� ��d Publi�
1+V�rics Dopa�kment pr�p�ses to En�t.�ll full� �civated traf�fic �ign�ls.
ii7e l�aff�� s�gnals �re I���ked in �DUP��IL DI�T�1�T� 3 ar�d 4,
Ci�� o,�' �'o�r� �a���r, �'�c�xk�
����� ��� �,a���� �����n���rt���
I�A7� RCF�R�h�1��fJU�r1�EFi' LOfi�hll�nl� i'A�E
�l��JQ1 **�-'��%�� �C}�IA�T�� � �f �
� su�,1Ec:�r �qIn�ARD OF ��f�TRA�� T� ��A�1F���D �NTEf�PRE���, f�1�. D1BIA � � J �LE�Tf�k�
�bR N�VV 1"RAF�I� �I��14l� INST'A�.�AT����
�I��At� Iri1�ORN1A7fOiVl��RTI�����'IDl�;
�he Fi��nce Dire�t�r �erkffi�s that fu��s �ra av�il�ble fn kl�� cu�r�r�t ca�ital budget, as appr�pri�te�, �f
th� �r�tf�a! �apit�l Prpj�c#s �ur�d.
M�:�
9tibmilted far C#ty [4�wr�ngtm'�
[1}tic� h�+:
Mii�c CreUomci
ilri�ir��e�l#� U*�ti�r[uten� I�cad
�itigo i4lft�an�
,�ld�ilional L�Sfor�naEfon Coutec�
I�lug� Mola»�e
�
t�'�I1+sl) I.��'COUIV'[' I ���T�R I A14��]4;hfT
{tal
b 1411
78[�I I [ii�arsij -
� �115 ���'[�00
�C��� 5�i204
C11{3 �54�1�00
7Rli� �
U�2{11'�BE]�113� $��,7fi�,��
0,701�FSQ�1153 $�6,��,64 .
0�0116037133 $68,��'H,9�
rrr� s�,Cftt�`art�
������
�11 � ��l.J���'L..
�J�1� �`•i ���
���,. i ,f,� , �
�i; ' �R.�I,���o�lh�
t:�1� „i~i'�ir� VYn�Ih.'�r.Y�.