Loading...
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�.