HomeMy WebLinkAboutContract 40273SPECIFICATIONS
AND
CITY SECRETARY ':ID
CONTRACT NO. s:6]3
CONTRACT DOCUMENTS
FOR
TASK ORDER STREET LIGHT CONSTRUCTION SERVICES AT
VARIOUS LOCATIONS CITY WIDE
IN THE CITY OF FORT WORTH, TEXAS
TPW PROJECT NO. TPW-TS-2009-002
MIKE MONCRIEF
MAYOR
FEBRUARY 2010
DALE A. FISSELER, P.E.
CITY MANAGER
JESUS CHAPA, DIRECTOR
HOUSING AND ECONOMIC DEVELOPMENT
CYNTHIA B. GARCIA, ASSISTANT DIRECTOR
HOUSING AND ECONOMIC DEVELOPMENT
PREPARED BY
HOUSING AND ECONOMIC DEVELOPMENT
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
OFFICIAL RECORD
CITY SECRETARY
T. RTH, TX
M&C Review Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
FORT WORTH
~
COUNCIL ACTION: Approved on 2/9/2010
DATE:
CODE:
2191201 O REFERENCE
NO.:
C TYPE:
**C-24077 LOG NAME:
PUBLIC
CONSENT HEARING:
17STREET LIGHT INSTALL
SECONDARY CONTRACT
NO
SUBJECT: Authorize Agreements for Street Light Installation Services Citywide With Forcecon
Services , LLC, and MasTec North America for an Amount Not to Exceed $500 ,000 .00
Each (ALL COUNCIL DISTRICTS)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize agreements for street light installation services with Forcecon Services, LLC , and MasTec
North America for an amount not to exceed $500 ,000 .00 each ; and
2 . Authorize these agreements to begin February 9, 2010 , and expire February 8 , 2011, with options to
renew for two additional one year periods.
DISCUSSION:
On February 2, 2010 , the City Council awarded, through M&C C-24068 , C&S Utility Contractors, Inc., an
agreement to serve as the City's primary contractor for the installation and removal of street lights throughout
the City of Fort Worth.
M&C C-24068 also stated that two contractors would be selected from the remaining bidders to serve as
secondary contractors for the City. Task orders will be requested and are contingent upon the availability of
funds and the availability of each of the contractors.
This bid was advertised in the Fort Worth Star-Telegram on January 6 , 2009 , January 13 , 2009 , January 20 ,
2009 , and January 27, 2009 . Over 150 vendors were solicited from the Purchasing database. On January 28 ,
2010 , the following responsive proposals were received and are ranked from lowest to highest bid price :
Bidder Name Amount
C&S Utility Contractors , Inc. $707 ,899 .50
Forcecon Services, LLC $811,293 .00
MasTec North America $969 ,645 .00
Roderick Lee Electrical Contractors , Inc. $1,184 ,014 .00
Highway Intelligence Traffic Systems Corp. $1 ,211,965 .21
MelsElectric , LP. $1 ,355 ,363 .00
Finway , Inc. $1 ,525,890 .00
MICA Corporation $1 ,571 ,231 .00
Independent Utility Construction, Inc. $1 ,360 ,818.00
Gardner Telecommunications, Inc . $1 ,764 ,065.50
The Transportation and Public Works Department (T/PW) evaluated the bids and concluded that the bids
submitted by Forcecon Services , LLC , and MasTec North America presented the second and third lowest
http://apps.cfwnet.org/council_packet/mc _review .asp ?ID= 1311O&=c~~-te=2/9/201 o
M&C Review Page 2 of2
bids.
City staff recommends that the City enter into agreements with Forcecon Services, LLC, and MasTec North
America to serve the City's secondary contractors based upon their submission of the second and third
lowest bids.
M/WBE -Forcecon Services, LLC, and MasTec North America are in compliance with the City's M/WBE
Ordinance by committing to five percent. The goal for this project is five percent.
RENEWAL OPTIONS -Each Agreement may be renewed for up to two additional one year terms at the
City's option. This action does not require specific City Council approval provided that the City Council has
appropriated sufficient funds to satisfy the City's obligations during the renewal term .
This agreement will benefit ALL COUNCIL DISTRICTS.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available, as appropriated, of the
participating departments.
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
THProject.pdf
FROM Fund/Account/Centers
Thomas Higgins (6192)
Jay Chapa (5804)
Andrew Rhodes (7338)
http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 1311 O&councildate=2/.9L20J 0--~-
t
PARTA
PARTB
PARTC
PARTD
PARTE
PARTF
TABLE OF CONTENTS
Instructions to Bidders
Proposal
Vendor Compliance to State Law
Conflict of Interest Disclosure Requirement
M/WBEForms
Special Provisions
Specifications
Certificate of Insurance
Contractor Compliance with Worker's Compensation Law
Experience Record
Equipment Record
Maintenance Bond
Performance Bond
Payment Bond
Contract
PART A
Instructions to Bidders
,.;
CITY OF FORT WORTH PURCHASING DIVISION
\INSTRUCTIONS TO BIDDERS\
1.0 SOLICITATION
1.1 Review of Documents: Bidders are expected to exam ine all documents that make up
the Solicitation . Bidders shall promptly not ify the City of any omission , ambiguity ,
inconsistency or error that they may d iscover upon examination of the Solicitation .
Bidders must use a complete Sol icitat ion to prepare Bids . The City assumes no
responsibility for any errors or misrepresentations that result from the use of incomplete
Solicitations .
1.2 Location of Documents: Solicitations are issued by the Purchas ing Division . The
location and phone number for the Purchas ing Division are specified in the advertisement
and in the solicitation .
2.0 EXPLANATIONS OR CLARIFICATIONS
Any explanation , clarification , or interpretation desired by a Bidder regarding any part of the
Solicitation must be requested in writing from the Purchasing Div ision with sufficient time allowed
for a written addendum to reach each Bidder before the submission of the ir Bid . Interpretations ,
corrections, or changes to the Solicitation made in any other manner are not binding upon the
C ity , and Bidders shall not rely upon such interpretations , corrections or changes. Oral
explanations or instructions g iven before the award of the Contract are not binding. Requests for
explanations or clarifications may be faxed to the City at (817) 392-8440 . The fax must clearly
identify the Buyer's name and soli citation number. Any material information given to one Bidder
concerning a Solicitation will be furnished by an Addendum to all B idders who have been issu~d
a Solicitation.
3.0 PRE-BID CONFERENCE
If a pre-bid conference is held , the time, place , and nature of the conference will be specified on
the cover page of the sol ic itation . Attendance at pre-b id conferences is not mandatory.
4.0 PREPARATION OF BIDS
Each Bidder must furn ish all information required by a Solicitation on the documents provided .
Bids submitted on other than the forms included in the Solicitation shall be considered non-
responsive. Any attempt to alter the wording in the Solicitation is ineffective and will result in
rejection of the Bid .
4 .1 Taxes: Purchases of Goods or Services for City use are usually exempt from City , State ,
and most Federal Taxes. Bids may not include exempted taxes . The successful Bidder
should request a Tax Exemption Certificate from the Purchasing Division . Under no
circumstances shall the City be liable to pay taxes for which the City has an exemption
under any Contract.
4 .2 Brand Name or Equal : If the Solicitation indicates brand name or "equal" products are
acceptable, the Bidder may offer an "equal" product and must be prepared to
demonstrate those features that render it equal. Final determination of a product as
"equal" remains w ith the City .
4 .3 Delivery Time : Delivery time , if stated as a number of days , will be based on calendar
days. Time is of the essence in any City purchase. If the indicated date cannot be met
or the date is not indicated , the Bidder shall state its best delivery time .
4.4 Free on Board (FOB) Point: Freight Terms shall be FOB Destination , Freight Prepa id
and Allowed . The Bidder should quote its lowest and best price , with the goods delivered
to the place specified , at the Bidder's expense and risk , and there tender delivery to the
City . Bids offering any other delivery terms are not acceptable and may be cause for
rejection .
4 .5 Prices :
4 .5.1 Bids shall be firm priced offers unless otherwise specified.
4 .5.2 Pricing shall be entered on the Bid Sheet in ink.
4 .5.3 Totals shall be entered in the "Total Price" column of the Bid Sheet.
4.5.4 In the event of a discrepancy between unit price and extended price, the unit
price shall govern .
4 .5.5 Prices shall be offered in the Dollars of the United States of America (or decimal
fractions thereof).
4 .6 Signature : The Bidder must sign each document in the Solicitation requiring a signature.
Any change made to the Bid must be initialed by the Bidder.
4 .7 Bid Security: If a bid security is required for this purchase, the requirement will be
reflected in the "Specification" section of the bid package. Cashier's check or an
acceptable surety bond in the amount indicated in the Notice to Bidders must be
submitted at the time the bid is submitted , and is subject to forfeiture in the event the
successful bidder fails to execute the contract documents within 10 calendar days after
the contract has been awarded.
4 .7.1 To be an acceptable surety on the bond :
4 .7.1.1 The name of the surety shall be included on the current Department of
the Treasury's Listing of Approved Sureties (Department Circular 570); or
4 . 7 .1.2 The surety must have capital and surplus equal 10 times the amount of
the bond . The surety must be licensed to do business in the state of
Texas .
4 .8 Alternate Bids: Bidders may offer an "equal" product as an alternate bid . Final
"approved equal" determination remains with the City.
4 .9 Proprietary Information :
4 .9.1 All material submitted to the City becomes public property and is subject to the
Texas Open Records Act upon receipt.
4 .9 2 If a Bidder does not desire proprietary information in the bid to be disclosed , each
page must be identified and marked proprietary at time of submittal. The City
will, to the extent allowed by law, endeavor to protect such information from
disclosure . The final decision as to information that must be disclosed lies with
the Texas Attorney General .
4 .9.3 Failure to identify proprietary information will result in all unmarked sections
being deemed non-proprietary and available upon public request.
4 .10 Bid Preparation Costs: All costs associated with preparing a Bid in response to a
Solicitation shall be borne by the Bidder.
4 .11 Payment: All payment terms shall be "Net 30 Days " unless specified in the bid document.
4 .11 .1 Successful bidders are encouraged to register for direct deposit payments prior
to providing goods and/or services using the forms posted on the City 's website
at http ://www. fortworthgov . org/purchas ing/achpayments. htm .
5 .0 SUBMISSION OF BIDS
5.1 Copies: Unless otherwise specified, Bidders are required to submit an executed
original and one (1) copy of the Bid.
5.2 Documents required with Bid : The following documents must be submitted with each
Bid prior to the Due Date:
5.2 .1 The signed Offer and Award Sheet;
5.2 .2 The Bid Sheet; and
5.2 3 Any other document included in the Solicitation requiring completion or execution
by the Bidder.
5.3 If a Minority and Women Business Enterprise (M/WBE) goal has been established on the
bid, the applicable documents must be submitted five (5) City business days after the bid
opening date, exclusive of the bid open ing date. The Bidders shall obtain a receipt from
the appropriate department as evidence that the City received the documentation.
5.4 Addendum: Receipt of an Addendum must be acknowledged by signing and returning
the Addendum with the Bid if requested or under separate cover prior to the Due Date
and Time. The Addendums containing bid pricing should be returned in a sealed
envelope marked on the outs ide with the Bidder's name, address , the Solicitation
number, and the Due Date and time.
5.5 Late Bids : Bids must be received in the Purchasing Division prior to the Due Date and
Time. All Bids received after the Due Date and Time are considered late and will be
returned to the Bidder unopened . The time stamp clock on the receptionist's desk in the
Purchasing Division is the time of record . It is the sole responsibility of the Bidder to
ensure timely delivery of the Bid . The City will not be responsible for failure of service on
the part of the U.S . Postal Office, courier companies , or any other form of delivery service
chosen by the Bidder.
6.0 MODIFICATION OR WITHDRAWAL OF BIDS
7.0
6 .1 Modification of Bids : Bids may be modified in writing at any time prior to the Due Date.
6.2 Withdrawal of Bids: Bids may be withdrawn in writing , telegraphically , or by facsimile
(provided that the facsimile is signed by the Bidder) at any time prior to the Due Date. A
Bid may also be withdrawn in person by a Bidder, provided the withdrawal is made prior
to the Due Date. A receipt of withdrawal must be signed by the Bidder. No Bids may be
withdrawn after the Due Date without forfeiture of the Bid guarantee , unless there is a
material error in the Bid . Withdrawn Bids may be resubmitted, with or without
modifications, prior to the Due Date. The City may require proof of agency from the
person withdrawing a bid .
OPENING OF BIDS
The Purchasing Division representative responsible for opening Bids shall confirm the time and
announce the Bid opening. The representative shall then personally and publicly open all Bids
timely received, reading each bid aloud .
8.0 EVALUATION FACTORS AND AWARD
8.1 Evaluation : Bidders may furnish pricing for all or any portion of the Solicitation (unless
otherwise specified). However, the City may evaluate and award the Contract for any
item or group of items shown on the Solicitation, or any combination deemed most
advantageous to the City . Bids that specify an "all or none " award may be consid~red if a
single award is advantageous.
8.2 Award : The City will award contracts to the bidder who offers represents the "best value"
to the City, price and other factors considered.
8.2.1 The following criteria may be considered to determine the best value (see section
252 .043 of the Texas Local Government Code):
8.2 .1.1 Purchase Price;
8.2.1.2 Reputation of the bidder and of the bidder's goods or services;
8.2.1.3 Quality of the bidder's goods or services ;
8.2.1.4 Extent to which the goods or services meet the City 's needs;
8.2 .1.5 Bidder's past relationship with the City;
8.2.1.6 Impact on the ability of the City to comply with laws and rules relating to
contracting with historically underutilized businesses and non-profit
organizations employing persons with disabilities ;
8.2 .1.7 Total long-term cost to the City to acquire the bidder's goods or services;
and
8.2.1 .8 Any relevant criteria specifically listed in the request for bids or
proposals .
8.2.2 Total long-term cost may include specification conformance , delivery
requirements , the life expectancy, cost of maintenance and operation , operating
efficiency, training requirements, disposal value, warranties and other factors
contributing to the overall acquisition cost of the product/services.
8.3 Acceptance of Bid : Acceptance of a Bid will be in the form of a Purchase Order or a
Contract. Subsequent purchase releases may be issued as appropriate. The contents of
a Bid shall become a part of the Contract. Under no circumstances will the City be
responsible for Goods or Services provided without an acceptance signed by an
Authorized City Representative.
8.4 Reservations: The City expressly reserves the right to :
8.4 .1 Specify approximate quantities in the Solicitation;
8.4 .2 Extend the Solicitation opening date and time ;
8.4 .3 Consider and accept alternate Bids, if specified in the Solicitation, when most
advantageous to the City;
8.4.4 Waive as an informality , minor deviations from specifications provided they do
not affect competition or result in functionally unacceptable goods or services ;
8.4.5 Wa ive any m inor informality in any Bid or Solicitation procedure (a m inor
informality is one that does not affect the competitiveness of the Bidder);
8.4.6 Add additional terms or modify existing terms in the Solicitation ;
8.4 .7 Reject a b id because of unbalanced unit prices bid;
8.4 .8 Reject or cancel any or all Bids;
8 .4 .9 Reissue a Solicitation ;
8.4 .10 Procure any item by other means; and/or
8 .4 .11 Award to multiple vendors on a non-exclusive award basis , or primary and
secondary vendors .
9.0 POST-BID DOCUMENTS REQUIRED FROM SUCCESSFUL BIDDER
9 .1 Certificates of Insurance: When insurance is required , the Bidder must prov ide
Certificates of Insurance in the amounts and for the coverages required to the Purchasing
Office with in 14 calendar days after notification of award , or as otherwise required by the
Solicitation .
9 .2 Payment and/or Performance Bonds : When Payment and/or Performance Bonds are
required , the Bidder must provide the bonds , in the amounts and on the conditions
required , with in 14 calendar days after notification of award , or as otherwise required by
the Solicitation .
9.3 Minority and Women Business Enterprise (M/WBE) Documents: If an M/WBE goal
has been established for the bid , the applicable documents must be submitted within five
(5) City business days after the bid opening date, exclusive of the bid opening date.
Bidders shall obtain a receipt from the appropriate department as evidence that the City
received the documentation .
10 .0 FEDERALLY FUNDED WORK ORDERS
10 .1 If a work order is assisted in whole or in part by any federal funds , the project will be
subject to but not limited to the following federal regulations : the Davis-Bacon Act (OBA),
Copeland Act, Contract Work Hours Safety Standards Act (CWHSSA), and the Fair
Labor Standards Act (FLSA).
10 .2 If a work order is assisted in whole or in part by any federal funds , the project will be
subject to a Disadvantaged Business Enterprise (DBE) goal.
Revised September 6, 2006
--
-
-
-
PARTB
Proposal
Vendor Compliance to State Law
Conflict of Interest Disclosure Requirement
M/WBEForms
Attachment A
Street Light Bid Items
Bi eet -tree 1g ts nsta atlon d Sh 09 XXXX S t L" h I II . S erv1ce A ,greement
,j UNIT
PAY ITEM APPROX.QTY UNIT ITEM DESCRIPTION COST TOTAL COST
Conduit-Schedule 40 , PVC 2 Inch Open Cut -~Afb d.r-r, i(oo. 1J 1 7000 LF Install
Conduit-Schedule 40, PVC 1-1/4 Inch Open Cut -"3.(6'2) , -:;r Cs> 0. 2 2000 LF Install
.... 3 22000 LF Conduit-Schedule 40 PVC , 2 Inch Bore -Install \ 'd..00 d-.C.04., 000
4 8000 LF Conduit-Schedule 40 PVC 1-1/4 Inch Bore -Install \ l·OO C\Lo.,000.
5 200 LF Conduit-Rigid Metal 2 Inch -Install L\.(b(o C\-i'd-.00
w
6 200 LF Conduit-Rigid Metal 1-1 /4 Inch -Install .~.SD ,oo.oo
Conduit Rigid Metal 2 Inch For Riser With ~30.00 0C\O.CO ... 7 3 EA Hardware -Install
Conduit Rigid Metal 1-1/4 Inch For Riser With \ ?JS.fXJ ~J00.00 8 20 EA Hardware -Install ... 9 500 LF Cable-Num 1 Insulated Stranded THHW -Install \.S'c) t°'i04 00
10 10000 LF Cable-num 2 insulated Stranded THHW -install \ ,?,_c)._ \~'J,.Cf).
-' 11 60600 LF Cable-Num 4 Insulated Stranded THHW -Install .(bl\ 50.qo4.
12 20000 LF Cable-Num 6 Insulated Stranded THHW -install ,5C\ I LCoDO.
13 50000 LF Cable-Num 8 Insulated Stranded THHW -install , l\?:, 8 l'l ':)OO, ....
14 20000 LF Cable Num. 10 Insulated Stranded THHW-install · .. 3?:> (o,\(.oC[) .
15 500 LF Cable-Num 14 Solid -Install .Jo \OU~OO
wJ 16 500 LF Cable #6 Tri-plex Overhead -Install \ . ':Jlo ,W).00
17 200 LF Cable #6 Du-plex Overhead -Install \. '=V) 9/...d).OO
18 500 LF Cable #4 Tri-plex Overhead -Install \. '1~ 9)'75.W ...,
Light-100 W HPS Cobra Head Fixture ; Photo-Cell ~7:)?Jt 5~C\5o. 19 25 EA & Lamp -Install .., Light-200 W HPS Cobra Head Fixture ; Photo-Cell -;;.or:l(. -,,315 . 20 25 EA & Lamp -Install
w Light-100 W MH Cobra Head Fixture; Photo-Cell & ~4St:> U;>?,-00, 21 25 EA Lamp -Install
Light-150 W MH Cobra Head Fixture ; Photo-Cell & ~"51,(¥) LotA ·~~ 0
~ 22 25 EA Lamp -Install ) -
23 300 EA Light-Concrete Foundation Type 7 -Install (o(oq o~ ~m~,oo.
24 24 EA Liqht-Concrete Foundation Type 1, 2 & 4 -Install fbOLofO 1 ct" ~il a~ ._
25 25 EA Light-Concrete Foundation Type 3-Install 10~1 D! ~5/71;}.S.
Light-Concrete Foundation Type 5 ,6,8, or 9 -i~~~~ l.ot../J \50. 26 50 EA Install
Bid 09-0291 Street Light Installation 47 of 55
Light-Type 1, 4 , & 6 Pole & Arm -Install item ~15. d;l5D. 27 10 EA suoolied by the City
Light-Type 11, 8 , D-25, 18. 18A Pole & Arm -;1'15. l~-;-T~O, 28 50 EA Install supplied by the City
Light-Type ,D-40 9 or 9TPole& Arm -Install item 3\5. \ 5~1150. 29 50 EA suoolied by the City
30 10 EA Wood Pole Arm -Install item supplied by the City 1 ·d\i:;, \~t::O,
31 10 EA Wood Pole 30' or 35' -install (~~. .~~ 5CX).
#
Light-Ornamental Pole & Fixture -Install item 115, 5~~500. 32 300 EA suoolied by the City
Light-Salvage Existing City Street Light pole, arm ,
Co~ooo. fixture -Remove (refer to 5.0 REMOVAL OF \~o. 33 40 EA MISCELLANEOUS ITEMS)
34 69 EA Electrical Ground Box with Lid -Small -Install rl.~~' \ r o.DTlrt .
,I
Electrical Ground Box with Lid and Apron -Small -JB~. '5 ,Co(oO. 35 20 EA Install
Light-Photo-Cell Contact Closure Circuit Control ~15. \ ~ uf:JJ. 36 6 EA Pad mount-Install item suoolied by the City
Light-Photo-Cell Contact Closure Circuit Control J1':). $50.DO 37 2 EA Pole mount-Install item supplied by the City
38 · 160 SF Walk -Install s.rrs CfJO,OD
39 · 160 SF Walk -Remove ~ o~S --C.O~n.oo .
Light-Salvage arm and fixture from pole owned by ld)S. 5,ocD. others -Remove (refer to 5 .0 REMOVAL OF
40 40 EA MISCELLANEOUS ITEMS)
Bid 09-0291 Street Light InstaJlation 48 of55
CONTRACTOR WILL BE SELECTED ON BASIS OF TOT AL BID
This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article
20.04 (F) of the Texas Limited Sales , Excise and Use Tax Act,
The Contractor shall comply with City Ordinance 7278 , as amended by City Ordinance 7400 (Fort Worth
City Code Sections 13-A-2 l through l 3-A-29), prohibiting discrimination in employment practices.
The undersigned agrees to complete all work covered by these contract documents within one calendar
year from and after the date for commencing work as set forth in the written Work Order to be issued by
the Owner and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility
Construction" as established by the City of Fort Worth , Texas .
Within ten ( 10) calendar days ofreceipt ofnotice of acceptance of this bid, the undersigned will execute the
formal contract and will deliver an approved Surety Bond and other bonds required by the Contract
Documents for the faithful performance of this Contract. The attached bid security in the amount of 5% in
the sum of Dollars ($ is to be forfeited in the
event the contract and bond are not executed within the time set forth , as liquidated damages for delay and
additional work caused thereby.
The Bidder agrees to begin construction within 10 working days after issue of each task order, and to
complete the contract within reasonable time as agreed upon with the project engineer after beginning
construction as set forth in the written work order to be furnished by the Owner.
(Uwe ), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions
and requirements of which have been taken into consideration in preparation of the foregoing bid:
Addendum No . I (lnitials)--=$r+-____ Addendum No. 3 (Initials) _____ _
Addendum No . 2 (Initials) _Gr~ ____ Addendum No. 4 (Initials) _____ _
Respectfully ;\bmitted:
By : ~li }
(SEAL)
Title :_\J"---'-1 P.,_' ________ _
Contractor: rneisJe, Nor+h AW\e l'~ca JJ,.v , I
Address: l.f 1 '{ 7 J V'V tiv-3 Bi vJ1 ~ ZZ,
Telephone: ~\4 "'S7J-t:~oll
Date 4/ s-Jt~ .. l
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident
bidders . This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-State
contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for
construction , improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder
by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to
obtain a comparable contract in the State in which the nonresident's principal place of business is located. The
a ppropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to
meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that
bidder. Resident bidders must check the box in Section B .
A . Nonresident vendors in (give State), our principal place of business, are required to
be percent lower than resident bidders by State law. A copy of the Statute is attached .
Nonresident vendors in __________ (give State), our principal place of business, are not required
to underbid re sident bidders .
B. Our principal place of business or corporate offices are in the State of Texas. ~
BIDDER:
By : ~&--'-'-J_et11.,.__,µ.c__];~l'a.~v~: ~~ ___ _
(Please print)
Signature:
Title: V, P,
City State Zip (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
MasTec North America
4747 Irving Blvd .
Dallas , TX 75247
Phone (214) 571-2500
Fa csimile (214) 571-2555
January 27, 2010
City of Fort Worth
1000 Throckmorton St
Fort Worth, TX 76102
Re: Bid No. 09-0291
Dear Sir or Madam,
Ft Worth Bid.doc
·:-M a sTec
Please be advised that MasTec North America , Inc. (MasTec) is not listed on any federal, state or local
list of debarred, suspended and ineligible.
Please contact me with any questions or comments.
Terry Tomerlin
Division Manager
MARIBETH DAY
MY COMMISSION EXPIRES
Sep18m1r 20, 2012
I r ~/ dM·k:11 o°o'
I 2.fl 2-01 D
MasTec North Americ a
4747 Irving Bl vd .
Da ll as, TX 75247
Phone (214) 571 -2500
Facsimile (2 14) 571 -2555
January 27, 2010
City of Fort Worth
1000 Throckmorton St
Fort Worth, TX 76102
Re: Bid No. 09-0291
Dear Sir or Madam ,
Ft Worth Bid 2.doc
·:NasTec
Please be advised that MasTec North America , Inc. (MasTec) compl ies with the Department of Fair Labor
Standards Act and we meet all equal employment, affirmative action and non-discrimination regulations.
Please contact me with any questions or comments.
Terry Tomerlin
Divis ion Manager
MARIBETH DAY
MY COMMISSION EXPIRES
Seplambar 20, 2012
FORT WORTH .~ City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25 ,000 , the M/WBE oal is not a plicable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is ____ % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUB MITT AL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated , in order
for the entire bid to be considered responsive to the specifications . he Offeror shall deliver the MWBE documentatio
jn person to the appropriate employee of the managing department and obtain a date/time receipt. Such receiRt shal
be evidence that the City received the documentation in the time allocated. A faxed copy will not be acceP-ted.
1. Subcontractor Utilization Form , if goal is received by 5 :00 p.m., five (5) City business days after the bid
met or exceeded : openino date , exclusive of the bid openino date .
2. Good Faith Effort and Subcontractor received by 5 :00 p .m ., five (5) City business days after the bid
Utilization Form , if participation is less than opening date, exclusive of the bid opening date .
stated ooal :
3. Good Faith Effort and Subcontractor received by 5 :00 p.m., five (5) City business days after the bid
Utilization Form , if no M/WBE participation : openino date, exclusive of the bid ooenina date .
4. Prime Contractor Waiver Form , if you will received by 5:00 p .m ., five (5) City business days after the bid
perform all subcontractino/supplier work : opening date , exclusive of the bid openino date .
5. Joint Venture Form, if utilize a joint venture received by 5 :00 p .m ., five (5) City business days after the bid
to met or exceed qoal. openina date , exclusive of the bid open ina date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Re v. 11 /1/05
FORT WORTH ---.....-----
PRIME COMPANY NAME:
PROJECT NAME:
City's M/WBE Project Goal:
%
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
I M/W/DBE I I NON-M/W/DBE
BID DATE
Prime's M/WBE Project Utilization : PROJECT NUMBER
%
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form , in its entirety with requested documentation , and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications .
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant ,
Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties .
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct
payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located o r doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm , including M/WBE owner-operators , and rece ive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease aQreement.
Rev. 5/30/03
FORTWORTH --...,...--
ATTACHMENT 1A
Page 2 of 4
Primes are req ui red to identify ALL s ubcontractors/suppl iers , regard less of status ; i.e ., M ino ri ty , Women and non-M/WBEs .
Please li st M/WBE firm s fi rst , use additional sheets if necessary.
Certification N
(c heck one) 0
SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax B B T D w r R 0 B E E C T E
A
Rev. 5/3 0/0 3
fORTWORTH -....,..--
ATTACHMENT 1A
Page 3 of 4
Primes are requ ired to identify ALL subcontractors/suppliers , regardless of status ; i .e ., Minority, Women and non-M/WBEs .
Please li st M/WBE firms fi rst , use additional sheets if necessary.
Certification N
(che ck one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D VI Telephone/Fax r B B R 0 B E E C T E
A
Rev . 5/30/03
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
ATTACHMENT 1A
Page 4 of 4
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form , the Offeror further agrees to provide , directly to the City upon request ,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or
examination of any books , records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners , principals , officers , employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal , State or
Local laws concerning false statements . Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year .
Authorized Signature Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
Rev. 5/30/03
CITY OF FORT WORTH
Disadvantaged Business Enterprise
PRIME COMPANY NAME: :ffict~( i,~"" · A~e."'~ G(t )Tue,
5,\-~c+-' [!8 ~.\-_hg>fula.}lb~ . PROJECT, NAME:
F!~OJECT NUMBER:
I CITY'S DBE:~ROJECT GOAL: .s: % (! I Vfil I
Plea~e rea~ the followin$J statements prjor to ~xecuting ~hjs form.
Bi~\09-0291 Street Light lnstall11tioi1 'l'errell Heights Project 50of68
AIT~£~~~flf ~.
CITY .or fOR r J'WRTH
P;WRQHA SH{G ; f.JIYlS'!DN
. Schedule of Subcortr~ctors/Suppll15KfFE8 _2 .A ID:. S:3
DDBE
BID ~ATE : \/ 2 '8 {z o·to
j Prime's DBE GOAL COMMITMENT: £: % Q
: .1~§il,,J~.4f!P!J1Ji!!~ill ~·ij~~;n ;qred!,t'.fi>.i'c Jl,~lng !l geE h~~llr~ f_l;rm :•.•'long as
· ~\;t: ''"'9/.PJE t~~jJe,1-.. t,ui:k1ffr..om .'.a110Ute(DB,~ {lrm ., 1n9!l;(~lil~ QBE owner-·~:t~~f-.:g(,tt.nato!f !-ibut WIii only ,r9celv'f, credit (or .the fritia and tommlaslons
. ::-t ··:· .~ ~ ~. ''."
Rev. 5-30-03
,:,,, ___ _
:j .
, . ATIACHMENT 1A
REGEJ v-a .
f~¢tt°ISW:tiP!ibt
CITY OF FORT WORTH
SCHEDULE OF SUBCONTRACTORS/SUPPLIERS
20W FE~ -2 A JQ; Sb
Check ,{his box. D If any subcontrac~or/suppller is a Sole Sour~e and Identify by writing sole source by the subcontractor/supplier name. j:,' . . . . . . . ' . ' . . ...
'l NAM!;~ AND ADDRESSES OF
,;\ SUBCONTRACTORS/SUPPLIERS
~ . . . ,,.
~~m~~. ~ ~ Tc et. µ ~~ ~ '-lt'P!,-1../
Addr«Ji s: 14 ~ ''l... Mc1, ~,-'\~r-~
,l Dl,.t..L~~ I 11.' .,SoD,
. Ph~n~~; Q 1..4 . ..-'!, g: ~:.-.,1-:. 0_2'
fax: J, ~V·l-~S'~..; 31 &&·
Em11il ~1' . .
ContattPersQn: (M~~" '!'..,11 ,u
~N~mel
Addr~s:
!
· Phone f
Fax: ·1
·email:.
Contag,t Person:
f:'ame ~'
AddreJs: ' if:'
'Phone f
·'Fax: l}
Email:;/.
Contadt Person:
l
TYPE OF WORK TO BE PERFORMED • , -• , ·, '• • I ••
Type of W<>1~: fr\~~v: (\. \ .S
Type of Work:
$AMOUNT:
Type of Work:
$AMOU!'IT:
'L .
J3i~-09-029 I Street Light Installation Terrell Heights Project 51of68
:~
Specify
Tier
.,
· CERTIFIED DBE
FIRM
Yes~ ~o-
Certified Bl
NCTRCA •
TXDOT
Other_ pitas•
atlacll .DBE cortlflcatlon
Yes j_ No_
Certified By:
NCTRC~ __
TXOOT -Other_. _ pfeu~.
II~~ 1>81,: cert!QcaUon
Yes_ No_
Certified Bf
NCTRCA _
TXDOT
Other_ pl11ao
alt,ach !)l!E cutfflcaUan
Yee-. __ N~-
Certified By:
NCTRCA ._
TXDOT
PREVIOUS YEAR'S
ANNUAL GROSS
RECEIPTS I check one)
_ l!ISS than $SOOK
_ $~00K to $2M
-S2M to $5"1
)(. mol'8 than $~M
_ less than $500K
_ $5DOK to $2M
_ $2M to$5M
.X more than $5M
_ less than $SOOK
_ $SOOK to $2M
_ $2M lo$5M
_ more than $5M
_ less than $SOOK
_ $SOOK to $2M
_ $2M to$5M
Other_· _ ploaact
ottoch OBI,: cert1nc•llon -more than $S!','1
Rev . 5-30-03
,-)
\...._,}
0
I
CITY OF FORT WORTH
. ATTACJ,;iMENT 1A
REC£1VT:.'D : .
. OITJ 0,f Ft'JRf *VOHH--1
P,~RCHA:S lNq t}l ~f/rf $Jf1:M
SCHEDULE . OF SUBCONTRACTOR/SUPPLIERS wm Fta: -2· ·A· 10,,, .C::,b· , .•.• , .• ··-.: ... ' •• ~1
.I~
·i ~~jt#,..~:g~;~~!';.~,~~s TYPI: 9F wo~K TO BE PERF~~ME[) Specify CERTIFIED OBI: PREVIOUS YEAR'S
'fler FIRNI . ANNUAL GROSS ·1~.· • . . •.
RECEIPTS I check one I :8 '
Nam~:t Type of Worf(: Yea No_
., less than S590K
Addrest; Certified By: -
NCTRCA _ $500K to $2M
Phone d: TXDOT :'--_ $2M to $5M Fax: l $AMOUNT: Other _·_plea••
E.mall: :f attach DB!c cartNlc1~on _ more than $5~
,· ',ij,•
Contact :Perscm:
Name:l Type of \Nork:
.•..•. I(>' Yes_ No_ less than $SOOK I , -Addresj :
Certified By: _ $500K to $2N! ~! ·r Phone:'1• NCTRCA ._' _
_ $2M to $5M Fax ~· :j. $AMOUNT: TXDOT : _ .. _:•_ 11[: Other_· _ p1ea11 more than $5M Email: 'Ii' llllch DBE clll1lftc11lon -ContacE!Person:
"'"""' ·-·····-.. ·· .. --·-;[
OBES MUST BE CERTIFIED BY THE CITY OF FORT WORTH PRIOR TO A RECOMMENDATION FOR AWARD TO THE CITY COUNCIL. ·. /Jl~· . . . . . tAt1:.{)l-opti~~ Br-t~~\-v; ..
Autho~ed SJgnature · .. Prl11ted Sl~nature
G°j,wfr1tt-1 i'.hgv': ----------------T1t1e ' 't• · ··. Contact Name an~ Tille (If different) l'A~ fl~c µw-+~ ~W'~;. f 4-. .Xlit)L, cJ\~' s, \"' g.·st,·o · ~tlf--:511,. '2S-5''J
CgmP-any Name ·. .. 1 · Phone Number . Fax Number
')_11""}ttJ .•. ,.' 7 lll.v·,~·~ a .. L V':D r .1!.."2..-'J.. ' ... ·/)'{ . \...Ar U. \ .iJ ,Lt~ ,__ . . . "'7 rn l ,, ,v~ ~ "-~ ,~nf'U.,µv"1,th.tfc:.-,Y'<-f.rre.L..,.1CDM
Addresi. ' · · · · Y Email Address ·
~A-s, =i:x· ,12i2 ···. a1. hlrd
('1c J-1-... .. · f t
Clty/St~e/Zip:Code
8idi~:9-029
4
i Stre,et Light Installation 'rerrell Heights Project
ilt
Date
52of6~ Rev , 5-30-03
0
CITY OF FORT WORTH
CONTRACT COMPLIANCE MEMORANDUM
THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LEGAL AND
CITY MANAGER APPROVAL.
To:
From:
Date:
Leticia Hurtado
(underline appropriate one) Project Manager
Melani Villarreal
M/WBE Office Staff
February 4, 2010
In the Amount of $ Not to Exceed $500,000.00
Buyer Department Director
6293
Extension
09-0291
DOE/ProjecUBid No(s}.
Project/Bid: __ Street Light Installation Services Citywide
1. Compliance with the City's M/WBE Ordinance has been achieved by one of the following methods :
a) MasTec North America is in compl iance w ith the City's M/WBE Ordinance by committing to
5 % M/WBE participation on this project. The City's MWBE goal on this project is 5 %.
b) is in compl iance with the City's M/WBE Ordinance
by committing to % M/WBE participation and documenting good faith effort. The City's
M/WBE goal on this project is %.
c) is in compliance with the City 's M/WBE
Ordinance
by documenting good fa ith effort. The City's M/WBE goal on this project is %
d) is in compliance w ith the City's M/WBE Ordinance
by submission of the pr ime contractor waiver form. The City 's M/WBE goal on this project is
___ %.
2. The apparent low dollar bidder(s) did not comply with the City's M/DBE Ordinance because:
Rev. 05/11/99
PARTC
Special Provisions
', '
,C i
\ ,.
\
\
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OF WORK .................................................................................................... SP-4
2. AW!ARD OF CONTRACT ......................................................................................... SP-4
3. PRECONSTRUCTION CONFERENCE ..................................................................... SP-4
4. EXAMINATION OF SITE .......................................................................................... SP-5
5. BID SUBMITTAL ....................................................................................................... SP-5
6. WATER FOR CONSTRUCTION ............................................................................... SP-5
7. SANITARY FACILITIES FOR WORKMERS .............................................................. SP-5
8. PAYMENT ................................................................................................................. SP-5
9. SUBSIDIARY WORK ................................................................................................. SP-5
10 . LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ....................................................................................................... SP-6
11. WAGE RATES .......................................................................................................... SP-6
12. EXISTING UTILITIES ................................................................................................ SP-7
13. PAR~AY CONSTRUCTION ................................................................................... SP-7
14. MATERIAL STORAGE .............................................................................................. SP-7
15. PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS ............................................................................................. SP-7
16. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-8
17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-8
18. EQUAL EMPLOYMENT PROVISIONS ..................................................................... SP-8
19. MINORITY AND WOMENS BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ........................................................................................... SP-9
20. FINAL CLEAN UP ................................................................................................... SP-10
21. CONTRACTOR 'S COMPLIANCE WITH WORKER'S
COMPENSATION LAW ........................................................................................... SP-10
22. SUBSTITUTIONS ..................................................................................................... SP-13
23. MECHANICS AND MATERIALSMEN 'S LIEN ........................................................... SP-14
24. WORK ORDER DELAY ........................................................................................... SP-14
25. WORKING DAYS .................................................................................................... SP-14
26. RIGHT TO ABANDON ............................................................................................. SP-14
27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-14
28. MAINTENANCE STATEMENT ................................................................................ SP-14
29 . DELAYS ....................................................................................................... SP-14
30. DETOURS AND BARRICADES .............................................................................. SP-15
31 . DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-15
32. QUALITY CONTROL TESTING .............................................................................. SP-15
33. PROPERTY ACCESS ............................................................................................. SP-16
34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................... SP-16
35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-17
36. RIGHT TO AUDIT ................................................................................................... SP-17
37. CONSTRUCTION STAKES ..................................................................................... SP-17
38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-18
39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-18
40. AIR POLLUTION WATCH DAYS ............................................................................. SP-18
06/20/08 SP-1
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS:
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
54.
55.
56.
57.
58.
59.
60.
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
PAYITEM-
PAY ITEM-
PAY ITEM-
PAYITEM-
PAYITEM-
PAY ITEM-
PAY ITEM-
PAY ITEM-
PAY ITEM-
PAY ITEM-
UNCLASSIFIED STREET EXCAVATION ....................................... SP-19
6" REINFORCED CONCRETE PAVEMENT .................................. SP-19
SILICONE JOINT SEALING ........................................................... SP-21
7" CONCRETE CURB .................................................................... SP-25
RETAINING WALL ......................................................................... SP-25
REPLACE EXIST. CURB ANO GUTTER ....................................... SP-25
HMAC TRANSITION ...................................................................... SP-25
6" PIPE SUBORAIN ........................................................................ SP-25
TRENCH SAFETY .......................................................................... SP-26
8" THICK LIME STABILIZED SUBGRAOE ANO CEMENT FOR
SUBGRAOE STABILIZATION ....................................................... SP-26
PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES ANO HMAC
TESTING PROCEDURES) ............................................................. SP-26
PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER,
SIDEWALKS, LEAOWALKS, WHEELCHAIR RAMPS ANO
DRIVEWAYS) ................................................................................. SP-27
53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS,
PAYITEM-
PAY ITEM-
PAY ITEM-
PAY ITEM-
PAY ITEM-
PAYITEM-
PAYITEM-
PAYITEM-
PAY ITEM-
PAYITEM-
PAY ITEM-
PAY ITEM-
PAY ITEM-
PAY ITEM-
STEPS, LEADWALKS ANO WHEELCHAIR RAMPS ..................... SP-28
REMOVE EXISTING CURB ANO GUTTER ................................... SP-28
REMOVE EXISTING CURB INLET ................................................ SP-28
6" REINFORCED CONCRETE DRIVEWAY ................................... SP-28
REMOVE ANO CONSTRUCT CONCRETE STEPS ....................... SP-28
4' STANDARD CONCRETE SIDEWALK, LEAOWALK ANO
WHEELCHAIR RAMP .................................................................... SP-29
REMOVE ANO REPLACE FENCE ................................................. SP-29
STANDARD 7'' CURB ANO 18" GUTTER ...................................... SP-30
REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUSSP-30
BORROW ....................................................................................... SP-30
CEMENT STABILIZATION ............................................................. SP-30
CEMENT ........................................................................................ SP-30
NEW 1"' CONCRETE VALLEY GUTTER ........................................ SP-30
STORM DRAIN INLETS ................................................................. SP-31
TRENCH EXCAVATION ANO BACKFILL
FOR STORM DRAIN ...................................................................... SP-31
PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED
AREAS EQUAL TO OR GREATER THAN 1 ACRE) ...................... SP-31
PRE BIO ITEM -PROJECT DESIGNATION SIGN ................................................... SP-33
PRE BIO ITEM -UTILITY ADJUSTMENT ................................................................ SP-34
PRE BIO ITEM -TOP SOIL ...................................................................................... SP-34
PRE BIO ITEM -ADJUST WATER VALVE BOX ...................................................... SP-34
06/20/08 SP-2
73.
74.
75.
76.
77.
78.
79.
80.
81.
82.
83.
84.
85.
86.
87.
88.
89.
90.
91 .
92.
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
PRE BID ITEM -
PRE BID ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM-
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
NON-PAY ITEM -
MANHOLE ADJUSTMENT ....................................................... SP-34
ADJUST WATER METER BOX ................................................ SP-36
CLEARING AND GRUBBING ................................................... SP-36
SPRINKLING FOR DUST CONTROL. ...................................... SP-36
PROTECTION OF TREES, PLANTS AND SOILS .................... SP-36
CONCRETE COLORED SURFACE ........................................ SP-36
PROJECT CLEAN-UP .............................................................. SP-37
PROJECT SCHEDULE ............................................................. SP-37
NOTIFICATION OF RESIDENTS ............................................. SP-37
PUBLIC NOTIFICATION PRIOR TO
BEGINNING CONSTRUCTION ............................................... SP-37
PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............ SP-38
WASHED ROCK ...................................................................... SP-38
SAWCUT OF EXISTING CONCRETE ...................................... SP-38
LOCATION AND EXPOSURE OF MANHOLES
AND WATER VALVES ............................................................. SP-38
TIE-IN INTO STORM DRAIN STRUCTURE ............................. SP-39
SPRINKLER HEAD ADJUSTMENT .......................................... SP-39
FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ... SP-39
TEMPORARY EROSION, SEDIMENT AND WATER
POLLUTION CONTROL (FOR DISTURBED AREAS LESS
THAN 1 ACRE) ......................................................................... SP-40
NON-PAY ITEM -'GREEN' CEMENT POLICY ...................................................... SP-41
PAY ITEM -TRAFFIC CONTROL ............................................................... SP-41
06/20/08 SP-3
-
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: TASK ORDER STREET LIGHT CITY PROJECT NO.: TPW-TS-2009-001
CONSTRUCTION SERVICES AT
VARIOUS LOCATIONS CITY WIDE
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the
following: Construction of STREET LIGHTS and all other miscellaneous items of
construction to be performed as outlined in the plans and specifications which are
necessary to satisfactorily complete the work.
2. AWARD OF CONTRACT: Submission of Bids: Unit 1 and Unit II constitute a package. If
the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive
proposal price, the Contractor will be the apparent successful bidder for this project. The
Contractor can bid either the HMAC alternate and/or the Concrete alternate. The
additive alternate must be included in any bid.
Bidders are hereby informed that the Director of the Transportation and Public Works
Department reserves the right to evaluate and recommend to the City Council the best
bid that is considered to be in the best interest of the City.
3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City -
City shall meet at the call of the City for a preconstruction conference before any of its
work begins on this project. At this time, details of sequencing of the work, contact
individuals for each party, request for survey, and pay requests will be covered. Prior to
the meeting, the Contractor shall prepare schedules showing the sequencing and
06/20/08 SP-4
progress of their work and its effect on others. A final composite schedule will be
prepared during this conference to allow an orderly sequence of project construction . As
used herein, the term "Engineer'' shall mean the design engineer who prepared and
sealed the plans, specifications and contract documents for this project.
4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit
the project site and make such examinations and explorations as may be necessary to
determine all conditions that may affect construction of this project. Particular attention
should be given to methods of providing ingress and egress to adjacent private and
public properties, procedures for protecting existing improvements and disposition of all
materials to be removed. Proper consideration should be given to these details during
preparation of the Proposal and all unusual conditions that may give rise to later
contingencies should be brought to the attention of the City prior to the submission of the
Proposal.
During the construction of this project, it is required that all parkways be excavated and
shaped including bar ditches at the same time the roadway is excavated. Excess
excavation will be disposed of at locations approved by the Engineer. During construction
of this project, the Contractor shall comply with present zoning requirements of the City
of Fort Worth in the use of vacant property for storage purposes.
5. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or
sheets from the contract documents at any time. Failure to bid or fully execute contract
without retaining contract documents intact may be grounds for designating bids as "non-
responsive" and rejecting bids as appropriate and as determined by the Director of the
Engineering Department.
6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the
Contractor at his own expense.
7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary
conveniences for the use of workers at the project site. Specific attention is directed to
this equipment.
8. PAYMENT: The Contractor shall receive full payment from the City for all the work
based on unit prices bid on the proposal and specified in the plans and specifications
and approved by the Engineer per actual field measurement.
9. SUBSIDIARY WORK: Any and all work specifically governed by documentary
requirement for the projects, such as conditions imposed by the Plans, the General
Contract Documents or these special Contract Documents, in which no specific item for
bid has been provided for in the Proposal, shall be considered as a subsidiary item or
work, the cost of which shall be included in the price bid in the Proposal for each bid •
item, including but not limited to surface restoration cleanup and relocation of mailboxes.
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these specifications shall be covered by Item No. 102
"Clearing and Grubbing" and shall be subsidiary to the other items of the contract.
10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's
particular attention is directed to the requirements of Item 7, "Legal Relations and
06/20/08 SP-5
Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction".
11. WAGE RATES:
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates .
The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code (Chapter 2258), including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258. Such prevailing wage rates are included in these contract documents.
Penalty for Violation .
A contractor or any subcontractor who does not pay the prevailing wage shall , upon
demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to
offset its administrative costs , pursuant to Texas Government Code 2258.023.
Complaints of Violations and City Determination of Good Cause.
On receipt of information, including a complaint by a worker, concerning an alleged
violation of 2258.023 , Texas Government Code, by a contractor or subcontractor , the
City shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the violation
occurred . The City shall notify in writing the contractor or subcontractor and any affected
worker of its initial determination. Upon the City's determination that there is good cause
to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain
the full amounts claimed by the claimant or claimants as the difference between wages
paid and wages due under the prevailing wage rates, such amounts being subtracted
from successive progress payments pending a final determination of the violation.
Arbitration Required if Violation Not Resolved.
An issue relating to an alleged violation of Section 2258 .023, Texas Government Code,
including a penalty owed to the City or an affected worker, shall be submitted to binding
arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq.,
Revised Statutes) if the contractor or subcontractor and any affected worker do not
resolve the issue by agreement before the 15th day after the date the City makes its
initial determination pursuant to paragraph (c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of
the persons. The City is not a party in the arbitration . The decision and award of the
arbitrator is final and binding on all parties and may be enforced in any court of
competent jurisdiction.
Records to be Maintained .
06/20/08 SP-6
The contractor and each subcontractor shall, for a period of three (3) years following the
date of acceptance of the work, maintain records that show (i) the name and occupation
of each worker employed by the contractor in the construction of the work provided for in
this contract; and (ii) the actual per diem wages paid to each worker. The records shall
be open at all reasonable hours for inspection by the City. The provisions of the Audit
section of these contract documents shall pertain to this inspection.
Pay Estimates .
With each partial payment estimate or payroll period, whichever is less, the contractor
shall submit an affidavit stating that the contractor has complied with the requirements of
Chapter 2258 , Texas Government Code.
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of
the project at all times.
Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above.
(Wage rates are attached at the end of this section.)
12 . EXISTING UTILITIES: The locations and dimensions shown on the plans relative to
existing utilities are based on the best information available. It shall be the Contractor's
responsibility to verify location of adjacent and/or conflicting utilities sufficiently in
advance of construction in order that he may negotiate such local adjustments as are
necessary in the construction process in order to provide adequate clearance. The
Contractor shall take all necessary precautions in order to protect all services
encountered .
Any damage to utilities and any losses to the utility City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense.
13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required
that all parkways be excavated and shaped at the same time the roadway is excavated.
Excess excavation will be disposed of at locations approved by the Director of the
Engineering Department.
14. MATERIAL STORAGE : Material shall not be stored on private property unless the
Contractor has obtained permission from the property City.
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall
take adequate measures to protect all existing structures, improvements and utilities,
which may be encountered.
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the Engineer to be accurate as to extent, location and depth,
they are shown on the plans as the best information available at the time of design, from
the Owners of the utilities involved and from evidences found on the ground.
06/20/08 SP-7
16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are
approximate. It is the Contractor's sole responsibility to verify all the minor pay item
quantities prior to submitting a bid. No additional compensation shall be paid to
Contractor for errors in the quantities. Final payment will be based upon field
measurements. The City reserves the right to alter the quantities of the work to be
performed or to extend or shorten the improvements at any time when and as found to
be necessary, and the Contractor shall perform the work as altered, increased or
decreased at the unit prices as established in the contract documents . No allowance will
be made for any changes in anticipated profits or shall such changes be considered as
waiving or invalidating any conditions or provisions of the Contract Documents.
Variations in quantities of storm drain pipes in depth categories shall be interpreted
herein as applying to the overall quantities of storm drain pipe in each pipe size but not to
the various depth categories.
17 . CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants
and agrees to indemnify City 's Engineer and Architect, and their personnel at the project
site for Contractor's sole negligence . In addition, Contractor covenants and agrees to
indemnify, hold harmless and defend, at its own expense, the City, its officers, servants
and employees, from and against any and all claims or suits for property loss, property
damage, personal injury, including death, arising out of, or alleged to arise out of, the
work and services to be performed hereunder by Contractor, its officers, agents,
employees , subcontractors, licensees or invitees, whether or not any such injury,
damage or death is caused, in whole or in part, by the negligence or alleged
negligence of City, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the City from and against any and
all injuries to City's officers, servants and employees and any damage , loss or
destruction to property of the City arising from the performance of any of the terms and
conditions of this Contract, whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of City, its officers,
servants or employees.
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to City satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides City with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
18 . EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code
Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices.
The Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided by assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
06/20/08 SP-8
19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In
accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. The Ordinance is incorporated in these specifications by reference. A copy of
the Ordinance may be obtained from the Office of the City Secretary. Failure to comply
with the ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH
EFFORT FORM, as applicable, must be submitted within fine (5) city business days after
bid opening. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE)
on the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an MBE and/or WBE. The misrepresentation of acts (other
than a negligent misrepresentation) and /or the commission fraud by the Contractor will
be grounds for termination of the contract and/or initiating action under appropriate
federal, state, or local laws or ordinances relating to false statement. Further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time not less than three years.
The City will consider the Contractor's performance regarding its M/WBE program in the
evaluation of bids. Failure to comply with the City's M/WBE Ordinance , or to
demonstrate "good faith effort", shall result in a bid being rendered non-responsive to
specifications.
Contractor shall provide copies of subcontracts or co-signed letters of intent with
approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor
shall also provide monthly reports on utilization of the subcontractors to the City's
M/WBE office.
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals. The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint venture equal to the percentage of the M/WBE
participation in the joint venture for a clearly defined portion of the work to be performed.
All M/WBE Contractors used in meeting the goals must be certified prior to the award of
the Contract. The M/WBE Contractor(s) must be certified by either the North Central
Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation
(TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid. The Contractor shall contact
all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization
or good faith effort forms as applicable. Failure to contact the listed M/WBE
subcontractor or supplier prior to bid opening may result in the rejection of bid as non-
responsive.
Whenever a change order affects the work of an M/WBE subcontractor or supplier, the
M/WBE shall be given an opportunity to perform the work. Whenever a change order
exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals
applicable to the work to be performed under the change order.
06/20/08 SP-9
During the term of the contract the contract shall:
1. Make no unjustified changes or deletions in its M/WBE participation
commitments submitted with or subsequent to the bid, and,
2. If substantial subcontracting and/or substantial supplier opportunities arise
during the term of the contract which the Contractor had represented he
would perform with his forces, the Contractor shall notify the City before
subcontracts or purchase orders are let, and shall be required to comply with
modifications to goals as determined by the City , and,
3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor
desires to change or delete any of the M/WBE subcontractors or suppliers.
Justification for change may be granted for the following :
a. Failure of Subcontractor to provide evidence of coverage by Worker's
Compensation Insurance.
b. Failure of Subcontractor to provide required general liability of other
insurance.
c. Failure of Subcontractor to execute a standard subcontract form in the
amount of the proposal used by the Contractor in preparing his M/WBE
Participation plan.
d. Default by the M/WBE subcontractor or supplier in the performance of
the subcontractor.
Within ten (10) days after final payment from the City, the Contractor shall
provide the M/WBE Office with documentation to reflect final participation of
each subcontractor and supplier used on the project, inclusive of M/WBEs.
20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the
paving and curb and gutter has been completed. No more than seven days shall elapse
after completion of construction before the roadway and ROW. is cleaned up to the
satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the
work before acceptance by the City or its representative. This cleanup shall include
removal of all objectionable rocks, pieces of asphalt or concrete and other construction
materials, and in general preparing the site of the work in an orderly manner and
appearance.
21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. Workers Compensation Insurance Coverage
a. DEFINITIONS:
b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
06/20/08 SP-10
providing services on a project, for the duration of the project. Duration of the project-
includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in §406 .096)-includes all
persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with the
Contractor and regardless of whether that person has employees. This includes,
without limitation, independent Contractors, subcontractors, leasing companies, motor
carriers, City-operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include , without
limitation, providing, hauling, or delivering equipment or materials , or providing labor,
transportation , or other services related to a project. "Services" does not include
activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets .
The Contractor shall provide coverage, based on proper reporting of class ification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of
the Contractor providing services on the project, for the duration of the project.
c. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
d. If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
e. The Contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(2) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project.
f . The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
g. The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) days after the Contractor knew or should have known,
or any change that materially affects the provision of coverage of any person providing
services on the project.
06/20/08 SP-11
h. The Contractor shall post on each project site a notice , in the text, form and manner
prescribed by the Texas Worker's Compensation, informing all persons providing
services on the project that they are required to be covered, and stating how a person
may verify coverage and report lack of coverage.
i. The Contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
06/20/08
( 1) provide coverage, based on proper reporting on classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all of its employees providing services on the project ,
for the duration of the project;
(2) provide to the Contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project;
(3) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
( 4) obtain form each other person with whom it contracts, and provide to
the Contractor:
(a)
(b)
(c)
(d)
(e)
a certificate of coverage, prior to the other person beginning
work on the project; and
a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project ;
retain all required certificates of coverage on file for the
duration of the project and for one year thereafter.
notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) days after the person knew or
should have known, of any change that materially affects the
provision of coverage of any person providing services on the
project; and
contractually require each person with whom it contracts, to
perform as required by paragraphs (1 )-(7), with the certificates
of coverage to be provided to the person for whom they are
providing services.
SP-12
B.
j.
k.
By signing this contract or providing or causing to be provided a certificate of
coverage, the Contractor is representing to the governmental entity that all
employees of the Contractor who will provide services on the project will be
covered by worker's compensation coverage for the duration of the project,
that the coverage will be based on proper reporting of classification codes and
payroll amounts, and that all coverage agreements will be filed with
appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the Contractor to administrative, criminal,
civil penalties or other civil actions.
The Contractor's failure to comply with any of these provisions is a breach of
contract by the Contractor which entitles the governmental entity to declare
the contract void if the Contractor does not remedy the breach within ten day
after receipt of notice of breach from the governmental entity.
The Contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and
stating how a person may verify current coverage and report failure to provide
coverage . This notice does not satisfy other posting requirements imposed
by the Texas Worker's Compensation Act or other Texas Worker's
Commission rules. This notice must be printed with a title in at least 30 point
bold type and text in at least 19 point normal type, and shall be in both English
and Spanish and any other language common to the Worker population. The
text for the notices shall be the following text, without any additional words or
changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services
related to this construction project must be covered by worker's compensation
insurance. This includes persons providing, hauling, or delivering equipment
or materials , or providing labor or transportation or other service related to the
project, regardless of the identify of their employer or status as an employee."
Call the Texas Worker's Compensation Commission at 512-463-3642 to
receive information on the legal requirement for coverage, to verify whether
your employer has provided the required coverage, or to report an employer's
failure to provide coverage".
22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of
quality that the City believes necessary to procure a satisfactory project. No
substitutions will be permitted until the Contractor has received written permission of the
Engineer to make a substitution for the material that has been specified. Where the term
"or equal", or "or approved equal" is used, it is understood that if a material, product, or
piece of equipment bearing the name so used is furnished, it will be approvable, as the
particular trade name was used for the purpose of establishing a standard of quality
acceptable to the City. If a product of any other name is proposed substitutes is
procured by the Contractor. Where the term "or equal", or "approved equal " is not used
in the specifications, this does not necessarily exclude alternative items or material or
equipment which may accomplish the intended purpose. However, the Contractor shall
06/20/08 SP-13
have the full responsibility of providing that the proposed substitution is, in fact, equal,
and the Engineer, as the representative of the City, shall be the sole judge of the
acceptability of substitutions. The provisions of the sub-section as related to
"substitutions" shall be applicable to all sections of these specifications.
23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute
a release of mechanics and materialmen's liens upon receipt of payment.
24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and
easements and/or permits obtained on this project within sixty (60) days of advertisement
of this project. The work order for subject project will not be issued until all utilities, right-
of-ways, easements and/or permits are cleared or obtained. The Contractor shall not
hold the City of Fort Worth responsible for any delay in issuing the work order for this
Contract.
25. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted
number of working days.
26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the
Contractor, any part of the project or the entire project at any time before the Contractor
begins any construction work authorized by the City.
27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two
following published specifications, except as modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS
A copy of either of these specifications may be purchased at the Office of the
Department of Engineering, 1000 Throckmorton Street, 2"d Floor, Municipal Building,
Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated
in the call-out for the pay item by the Engineer. If not shown, then applicable published
specifications in either of these documents may be followed at t he discretion of the
Contractor. General Provisions shall be those of the Fort Worth document rather than
Division 1 of the North Central Texas document.
28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmanship, or both, for a period of two (2) years
from date of final acceptance of this project and will be required to replace at his
expense any part or all of the project which becomes defective due to these causes.
29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the
work, except when direct and unavoidable extra cost to the Contractor is caused by the
failure of the City to provide information or material, if any, which is to be furnished by the
City. When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Engineering Department and if by him
06/20/08 SP-14
found correct shall be approved and referred by him to the Council for final approval or
disapproval; and the action thereon by the Council shall be final and binding. If delay is
caused by specific orders given by the Engineers to stop work or by the performance of
extra work or by the failure of the City to provide material or necessary instructions for
carrying on the work, then such delay will entitle the Contractor to an equivalent
extension of time, his application for which shall, however, be subject to the approval of
the City Council; and no such extension of time shall release the Contractor or the surety
on his performance bond form all his obligations hereunder which shall remain in full
force until the discharge of the contract.
30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a
manner as to create a minimum of interruption to traffic and pedestrian facilities and to
the flow of vehicular and pedestrian traffic within the project area. Contractor shall
protect construction as required by Engineer by providing barricades.
Barricades, warning and detour signs shall conform to the Standard Specifications
"Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans.
Construction signing and barricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways"
31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material,
the Contractor shall advise the Director of the Department of Engineering acting as the
City of Fort Worth's Flood Plain Administrator ("Administrator''), of the location of all sites
where the Contractor intends to dispose of such material. Contractor shall not dispose of
such material until the proposed sites have been determined by the Administrator to
meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance
No. 10056). All disposal sites must be approved by the Administrator to ensure the filling
is not occurring within a flood plain without a permit. A flood plain permit can be issued
upon approval of necessary engineering studies. No fill permit is required if disposal
sites are not in a flood plain. Approval of the Contractor's disposal sites shall be
evidenced by a letter signed by the Administrator stating that the site is not in a known
flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any
expenses associated with obtaining the fill permit, including any necessary engineering
studies, shall be at the Contractor's expense. In the event that the Contractor disposes
of spoil/fill materials at a site without a fill permit or a letter from the administrator
approving the disposal site, upon notification by the Director of Engineering, Contractor
shall remove the spoil/fill material at its expense and dispose of such materials in
accordance with the Ordinance of the City and this section .
32. QUALITY CONTROL TESTING:
(a) The Contractor shall furnish, at its own expense, certifications by a private laboratory
for all materials proposed to be used on the project, including a mix design for any
asphaltic and/or Portland cement concrete to be used and gradation analysis for
sand and crushed stone to be used along with the name of the pit from which the
material was taken. The Contractor shall prov ide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related
thereto.
(b) Tests of the design concrete mix shall be made by the Contractor's laboratory at
06/20/08 SP-15
-
least nine days prior to the placing of concrete using the same aggregate, cement
and mortar which are to be used later in the concrete. The Contractor shall provide a
certified copy of the test results to the City.
(c) Quality control testing of on site material on this project will be performed by the City
at its own expense . Any retesting required as a result of failure of the material to
meet project specifications will be at the expense of the Contractor and will be billed
at commercial rates as determined by the City. The failure of the City to make any
tests of materials shall in no way relieve the Contractor of its responsibility to furnish
materials and equipment conforming to the requirements of the contract.
(d) Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing. The Contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested.
( e) The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site . The ticket shall specify the name of the pit supplying the fill
material.
33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times
unless otherwise directed by the Engineer.
34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
(a) A warning sign not less than five inches by seven inches , painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
as cranes, derricks , power shovels, drilling rigs, pile drivers, hoisting equipment or
similar apparatus . The warning sign shall read as follows:
"WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES ."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm, except back hoes or dippers
and insulator links on the lift hood connections.
(c) When necessary to work within six feet of high voltage electric lines, notification shall
be given the power company (TU Electric Service Company) which will erect
temporary mechanical barriers, de-energize the line or ra ise or lower the line. The
work done by the power company shall not be at the expense of the City of Fort
Worth. The notifying department shall maintain an accurate log of all such calls to
TU Electric Service Company and shall record action taken in each case .
(d) The Contractor is required to make arrangements with the TU Electric Service
Company for the temporary relocation or raising of high voltage lines at the
Contractor's sole cost and expense.
06/20/08 SP-16
(e) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (c).
35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work
on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water
Department to perform such work in accordance with procedures described in the current
Fort Worth Water Department General Specifications which general specifications shall
govern performance of all such work.
36. RIGHT TO AUDIT :
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of the Contractor
involving transactions relating to this contract. Contractor agrees that the City shall
have access during normal working hours to all necessary Contractor facilities and
shall be provided adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section. The City shall give Contractor
reasonable advance notice of intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to
the effect that the subcontractor agrees that the City shall, under the expiration of
three (3) years after final payment under the subcontract, have access to and the
right to examine and photocopy any directly pertinent books, documents, papers and
records of such subcontractor involving transactions to the subcontract and further,
that City shall have access during normal working hours to all subcontractor facilities
and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this article together with subsection (c )
hereof. City shall give subcontractor reasonable advance notice of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Contractor for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time
copying is performed.
37. CONSTRUCTION STAKES;
The City, through its Surveyor or agent, will provide to the Contractor construction stakes
or other customary methods of markings as may be found consistent with professional
practice to establish line and grade for roadway and utility construction and centerlines
and benchmarks for bridgework. These stakes shall be set sufficiently in advance to
avoid delay whenever practical. One set of stakes shall be set for all utility construction
(water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and
one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of
the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion
of the construction phase of the project for which they were furnished.
If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by
the City have been lost, destroyed, or disturbed, that the proper prosecution and control
of the work contracted for in the Contract Documents cannot take place, then the
Contractor shall replace such stakes or markings as required. An individual registered
06/20/08 SP-17
-by the Texas Board of Professional Land Surveying as a Registered Professional Land
Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due
to a lack of replacement of construction stakes will be accepted, and time will continue to
be charged in accordance with the Contract Documents.
38. LOCATION OF NEW WALKS AND DRIVEWAYS;
The Contractor will make every effort to protect existing trees within the parkway, with
the approval of the engineer the Contractor may re-locate proposed new driveways and
walks around existing trees to minimize damage to trees.
39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the
completion of this contract. In order to insure that the Contractor is responsive when
notified of unsatisfactory performance and/or of failure to maintain the contract schedule,
the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time
charged to the contract. If the amount of work performed by the Contractor is less than
the percentage of time allowed by 20% or more (example: 10% of the work completed in
30% of the stated contract time as may be amended by change order), the following
proactive measures will be taken:
1. A letter will be mailed to the Contractor by certified mail, return receipt
requested demanding that, within 10 days from the date that the letter is
received, it provide sufficient equipment, materials and labor to ensure
completion of the work within the contract time. In the event the Contractor
receives such a letter, the Contractor shall provide to the City an updated
schedule showing how the project will be completed within the contract time.
2. The Project Manager and the Directors of the Department of Engineering,
Water Department, and Department of Transportation and Public Works will
be made aware of the situation. If necessary, the City Manager's Office and
the appropriate city council members may also be informed.
3. Any notice that may, in the City's sole discretion, be required to be provided to
interested individuals will distributed by the Engineering Department's Public
Information Officer.
4. Upon receipt of the Contractor's response, the appropriate City departments
and directors will be notified. The Engineering Department's Public
Information Officer will, if necessary, then forward updated notices to the
interested individuals.
5. If the Contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract, the
bonding company will be notified appropriately.
40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the
06/20/08 SP-18
Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10 :00 a.m .
being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME
TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service , will issue the Air Pollution Watch by 3:00 p.m. on the
afternoon prior to the WATCH day. On des ignated Air Pollution Watch Days, the
Contractor shall bear the responsibility of being aware that such days have been
designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m.
whenever construction phasing requires the use of motorized equipment for periods in
excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of
motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as
"Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven
hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch
Day, that day will be considered as a weather day and added onto the allowable weather
days of a given month .
CONSTRUCTION
41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION:
See Standard Specifications Item No . 106, "Unclassified Street Excavation " for
specifications governing this item.
Removal of existing penetration or asphalt pavement shall be included in this item.
Operations necessary to windrow existing gravel base in order to lower or raise subgrade
shall be considered as subsidiary to this item and no additional compensation shall be
given as such.
During the construction of this project, it is required that all parkways be excavated and
shaped at the same time the roadway is excavated. Excess excavation will be disposed
of at locations approved by the engineer.
The intention of the City is to pay only the plan quantity without measurement. Should
either contracting party be able to show an error in the quantities exceeding 1 O percent,
then actual quantities will be paid for at the unit prices bid. The party requesting the
payment of actual rather than plan quantities is responsible for bearing any survey and/or
measurement costs necessary to verify the actual quantities.
42. PAY ITEM -6" REINFORCED CONCRETE PAVEMENT:
(a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement,"
shall apply. The Contractor shall use a six (6) sack concrete mix for all hand
placement in the intersections. The unit price bid per square yard shall be full
payment for all labor, material , equipment and incidentals necessary to complete the
work .
06/20/08 SP-19
(b) Once an evaluation of the pavement is made to determine whether the crack is due
to distress or minor shrinkage , the following policy will apply:
(1) When the crack is minor and due to shrinkage (cosmetic), then no further
treatment will be needed.
(2) If the crack is due to distress (structural}, the failed pavement must be
removed and replaced a minimum of 5 feet. In no case should the remaining
portion of the panel be less than 5 feet wide after repairing the failed panel.
(3) Any crack within 12 inches of any joint must be removed and replaced a
min imum of 5 feet to prevent future spalling of the pavement.
(c) All concrete pavement not placed by hand shall be placed using a fully automated
paving machine as approved by the Construction Engineer. Screeds will not be
allowed except if approved by the Construction Engineer.
43. PAY ITEM-SILICONE JOINT SEALING FOR CONCRETE PAVEMENT:
CITY OF FORT WORTH , TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
for
SILICONE JOINT SEALING
(Revision 1, October 18, 1989)
(Revision 2, May 12, 1994)
1. SCOPE
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF
FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF
GOVERNMENTS.
2. MATERIALS
06/20/08
2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for
Class A sealant except as modified by the test requirements of this
specification. Before the installation of the joint sealant, the Contractor shall
furnish the Engineer certification by an independent testing laboratory that the
silicone joint sealant meet these requirements.
2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year
demonstrated, documented successful field performance with Portland
Cement Concrete pavement silicone joint sealant systems. Verifiable
documentation shall be subm itted to the Engineer. Acetic acid cure sealants
shall not be accepted. The silicone sealant shall be cold applied .
SP-20
2.3 Self-Leveling Silicone Joint Sealant
The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint
sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686-
0994, or an approved equal.
Self-Leveling Silicone Joint Sealant
Test Method Test Requirement
AS SUPPLIED
**** Non Volatile Content, % min. 96 to 99
MIL-S-8802 Extrusion Rate, grams/minute 275 to 550
ASTM D 1475 Specific Gravity 1.206 to 1.340
**** Skin-Over Time, minutes max. 60
**** Cure Time, days 14 to 21
**** Full Adhesion, days 14 to 21
AS CURED-
ASTM D 412, Die Mod. Elongation,% min. 1400
ASTM D 3583 Modulus @ 150% Elongation, psi max. 9
(Sect. 14 Mod.)
ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure
ASTM D 3583 Adhesion to Concrete, % Elongation min. 600
(Sect. 14 Mod.)
ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600
(Sect. 14 Mod.)
2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod
and polyethylene bond breaker tape of sufficient size to provide a tight seal. The
back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint
sealant from flowing to the bottom of the joint. The backer rod and breaker tape
shall be compatible with the silicone joint sealant and no bond or reaction shall
occur between them. Reference is made to the "Construction Detail" sheet for the
various joint details with their respective dimensions.
3. TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be
initially saw cut to the required depth with the proper joint spacing as shown on
the "Construction Detail " sheet or as directed by the Engineer within 12 hours of
the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch
width "green" saw-cut and the "reservoir" saw cut are identical and should be
part of the same saw cutting operation . Immediately after the saw cutting
pressure washing shall be applied to flush the concrete slurry from the freshly
saw cut joints.) The pavement shall be allowed to cure for a minimum of seven
(7) days. Then the saw cuts for the joint sealant reservoir shall be made, the
06/20/08 SP-21
joint cleaned, and the joint sealant installed. During the application of the joint
sealant, the weather shall not be inclement and the temperature shall be 40F (4C)
and rising.
4 . EQUIPMENT
4.1 All necessary equipment shall be furnished by the Contractor. The Contractor
shall keep his equipment in a satisfactory working condition and shall be
inspected by the Engineer prior to the beginning of the work. The minimum
requirements for construction equipment shall be as follows :
4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to
complete the joint sawing to the required dimensions.
4.3 High Pressure Water Pump: The high pressure cold water pumping system
shall be capable of delivering a sufficient pressure and volume of water to
thoroughly flush the concrete slurry from the saw-cut joint.
4.4 Air Compressors: The delivered compressed air shall have a pressure in
excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal
of all free water and oil from the compressed air. The blow-tube shall fir into
the saw-cut joint.
4 .5 Extrusion Pump: The output shall be capable of supplying a sufficient volume
of sealant to the joint.
4 .6 Injection Tool: This mechanical device shall apply the sealant uniformly into
the joint.
4. 7 Sandblaster: The design shall be for commercial use with air compressors as
specified in Paragraph 5.4 .
4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination. They shall be compatible with the join depth and width
requirements.
5. CONSTRUCTION METHODS
5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation,
and joint sealant placement shall be performed in a continuous sequence of
operations
5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on
the "Construction Detail" sheet. The faces of the joints shall be uniform in
width and depth along the full length of the joint.
5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall
be completely removed from the joint and adjacent area by flushing with high
pressure water. The water flushing shall be done in one-direction to prevent
joint contamination.
06/20/08 SP-22
When the Contractor elects to saw the joint by the dry method, flushing the
joint with high pressure water may be deleted. The dust resulting from the
sawing shall be removed from the joint by using compressed air. (Paragraph
Rev. 1, October 18, 1989)
After complete drying, the joints shall be sandblasted. The nozzle shall be
attached to a mechanical aiming device so that the sand blast will be directed
at an angle of 45 degrees and at a distance of one to two inches from the
face of the joint. Both joint faces shall be sandblasted in separate, one
directional passes. Upon the termination of the sandblasting, the joints shall
be blown-out using compressed air. The blow tube shall fit into the joints.
The blown joint shall be checked for residual dust or other contamination. If
any dust or contamination is found, the sandblasting and blowing shall be
repeated until the joint is cleaned. Solvents will not be permitted to remove
stains and contamination.
Immediately upon cleaning, the bond breaker and sealant shall be placed in
the joint. Open, cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed
in the cleaned joint prior to the application of the joint sealant in a manner that
will produce the required dimensions.
5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint
sealant shall be applied using the mechanical injection tool. The joint sealant
application shall not be permitted when the air and pavement temperature is
less than 40F (4C). Joints shall not be sealed unless they are clean and dry.
Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the
pavement surface shall be removed and discarded and shall not be used to
seal the joints.
The pavement surface shall present a clean final condition.
Traffic shall not be allowed on the fresh sealant until it becomes tack-free.
Approval of Joints: A representative of the sealant manufacturer shall be
present at the job site at the beginning of the final cleaning and sealing of the
joints. He shall demonstrate to the Contractor and the Engineer the
acceptable method for sealant installation. The manufacturer's representative
shall approve the clean, dry joints before the sealing operation commences.
6. WARRANTY
06/20/08
The Contractor shall provide the Engineer a manufacturer's written guarantee on all
joint sealing materials. The manufacturer shall agree to provide any replacement
SP-23
material free of charge to the City. Also, the Contractor shall provide the Engineer
a written warranty on all sealed joints. The Contractor shall agree to replace any
failed joints at no cost to the City. Both warranties shall be for two years after final
acceptance of the completed work by the Engineer.
7. BASIS OF PAYMENT
Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as
provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of
shall be full compensation for furnishing all materials and for all preparation,
delivery, and application of those sealing materials and for all labor, equipment,
tools and incidentals necessary to complete the silicone joint sealing in conformity
with the plans and these specifications.
44. PAY ITEM -7" CONCRETE CURB:
The Contractor may, at his option, construct either integral or superimposed curb. Standard
Specification Item 502 shall apply except as follows : Integral curb shall be constructed along
the edge of the pavement as an integral part of the slab and of the same concrete as the
slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the
concrete in the slab.
If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the
curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill
operation is complete.
45. PAY ITEM-RETAINING WALL:
This item will consist of placing retaining walls in locations and at heights determined by the
engineer in the field. All applicable section of City of Fort Worth Standard Specification item
518 shall apply except as follows :
Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing
No. S-M13 "Retaining Wall With Sidewalk" where applicable.
All existing brick and/or stone retaining walls not significantly impacted by proposed grade
changes will be protected. Replacement of retaining walls not impacted by proposed grade
changes will be at the expense of the Contractor.
46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER:
This item is included for the purpose and removing and replacing existing curb and gutter in
transition areas as determined by the Engineer in the field. The proposed curb and gutter
will be of the same dimensions as the existing curb and gutter to be removed. Quantities for
this pay item are approximate and are given only to establish a unit price for the work
The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the
Proposal will be full payment for materials including all labor, equipment, tools and
incidentals necessary to complete the work.
47. PAY ITEM-HMAC TRANSITION:
This item will consist of the furnishing and placing at varying thicknesses an HMAC surface
in transition areas where indicated on the plans, as specified in these specifications and at
other locations as may be directed by the Engineer.
06/20/08 SP-24
This item shall be governed by all applicable provisions of Standard Specifications Item 312 .
The price bid per ton HMAC Transition as shown in the Proposal will be full payment for
materials including all labor, equipment, tools and incidentals necessary to complete the
work.
48 . PAY ITEM - -6" PIPE SUBDRAIN:
No specific location for this item is designated on the plans. Subdrain shall be installed only
if field conditions indicate ground water at subgrade level after excavation and if deemed
necessary by the Engineer.
49. PAY ITEM -TRENCH SAFETY:
Description: This item will consist of the basic requirements which the Contractor must
comply with in order to provide for the safety and health of workers in a trench. The
Contractor shall develop, design and implement the trench excavation safety protection
system. The Contractor shall bear the sole responsibility for the adequacy of the trench
safety system and providing "a safe place to work" for the workman.
The trench excavation safety protection system shall be used for all trench excavations
deeper than five (5) feet. The Excavating and Trenching Operation Manual of the
Occupational Safety and Health Administration, U .S. Department of Labor, shall be the
minimum governing requirement of this item and is hereby made a part of this specification.
The Contractor shall, in addition, comply with all other applicable Federal , State and local
rules, regulations and ordinances.
Measurement and Payment: All methods used for trench excavation safety protection shall
be measured by the linear foot of trench and paid at the unit price in the Proposal, which
shall be total compensation for furnishing design, materials, tools, labor, equipment and
incidentals necessary, including removal of the system .
Trench depth for payment purposes for Trench Safety Systems is the vertical depth as
measured from the top of the existing ground to the bottom of the pipe.
50. PAY ITEM - 8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE
STABILIZATION :
See Standard Specifications Item No. 210 , "Lime Treatment (Material Manipulation)" and
Specification Item No. 212 , "Hydrated Lime and Lime Slurry" for specifications governing this
item. Quantities for this pay item are approximate and are given only to establish a unit price
for the work.
The price bid per square yard for "8 " THICK LIME STABILIZED SUBGRADE" as shown in
the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to
complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as
shown in the Proposal will be full payment for materials necessary to complete the work.
51 . PAY ITEM - 6" H .M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing
Procedures):
The base course shall be a 3" deep Type "B" course placed in one lift. The surface course
shall be a 3" deep Type "D " course placed in one lift.
06/20/08 SP-25
All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply
except as modified herein:
1) After completion of each asphalt paving course , core tests will be made to determine
compliance with the contract specifications. The hot-mix asphaltic concrete pavement
will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will
be determined by measurement cores taken at locations determined by the Engineer.
The thickness of individual cores will be determined by averaging at least three (3)
measurements . If the core measurements indicate a deficiency, the length of the area of
such deficient thickness shall be determined by additional cores taken along the length of
the pavement in each direction until cores are obtained which are at least of specified
thickness. The width of such area shall not be less than~ of the roadway width .
2) When the thickness of the base course (as determined from core samples) is more than
15% deficient of the plan thickness, the Contractor shall remove and replace the
deficient area at his own expense. If the thickness is less than 15% deficient, the
Contractor shall make up the difference in the base thickness with surface course
material.
3) The surface course must be the plan thickness. This does not include surface course
material used to make up deficiencies in the base course as described in item 2).
4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan
thickness. Deficient areas (as determined in item 1) found to be less than the plan
thickness will be removed and replaced at the Contractor's expense .
5) No additional payment over the contract price will be made for any hot-mix asphaltic
concrete course of a thickness exceeding that required by the plans and specifications.
6) HMAC Testing Procedure :
The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that
will be used for each project. This should be submitted at the Pre-Construction
Conference. This design shall not be more than two (2) years old. Upon submittal of
the design mix a Marshal (Proctor) will be calculated, if one has not been previously
calculated, for the use during density testing. For type "B" asphalt a maximum of 20%
rap may be used. No Rap may be used in type "D"
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the
Contractor is approved for placement of the asphalt. The Contractor shall contact the
City Laboratory, through the inspector, at least 24 hours in advance of the asphalt
placement to schedule a technician to assist in the monitoring of the number of passes
by a roller to establish a rolling pattern that will provide the required densities . The
required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated
Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing.
After a rolling pattern is established, densities should be taken at locations not more than
300 feet apart. The above requirement applies to both Type "B " and "D " asphalt.
Densities on type "B" must be done before Type "D" asphalt is applied.
06/20/08 SP-26
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt
is applied. Upon completion of the application of Type "D" asphalt additional cores must
be taken to determine the applied thickness.
52. PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS,
LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS):
Concrete flatwork is defined as curb , curb and gutter, sidewalks , leadwalks, wheelchair
ramps and driveways as shown in the plans. This provision governs the sequence of work
related to concrete flatwork and shall be considered a supplement to the specifications
governing each specific item .
Requir~d backfilling and finished grading adjacent to flatwork shall be completed in order for
the flatwork to be accepted and measured as completed.
No payment will be made for flatwork until the pay item has been completed , which includes
backfilling and finished grading .
53. PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS,
LEADWALKS AND WHEEL CHAIR RAMPS:
This item includes removal of existing concrete sidewalks, driveways, steps, leadwalks and
wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item
No. 104 "Removing Old Concrete ", for Specifications governing this item.
54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER:
Where shown on the plans or where designated by the Engineer, existing curb and or gutter
and existing laid down curb shall be removed and disposed of in a manner satisfactory to the
Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed,
and for all labor, tools , and incidentals necessary to complete the job .
55. PAY ITEM -REMOVE EXISTING CURB INLET:
This item shall include all labor, materials, and equipment necessary to remove and dispose
of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as
shown on the Plans and as directed by the Engineer.
56 . PAY ITEM - 6" THICK REINFORCED CONCRETE DRIVEWAY:
See Standard Specification Item No. 504 , "Concrete Sidewalks and Driveways " for
specifications governing this item as well as details S-S5 and S-S5A.
The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY" as
shown in the Proposal will be full payment for materials including all labor, equipment, tools
and incidentals necessary to complete the work .
57 . PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS :
06/20/08 SP-27
See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this
item as well as details SM-3.
The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE
STEPS" as shown in the Proposal will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the removal and construction of
each set of concrete steps.
58 . PAY ITEM -4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR
RAMP:
All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and
Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified.
The Contractor shall construct standard concrete wheelchair ramps as shown on the
enclosed details, or as directed by the Engineer.
The Contractor shall not remove any regulatory sign, instruction sign, street name and sign
or other sign which has been erected by the City. The Contractor shall contact Signs and
Marking Division, TPW (Phone 817-392-7738).
All concrete flared surfaces shall be colored with LITHOCHROME color hardener as
manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red
color and dry-shake type, and shall be used in accordance with manufacturers instructions.
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three
inches dimension , or other dimension approved by the Engineer, meeting the
aforementioned specification. The sample, upon approval by the Engineer, shall be the
acceptable standard to be applied for all construction covered in the scope of this pay item.
The method of application shall be by screen, sifter, sieve or other means in order to provide
for a uniform color distribution."
59. PAY ITEM-REMOVE AND REPLACE FENCE:
This item shall include the removal and reconstruction of the existing fence at the locations
shown on the plans or where deemed necessary by the Engineer. The Contractor shall
exercise caution in removing and salvaging the materials to they may be used in
reconstructing the fence . Their constructed fence shall be equal in every way, or superior, to
the fence removed. The Contractor shall be responsible for keeping livestock within the
fenced areas during construction operation and while removing and relocating the fence, and
for any damage or injury sustained by persons, livestock or property on account of any act of
omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price
per linear foot shown on the Proposal shall be full compensation for all materials, labor,
equipments, tools and incidentals necessary to complete the work.
60. PAY ITEM-STANDARD 7" CURB AND 18" GUTTER:
All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply
except as modified herein:
06/20/08 SP-28
Subsidiary to the unit price bid per linear foot shall be the following:
A minimum of 5" or greater as required depth of stabilized subgrade properly compacted
under the proposed curb and gutter as shown in the construction details .
If the Contractor fails to backfill either in from of the gutter or behind the curb within seven
(7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter
shall be reduced by 25% until the backfill operation is complete .
Standard Specifications Item No. 502, shall apply except as herein modified . Concrete shall
have minimum compressive strength of three thousand (3,000) pounds per square inch in
twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) gallons per
sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3)
inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is
required.
61 . PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS :
This item includes the removal and reconstruction of existing mailboxes, brick walls,
flowerbed trim and miscellaneous items within the right of way which may be damaged or
removed during construction. When possible, the Contractor shall salvage existing materials
for reuse in the replacement or repair of damaged or removed items . Items which are to be
repaired or reconstructed should look architecturally the same in material and appearance
and should be reconstructed or repaired in a better or new condition.
All applicable provisions of City of Fort Worth Construction Standards shall apply.
62. PAY ITEM-BORROW:
The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a
plasticity index between 8 and 20 , a minimum of 35 percent passing the No. 200 sieve, a
minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other
deleterious materials. When compacted to the recommended moisture and density, the
material should have a maximum free swell value of 0.5 percent and a maximum hydraulic
conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of
remolded specimens of the actual materials proposed for the non-expansive earth fill.
63. PAY ITEM-CEMENT STABILZATION:
All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply.
64 . PAY ITEM -CEMENT:
All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply.
65. PAY ITEM-NEW 7" CONCRETE VALLEY GUTIER:
This item shall include the construction of concrete valley gutters at various locations to be
determined in field .
06/20/08 SP-29
Removal of existing , asphalt pavement, concrete base , curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item .
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed
by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter
details shall be subsidiary to this Pay Item.
See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No. 104, "Removing Old Concrete", Item No . 106, "Unclassified Street
Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter
will be by the square yard of concrete pavement and the curb and gutter section will be
included.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone
at no additional cost. See Item 314" Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds
per square inch. Contractor shall work on one-half of Valley gutter at a time , and the other
half shall be open to traffic . Work shall be completed on each half within seven (7) calendar
days.
66. PAY ITEM -STORM DRAIN INLETS:
An alternative method of construction for these items will be "Pre-Cast" manholes and inlets.
If the Contractor desires to use this method, he must submit details for the construct ion to
the Transportation and Public Works Department fore review and approval if said details are
acceptable. The Pre -Cast construction must be equal or superior to the strength
requirements for this item as set out in Item 444, "Manholes and Inlets " and said construction
shall be in compliance with all other requirements of Item 444 where applicable.
67 . PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN :
Work under this item includes all the proposed excavation and backfill in the project area
and the necessary fill area. Payment will be made for the quantity of earth
excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill
price. Excess material which is obtained from excavating the trench shall be used for fill
placement subject to the provisions of Item 114 of the City of Fort Worth Standard
Specifications.
All excavated material which is unacceptable as fill material shall become the property of the
Contractor to be hauled off the site and disposed of properly. Unacceptable material shall
be, but not limited to : rocks, concrete, asphalt , debris, etc. The cost for removal and
disposal of unacceptable material shall be subsidiary to the unit prices.
68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED
AREAS EQUAL TO OR GREATER THAN 1 ACRE):
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is
required for all construction activities that result in the disturbance of one to five acres (Small
06/20/08 SP-30
Construction Activity) or five or more acres of total land (Large Construction Activity). The
Contractor is defined as an "operator" by state regulations and is required to obtain a permit.
Information concerning the permit can be obtained through the Internet at
http ://www. tnrcc.state. tx. us/permitting/water perm/wwperm/construct. html. Soil stabilization
and structural practices have been selected and designed in accordance with North Central
Texas Council of Governments Best Management Practices and Erosion Control Manual for
Construction Activities (BMP Manual). This manual can be obtained through the Internet at
www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP
Manual will necessarily apply to this project. Best Management Practices are construction
management techniques that, if properly utilized, can minimize the need for physical controls
and possible reduce costs. The methods of control shall result in minimum sediment
retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or
greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ
Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ
of construction activity as well as a commitment that the Contractor understands the
requirements of the permit for storm water discharges from construction activities and that
measures will be taken to implement and maintain storm water pollution prevention at the
site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor
moving on site and shall include the required $100 application fee.
The NOi shall be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin, TX 78711-3087
A copy of the NOi shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity,
the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form
prepared by the engineer. It serves as a notice that the site is no longer subject to the
requirement of the permit.
The NOT should be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin , TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN {SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters
and techniques to be employed to reduce the release of sediment and pollution from the
construction site. Five of the project SWPPP's are available for viewing at the plans desk of
the Department of Engineering . The selected Contractor shall be provided with three copies
06/20/08 SP-31
of the SWPPP after award of contract, along with unbounded copies of all forms to be
submitted to the Texas Commission on Environmental Quality.
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the
TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ
requirements prepared by the Engineer shall be prepared and implemented at least 48 hours
before the commencement of construction activities. The SWPPP shall be incorporated into
in the contract documents. The Contractor shall submit a schedule for implementation of the
SWPPP. Deviations from the plan must be submitted to the engineer for approval. The
SWPPP is not warranted to meet all the conditions of the permit since the actual
construction activities may vary from those anticipated during the preparation of the SWPPP .
Modifications may be required to fully conform to the requirements of the Permit. The
Contractor must keep a copy of the most current SWPPP at the construction site . Any
alterations to the SWPPP proposed by the Contractor must be prepared and submitted by
the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form
shall be submitted within 30 days after final stabilization has been achieved on all portions of
the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not
required. However, a TCEQ Site Notice form must be completed and posted at the site. A
copy of the completed Site Notice must be sent to the City of Fort Worth Department of
Environmental Management at the address listed above. A SWPPP, prepared as described
above, shall be implemented at least 48 hours before the commencement of construction
activities. The SWPPP must include descriptions of control measures necessary to prevent
and control soil erosion, sedimentation and water pollution and will be included in the
contract documents. The control measures shall be installed and maintained throughout the
construction to assure effective and continuous water pollution control. The controls may
include, but not be limited to, silt fences, straw bale dikes, rock berms, divers ion dikes,
interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized
construction entrances, seeding, sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result
in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual."
Deviations from the proposed control measures must be submitted to the engineer for
approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as
shown on
the proposal as full compensation for all items contained in the project SWPPP.
FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 23 -40 SHALL BE
APPLICABLE.
69. PRE BID ITEM -PROJECT DESIGNATION SIGN:
The Contractor shall construct and install two (2) Project Designation Signs and it will be the
responsibility of the Contractor to maintain the signs in a presentable condition at all times
on each project under construction . Maintenance will include painting and repairs as
directed by the Engineer.
06/20/08 SP-32
It will be the responsibil ity of the Contractor to have the individual project signs lettered and
painted in accordance with the enclosed detail. The quality of the paint, painting and
lettering on the signs shall be approved by the Engineer. The height and arrangement of the
lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %"
fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as
directed by the Engineer and in place at the project site upon commencement of
construction.
The work, which includes the painting of the signs, installing and removing the signs,
furnishing the materials, supports and connections to the support and maintenance shall be
to the satisfaction of the Engineer.
The unit price bid per each will be full payment for materials including all labor, equipment,
tools and incidentals necessary to complete the work.
70 . PRE BID ITEM -UTILITY ADJUSTMENT:
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer and natural gas service lines and appurtenances
where such service lines and appurtenances are the prop0rty owner's responsibility to
maintain. An arbitrary figure has been placed in the Proposal ; however , this does not
guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the
services of a licensed plumber to make the utility adjustments determined necessary by the
Engineer. No payment will be made for utility adjustments except those adjustments
determined necessary by the Engineer. Should the Contractor damage service lines due to
his negligence, where such lines would not have required adjustment or repair otherwise, the
lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The
payment to the Contractor for utility adjustments shall be the actual cost of the adjustments
plus ten percent ( 10%) to cover the cost of bond and overhead incurred by the Contractor in
handling the utility adjustments .
71. PRE BID ITEM -TOP SOIL:
The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth
( compacted) over the parkway area and do not include deeper than design depth behind the
curb . The pay item is intended to pay for topsoil that must be imported where suitable
material is either not available on the job or cannot reasonably be stored on-site. Payment
will be made on the basis of loose truck volume (full truck with sideboards up) tickets and
material must meet City of Fort Worth standards for topsoil. Only the volume imported will be
paid for and may be substantially less than the proposal quantities listed .
72 . PRE BID ITEM-ADJUST WATER VALVE BOX:
Contractor will be responsible for adjusting water valve boxes to match new pavement
grade. The water valves themselves will be adjusted by City of Fort Worth Water
Department forces.
The unit price bid will be full payment for materials including all labor, equipment, tools and
incidentals necessary to complete the work.
06/20/08 SP-33
73. PRE BID ITEM -MANHOLE ADJUSTMENT:
This item shall include adjusting the tops of existing and/or proposed manholes to match
proposed grade as shown on the plans or as directed by the Engineer. Standard
Specification Item No. 450 shall apply except as follows:
Included as part of this pay item shall be the application of a cold-applied preformed
flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints
on concrete manhole sections as per current City Water Department Special Conditions.
74. PRE BID ITEM-ADJUST WATER METER BOX:
This item shall include raising or lowering an existing meter box to the parkway grade
specified. No payment will be made for existing boxes, which are within 0.1' of specified
parkway grade.
The unit price bid will be full payment for materials including all labor, equipment, tools and
incidentals necessary to complete the work.
75. NON-PAY ITEM -CLEARING AND GRUBBING:
All objectionable items within the limits of this project and not otherwise provided for shall be
removed under this item in accordance with Standard Specification Item 102, "Clearing and
Grubbing." However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control"
shall apply. However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL:
All property along and adjacent to the Contractor's operations including lawns, yards, shrubs,
trees, etc. shall be preserved or restored after completion of the work to a condition equal or
better than existed prior to start of work.
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights-of-way and designated alleys. This permit can be obtained
by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning
standards for Class II Pruning as described by the National Arborist Association. A copy of
these standards can be provided by calling the above number. Any damage to public trees
due to negligence by the Contractor shall be assessed using the current formula for Shade
Tree Evaluation as defined by the International Society of Arboriculture. Payment for
negligent damage to public trees shall be made to the City of Fort Worth and may be
withheld from funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended.
78. NON-PAY ITEM-CONCRETE COLORED SURFACE:
06/20/08 SP-34
Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored
with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener
manufactured by L.M . Scofield Company or equal, shall be used in accordance with
manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by
one foot by three inches dimension , or other dimension approved by the Engineer, meeting
the aforementioned specifications . The sample, upon approval of the Engineer, shall be the
acceptable standard to be applied for all construction covered in the scope of this Non-Pay
Item. No direct payment will be made for this item and it shall be considered incidental to
this contract.
The method of application shall be by screen, sifter, sieve, or other means in order to
provide for a uniform color distribution.
79 . NON-PAY ITEM -PROJECT CLEAN-UP:
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered
subsidiary to the appropriate bid items . Clean up work shall be done as directed by the
Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is
necessary , clean up shall be done on a daily basis . Clean up work shall include, but not be
limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the
next estimate payment (and all subsequent payments until completed) of the appropriate bid
item(s) will be reduced by 25%.
Final cleanup work shall be done for this project as soon as the paving and curb and gutter
has been constructed . No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the
Engineer.
80. NON-PAY ITEM -PROJECT SCHEDULE:
Contractor shall be responsible for producing a project schedule at the pre-construction
conference. This schedule shall detail all phases of construction, including project clean up,
and allow the Contractor to complete the work in the allotted time. Contractor will not move
on to the jobsite nor will work begin until said schedule has been received and approval
secured from the Construction Engineer. However, contract time will start even if the project
schedule has not been turned in. Project schedule will be updated and resubmitted at the
end of every estimating period. All costs involved with producing and maintaining the project
schedule shall be considered subsidiary to this contract.
81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS :
In order to cut down on the number of complaints from residents due to the dust generated
when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in
writing, at least 48 hours in advance of saw-cutting joints during the construction of paving
projects .
06/20/08 SP-35
All costs involved with providing such written notice shall be considered subsidiary to this
contract.
82. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Prior to beginning construction on any block in the project, the Contractor shall, on a block
by block basis, prepare and deliver a notice or flyer of the pend ing construction to the front
door of each residence or business that will be impacted by construction. The notice shall be
prepared as follows:
The notification notice or flyer shall be posted seven (7) days prior to beginning any
construction activity on each block in the project area . The flyer shall be prepared on the
Contractor's letterhead and shall include the following information: Name of Project, DOE
No., Scope of Project (i.e. type of construction activity), actual construction duration within
the block, the name of the Contractor's foreman and his phone number, the name of the
City's inspector and his phone number and the City's after-hours phone number. A sample of
the 'pre-construction notification ' flyer is attached.
The Contractor shall submit a schedule showing the construction start and finish time for
each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to
the City Inspector for his review prior to being distributed. The Contractor will not be allowed
to begin const ruction on any block until the flyer is delivered to all residents of the block. An
electronic version of the sample flyer can be obtained from the construction office at 817-
392-8306.
All work involved with the pre-construction notification flyer shall be considered subsidiary to
the contract price and no additional compensation shall be made.
83. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING:
After the pre-construction conference has been held but before construction is allowed to
begin on this project a public meeting will be held at a location to be determined by the
Engineer. The Contractor, inspector, and project manager shall meet with all affected
residents and present the projected schedule, including construction start date, and answer
any construction related questions. Every effort will be made to schedule the neighborhood
meeting within the two weeks following the pre-construction conference but in no case will
construction be allowed to begin until this meeting is held.
84. NON-PAY ITEM -WASHED ROCK:
All washed rock used for embedment or backfill or as otherwise directed by the Engineer
shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual
washing not required if gradation is met)
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40 -75
55-90
90-100
95-100
Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131.
06/20/08 SP-36
85. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE:
When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw.
The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing
shall be subsidiary to the unit cost of the respective item .
86. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES:
The Contractor shall be responsible for locating and marking all previously exposed
manholes and water valves in each street of this contract before the recycling process
commences for a particular street.
The Contractor shall attempt to include the construction engineer (if he is available) in the
observation and marking activity. In any event a street shall be completely marked a
minimum to two (2) working days before recycling begins on any street. Marking the curbs
with paint is a recommended procedure .
It shall be the Contractor's responsibility to notify the utility companies that he has
commenced work on the project. As the recycling is completed (within the same day) the
Contractor shall locate the covered manholes and valves and expose them for later
adjustment. Upon completion of a street the Contractor shall notify the utilities of this
completion and indicate that start of the next one in order for the utilities to adjust facilities
accordingly. The following are utility contact persons:
Company
AT&T
TXU
ATMOS Energy
Dig TESS
Telephone Number
817-338-6275
1-800-233-2133
817-215-0366
880-344-8377
Of course, under the terms of this contract, the Contractor shall complete adjustment of the
storm drain and Water Department facilities , one traffic lane at a time within five (5) working
days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut
down of the recycling operation by the Construction Engineer.
The Contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the Contractor shall be figured subsidiary to this contract.
87 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making
latera l tie-ins
to the storm drain structure shall be subsidiary to the bid price for the respective lines .
88. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation
of
sprinkler heads encountered shall be paid for under utility adjustment in the proposal
section. No other
compensation will be provided.
06/20/08 SP-37
89. NON PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for
street
use permits is in effect. In addition, a separate fee for re-inspections for parkway
construction, such as
driveways, sidewalks, etc., will be required. The fees are as follows:
The street permit fee is $50.00 per permit with payment due at the time of permit application.
A re-inspection fee of $25.00 will be assessed when work for which an inspection called for
is incomplete. Payment is due prior to the City performing re-inspection.
Payment by the Contractor for all street use permits and re-inspections shall be considered
subsidiary to the contract cost and no additional compensation shall be made.
90. NON PAY ITEM -TEMPORARY EROSION. SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE}:
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water
pollution control measures deemed necessary by the Engineer for the duration of the
contract. These control measures shall at no time be used as a substitute for the permanent
control measure unless otherwise directed by the engineer and they shall not include
measures taken by the CONTRACTOR to control conditions created by his construction
operations. The temporary measures shall include dikes, dames, berms, sediment basins ,
fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble
liners, baled-hay retards, dikes, slope drains and other devices.
B. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define
erodible earth and the authority to limit the surface are of erodible-earth material exposed by
preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material
exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary
pollution-control measures to prevent contamination of adjacent streams, other water
course, lakes, ponds or other areas of water impoundment. Such work may involve the
construction of temporary berms, dikes, dams, sediment basins, slope drains and use of
temporary mulches, mats, seeding or other control devices or methods directed by the
Engineer as necessary to control soil erosion. Temporary pollution-control measures shall
be used to prevent or correct erosion that may develop during construction prior to
installation of permanent pollution control features, but are not associated with permanent
control features on the project. The Engineer will limit the area of preparing right-of-way,
clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S
capability and progress in keeping the finish grading, mulching, seeding, and other such
permanent pollution-control measures current in accordance with the accepted schedule.
Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control
measures shall be performed as directed by the Engineer.
06/20/08
1. Waste or disposal areas and construction roads shall be located and
constructed in a manner that will minimize the amount of sediment
entering streams.
2. Frequent fordings of live streams will not be permitted; therefore,
temporary bridges or other structures shall be used wherever an
appreciable number of stream crossing are necessary. Unless otherwise
SP-38
approved in writing by the Engineer, mechanized equipment shall not be
operated in live streams.
3. When work areas or material sources are located in or adjacent to live
streams, such areas shall be separated from the stream by a dike or other
barrier to keep sediment from entering a flowing stream. Care shall be
taken during the construction and removal of such barriers to minimize the
muddying of a stream.
4. All waterways shall be cleared as soon as practicable of false work, piling,
debris or other obstructions placed during construction operations that are
not part of the finished work.
5. The Contractor shall take sufficient precautions to prevent pollution of
streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride
or other harmful materials. He shall conduct and schedule his operations
so as to avoid or minimize siltation of streams, lakes and reservoirs and to
avoid interference with movement of migratory fish.
E. SU BM ITT AL: Prior to the start of the applicable construction, the Contractor shall
submit for approval his schedules for accomplishment of soil-erosion-control work and his
plan to keep the area of erodible-earth material to a minimum. He shall also submit for
acceptance his proposed method of soil-erosion control on construction and haul roads and
material sources and his plan for disposal of waste materials. No work shall be started until
the soil-erosion control schedules and methods of operations have been reviewed and
approved by the Engineer.
F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to
provide temporary erosion control shall be considered subsidiary to the contract and no extra
pay will be given for this work.
91. GREEN CEMENT POLICY: As per Fort Worth City Council Resolution 3536, the
City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City
of Fort Worth bid projects, with an alternative bid for the purchase of cement from an
unspecified source and preferential purchasing for bids from a cement kiln with emissions
not exceeding 1. 7 pounds of NOx per ton of clinker produced. In cases where cement
meeting the above requirements is not available, and where cement from a non-compliant
source must be utilized, the Contractor shall furnish good faith effort documentation in the
form of letters from two North Texas cement suppliers of green cement stating that no stock
of green cement is available for the contractor at that time. These letters shall be
considered valid for a maximum of one week after which new letters must be submitted to
the Project Inspector if green cement continues to remain unavailable. All related costs for
complying with the Green Cement Policy shall be considered subsidiary to the applicable
project pay items.
The contractor shall submit the Green Cement Policy Compliance Statement or the good
faith effort documentation at the time the of bid opening of the project. A copy of the
Compliance Statement is attached at the end of this section. Failure to comply with the
Green Cement Policy may result in rejection of the bid as non-responsive.
06/20/08 SP-39
92. TRAFFIC CONTROL : The contractor will be required to obtain a "Street Use Permit"
prior to starting work . As part of the "Street Use Permit" a traffic control plan is required.
The Contractor shall be responsible for providing traffic control during the construction of this
project consistent with the provisions set forth in the "Latest Edition Texas Manual on
Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the
"State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701d
Vernon 's Civil Statutes, pertinent sections being Section Nos . 27 , 29, 30 and 31.
Unless otherwise included as part of the Construction documents, the Contractor shall
submit a traffic control plan (duly sealed , signed and dated by a Registered Professional
Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or
before the preconstruction conference. The P.E. preparing the traffic control plan may utilize
standard traffic reroute configurations posted as "Typicals " on the City's Buzzsaw website.
Although work will not begin until the traffic control plan has been reviewed and approved,
the Contractor's time will begin in accordance with the timeframe mutually established in the
'Notice to Proceed' issued the Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign or
other sign, which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation and
Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to
remove the sign. In the case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requ irements of the above-referenced manual and
such temporary sign must be installed prior to the removal of the permanent sign. If the
temporary sign is not installed correctly or if it does not meet the required specifications, the
permanent sign shall be left in place until the temporary sign requirements are met. When
construction work is completed to the extent that the permanent sign can be reinstalled, the
Contractor shall again contact the Signs and Markings Division to reinstall the permanent
sign and shall leave his temporary sign in place until such reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer and in accordance with the applicable provision of
the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work
Areas."
The lump sum pay item for traffic control shall cover design, and / or installation and
maintenance of the traffic control plans.
06/20/08 SP-40
(To be printed on Contractor's Letterhead)
Date: -----
DOENo:
PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for:
MAPSCO LOCATION: __
LIMITS OF CONST.: -------------
Estimated Duration of Construction on your Street : _ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE
CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER
AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR
AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DATE OF THIS NOTICE.
IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY
, OR ANY OTHER ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
06/20/08 SP-41
PARTD
Specifications
J.
r
f .·• <'
•I
,'
-··
,.
., ,,
. '
.• '
-1.0
Detailed Specifications
For
Street Light Installation
SPECIFICATIONS FOR CONSTRUCTION AND INSTALLATION OF STREET LIGHTS
1.1 These specifications for construction in the City of Fort Worth (the City), where applicable,
shall govern the materials and installation of street lights in residential areas, along arterial
roadways or on or under bridges. In the event of a conflict , the plan set and detail sheets
shall be provided and will control.
These specifications should be used in conjunction with the following standard detail sheets:
Street Luminaire General Notes; Street Luminaire Electrical Connection Details; Street
Luminaire Pole Foundation Details ; Street Luminaire Pole Details ; and Ground Box Details.
1.2 This agreement shall consist of installing materials and equipment necessary to complete
the street light construction at locations as set out in the task order. The Contractor shall
furnish all required materials and equipment not provided by the City , and shall install and
shall activate the lighting systems completed in the sequence specifi~d by the Traffic
Services Manager or designee. The City will issue task order for work locations via
electronic mail.
A pre-construction meeting shall be held before any work may commence on the project.
The Project Inspector will set the meeting time and place
The contractor shall meet with the Project Inspector within five working days after receiving a
task order. The work shall commence within ten working days after meeting with the Project
Inspector.
Invoices will be paid per task order completed and shall be submitted both electronically and
by hard copy for processing .
1.3 All installation work shall be in accordance with the applicable sections of the National
Electrical Code (NEC), local ordinances and regulations , these specifications , the standard
detail sheets accompanying the plans, and those applicable sections of the City's Standard
Specifications for Street and Storm Drain Construction . In the event that these specifications
should be less restrictive than the NEC , the NEC shall prevail. Any deviation from these
specifications or standard detail sheets shall be considered unacceptable unless authorized
in writing by the Traffic Services Manager, or designee.
All workmanship shall be of the highest quality. Finished work shall be neat and uncluttered
in appearance. The City will have the authority to bar from this project any Contractor's
employee whose work is judged substandard and unacceptable by the project City Inspector
with approval of the Traffic Services Manager. The Contractor shall schedule his work so as
to cause the minimum interference with traffic on surrounding roadways. Existing lighting
systems may be shut down for modification and/or equipment installation only with the
approval of the Traffic Services Manager or his designee with a minimum of 48 hour notice.
The Contractor's respons ibility i n regard to street light insta llation work shall cons ist of the
following items:
1.3.1 Furnishing and/ or installing street light equipment including : structures , conduits,
ground boxes , luminary assemblies , conductors , concrete , reinforcing steel, forms
for structure foundations , grouting materials, painting materials, miscellaneous nuts,
bolts , and washers , and all other m iscellaneous equipment as required to complete
the project, including all necessary barricades or devices required to maintain
proper traffic control in accordance with the Texas Manual on Uniform Traffic
Control Devices (TMUTCD). Installing and connecting equ ipment supplied by the
City :
1.3.2 Maintaining existing lighting system operations includ ing providing all materials and
labor.
1.3 .3 Removing and salvaging any existing lighting equipment as designated in the plans.
1.3.4 It shall be the responsibility of the contractor to perform the following at no additional
compensation :
• Prevent any property damage to property owner's poles , fences ,
landscaping , mailboxes, etc., and repair any damages.
• Provide access to all driveways during construction .
• Protect all underground and overhead utilities , including sprinkler systems ,
erosion control and repair any and all damages.
• In developed areas, it shall be contractors responsibility to provide sod and
replace any shrubbery to leave the work site in good clean condition .
1.4 The Contractor shall coordinate with the Inspector to commence the thirty (30) day test
burning period . The Contractor shall have a qualified techn ician on the project site when the
system is energized for the test period.
During the thirty (30) day test period , the City shall be the first response to any trouble calls .
If the City Troubleshooter determines that the problem is the result of poor workmanship , the
Contractor shall complete the repa irs . The Contractor shall provide a local telephone number
(not subject to frequent changes) where trouble calls are to be rece ived on a 24-hour basis.
Appropriate repairs shall be made within 24 hours . If, after further diagnosing the problem ,
the qualified technician determines the problem is in the equ ipment supplied by others , the
Contractor shall notify the Inspector.
NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILLING THE
REQUIREMENTS STATED ABOVE.
1.5 The City of Fort Worth , Traffic Services Division , will furnish lighting poles and arms and
service center enclosures to the project in accordance with the bid proposal. The Contractor
shall erect all poles and connect all field wiring to the luminary assembly. The Contractor
shall notify the Inspector via e-mail at least 3-working days prior to picking up poles . The
Inspector will make arrangements on when and where to pick up the poles .
1.6 The locations of pole foundations , bases, conduit, etc., shown on the plans are approximate.
The Contractor shall give the Inspector 48 hours notice of his/ her intention to establish the
final location of any foundations, bases , conduit, etc., and have the locations approved on
the ground by the Inspector.
1. 7 The location and depth of all utilities shown on the plans are approximate and there may be
other unknown utilities existing not shown on the plans that should be field verified and
protected by the contractor prior to the start of construction. The contractor shall contact the
following utility companies 48 hours prior to doing any work in the area :
• Dig Tess 1-800-344-8377
• City Utility Mains (Water, Sewer) 817-392-8275
• City Traffic Signals, Street Lights and Storm Drains 817-392-8100
• Charter Cable 817-246-5538
• Southwestern Bell Telephone Enterprise 9800
• AT&T 1-800-878-8711
• Western Union Cable 214-939-1930
• Oncor Electric 1-800-233-2133
• Tri-County Electric 817-379-4703
• Co-Serv Electric Coop 1-800-274-4014
• Atmos Gas 214-263-3444
NOTE: The contractor should be cautious of private gas collection and distribution
lines from well sites.
1.8 Whenever the work provided for and contemplated under the contract has been found by the
Inspector to be completed to his/ her satisfaction on any individual light, or lighting system
shown in the plans , final clean up of said location has been performed and the equipment
supplied by the contractor has operated continuously for a minimum of thirty (30) days in a
satisfactory manner, the Contractor will be released from further maintenance on that
particular location or system . Such partial acceptance will be made in writing and shall in no
way void or alter any terms of the contract.
1.9 The Contractor, including own employees and employees of subcontractors , shall comply
with all applicable safety regulations as established by Occupational, Safety and Health
Administration (OSHA), including wearing personal safety equipment and / or harnesses.
1.10 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES : The following
procedures will be followed regarding the subject item on this Contract:
(a) A warning sign not less than five inches by seven inches, painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
as cranes, derricks, power shovels, drilling rigs , pile drivers , hoisting equipment or
similar apparatus. The warning sign shall read as follows :
"WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN TEN FEET OF
HIGH VOLTAGE LINES."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm , except back hoes or dippers
and insulator links on the lift hood connections.
(c) When necessary to work within ten feet of high voltage electric lines , notification shall
be given the electric service provider which will erect temporary mechanical barriers ,
de-energize the line or raise or lower the line. The work done by the power company
shall not be at the expense of the City of Fort Worth . The notifying department shall
maintain an accurate log of all such calls to electric service provider and shall record
action taken in each case.
(d) The Contractor is required to make arrangements with the electric service provider
for the temporary relocation or raising of high voltage lines at the Contractor's sole
cost and expense.
No person shall work within ten feet of a high voltage line without protection having been
taken as outlined in Paragraph (c).
2.0 MATERIALS
2.1 General Notes
2.1.1 It is the Contractor's responsibility to furnish all materials necessary to complete
each street light, whether the item is specifically mentioned or not, with the
exception of those materials that will be provided by the City as specified in the bid.
All unspecified materials (i.e ., electrical tape , bolts , and wire nuts, etc.) shall meet
the requirements of the National Electrical Code . All materials supplied by the
Contractor shall be new un-depreciated stock.
2 .1.2 Some sections of these specifications may cite examples of acceptable brands and
model numbers of the items described. Items of equal durability , performance , and
design may be substituted upon City acceptance. Bidders may be required to
submit to the Traffic Services Division information on materials they desire to furnish
and install . A two-year warranty shall be required on all other materials furnished.
A list of cities , towns , etc., where the equipment being bid has been in field service
for at least two (2) years may be required by the City for reference. If required , the
list shall contain names and phone numbers of persons who can be contacted for
such reference. If the guidelines listed above are not met, the bid and the
equipment shall not be accepted .
2 .1.3 If more than one unit of a given bid item is required , the Contractor shall ensure that
all units are the product of one manufacturer, unless otherwise directed by the
Traffic Services Manager or designee.
2 .1.4 All materials furnished by the Contractor shall become the property of the City,
effective upon successful completion of a 30 day test period . Except for materiais
supplied by the City, the Contractor shall have full responsibility for materials until
the date of acceptance with respect to damage, theft, or loss.
2 .1.5 Prior to final acceptance by the City, the Contractor is responsible for removal,
replacement and reinstallation of any damaged material at the Contractor's
expense , including, but not limited to , grass , irrigation and erosion control.
2.2 Standard Street Luminaire Poles
(Section 2.2 is for information only and is not applicable to this bid request since the
City will be providing these poles.)
2 .2.1 Pole Dimensions
Poles shall conform to the "Street Luminaire Detail Sheets" and the dimensional
requirements layout therein as provided. Any deviations from the dimensions of
the "Street Luminaire Detail Sheets" shall be noted in the bid submittal.
2 .2 .2 Design Standards
Pole Assembly: The pole assembly shall consist of a tapered steel shaft
complete with a steel anchor base, conforming to ASTM standard A36/A36M-03a
and A595-98 (2002), of adequate strength and appropriate size, secured to the
lower end of the shaft by telescoping the shaft into the base and placing two
continuous welds around the pole, one on the end of the shaft and the other at
the top of the plate base on poles to be mounted on anchor bolts.
On poles to be embedded in the ground, a #7 gauge minimum ground sleeve 24"
in length shall be installed at designated height as specified from bottom of pole
and secured by two continuous welds around pole at the bottom and top of the
sleeve and a #7 gauge minimum steel strap at lease 2" wide shall be welded
across the bottom opening of the shaft to support it in the hole. A pole plate or
plates will be required as specified near the top of the shaft for mounting light
arm.
The shaft shall be one piece for poles 40' and less; two piece for poles over 40' is
optional. Two-piece shafts shall assemble by telescoping the upper section over
the lower section with a firm tapered fit. The telescoping length of the joint shall
not be less than 1 ~ times the diameter of the pole at the joint. The telescoping
field joint shall not be welded but shall be keyed with a through bolt. The tapered
shaft tube or tubes shall have a constant taper of .1 O" to .14" per linear foot.
Strength: Luminaire support and lighting poles shall be designed to w ithstand
test loads equivalent to a velocity pressure of 23 .0 PSF at the nominal mounting
height above ground line with appropriate coeffic ients of and with a factor of
safety of not less than 1.80 . The lighting standard shall also be designed to
withstand test loads , which are calculated equivalent of 80 MPH without
destruction .
Shape: Poles shall be round with a maximum "ovalness" not to exceed 1.5% of
the nominal diameter. Measurements shall be made at 90° to each other in the
same cross-section. Straightness tolerance shall be no more than 3/8 inch per
20 feet of length , or not more than 1/16 inch in any four-foot section of pole .
NOTE: Actual dimensions of poles to be supplied shall be included in bid
submittal.
2 .2 .3 Design Details
2 .2 .3 .1 Base of Pole: The base anchor hole pattern shall conform to the "Street
Luminaire Pole Foundation Details" sheet as provided . The base flange
shall be provided with four (4) slip holes for mounting on four anchor
bolts . The anchor bolt hole on the base flange shall be slotted .
2 .2 .3 .2 Transformer Bases: When required on the bid fo rm , the standards shall
be furnished with an aluminum "Breakaway Base."
2 .2.3 .3 Breakaway Transformer Base : A cast alum inum breakaway type
transformer base with all necessary fittings and attachments shall be
furnished so as to afford to the lighting standard the quality of breaking
away under vehicular impact. The base shall have a vertical height of
20" to provide bumper area contact with a passenger vehicle and shall
have the ability to shear on impact when struck by a vehicle of
approximately two thousand pounds or more and traveling at a speed of
twenty miles per hour or more. It shall meet necessary structural and
w ind loading requirements and , as a minimum , w ithstand the effects of a
load of five hundred pounds eighteen inches from the tip of the shaft to
which the base is attached without any permanent distortion , overstress
or failure . A door opening shall be provided in the side of the base
approximately 8" x 1 O" in size. Aluminum base material shall conform to
ASTM 8108 alloy SG 70A-T6 .
2 .2 .3.4 Access Door: A removable access door shall be furnished in the base of
the pole assembly, measuring at least 4 inches by 6 inches , secured by
#20 stainless steel tamper proof screws. A #20 ground stud shall be
provided opposite the access door open ing .
2 .2 .3 .5 Anchor Bolts: Anchor bolts shall be provided with each pole. Anchor
bolts shall comply with ASTM standard F1554-99. Anchor bolts shall be
galvanized steel and shall comply with the dimensional requirements as
set out in the "Street Lumina ire Pole Base Detail Sheet" as shown under
"Anchor Bolt Detail " as provided .
2 .2.3 .6 Pole Cap: The pole cap shall be sloped to shed rain and shall be
secured with at least three locking screws. The po le cap shall be made
of cast aluminum or pot steel. Cast iron is not acceptable.
2 .2 .3 . 7 Arms : Arms shall be capable of withstanding a test load , the calculated
equivalent of an 80 MPH wind . Lum inaire arms shall be capable of
supporting 75 pounds of weight with a 3 square feet luminaire surface .
2 .2 .3 .8 Support Arm Mounting Flange: The pole shall have a simplex fitting
plate conforming to the "Street Luminaire Pole Details" sheet as
provided . The plate shall have two-% inch tapped diameter holes, 4
inches apart to secure the support arm to the pole . The plate shall
accept a saddle plate on the support arm .
A hole shall be provided in the pole flange that is not less than 1-1/2
inches in diameter. The hole shall be smooth and free of burrs so as to
-prevent damage to cable jacketing when pulled through the opening .
Extra pole mounting flanges are a line on the itemized bid list. These
flanges shall not be galvanized to permit welding to the pole to make
repairs or modify the pole to accept truss type support arms .
2 .2.3.9 Finish : The pole shall be hot dipped galvanized, unless otherwise
required in the bid items list. All galvanized materials shall be dipped in
accordance to ASTM A123 / A123M-01 standard. Each component must
be completely coated in a single dip . Double dipped materials will not be
accepted. The finish shall be smooth and free of imperfections.
2.3 Luminaires (Cobra Head Type)
2.3.1 General Specifications
All luminaires shall be adapted for both 1 X" and 2" adjustable slip fitter mounting
with leveling screws to securely clamp to mast arm or bracket. Two clamping
brackets shall be provided to prevent the head from turning from wind or
vibration .
All luminaire housings shall be cast or drawn from a non-ferrous alloy and shall
be free of cracks and excessive porosity. The exterior surface shall have uniform
natural aluminum or painted finish . Mogul base sockets shall be nickel-plated
-copper and shall be rigidly attached to a high-grade porcelain base, which shall
extend and completely enclose the metal shell. Sockets shall be mounted to
provide for latest requirements for the IES-ANST Standards for highway and
roadway lighting. Sockets shall be of one-piece construction ; no split socket
construction acceptable.
All nuts , screws, clips , washers and attaching hardware shall be fabricated from
highly corrosion resistant alloys.
Lamp shall be mounted in a horizontal position . The optic assembly shall be
provided with resilient gaskets and so constructed that a positive seal against
weather and other contaminates will be maintained . The hinge shall be lift-off
type with a means for preventing unintentional separation . The latch shall be an
automatic type or quick release thumb latch and designed such that a spring
failure will not cause the retractor assembly to open . The reflector shall be
processed to a highly specular finish . It shall be secured in such a manner that
no tools will be necessary for removal or replacement. The edges of the reflector
if not covered by a gasket, shall be smooth and all corners rounded to prevent
injury to bare hands . The reflector shall have sufficient strength to prevent being
distorted during routine operations. The retractor shall be crystal clear glass with
refracting prism (IES Type Ill, semi-cut off, unless otherwise specified).
2.3 .2 Ballasts
Ballasts shall be the regulated type designed to operate high-pressure sodium or
metal halide lamps in a horizontal position, and manufactured by Advance (or
approved equal), voltage to be specified , on each order. Total assembled weight
of luminaire and ballast shall not exceed 50 pounds on 400-watt units and 75
pounds on 1000-watt units.
Ballast input wattage during fluctuations of the primary voltage of plus 5% or
minus 10% shall not exceed the value given in the table below:
Lamp Wattage Maximum Ballast Input (Average for Group Sample)
100 145% of Normal lamp Wattage
150 145% of Normal lamp Wattage
200 130% of Normal lamp Wattage
250 130% of Normal lamp Wattage
400 130% of Normal lamp Wattage
1000 130% of Normal lamp Wattage
Lamp wattage shall average within plus or minus 3% of wattage measured at
nominal line voltage applied to the ballast, shall not be less than 0 .90 . Each
ballast shall permanently and clearly indicate the following :
• Type , Catalog Number, Voltage Rat ing , and Connection Diagram
2.3.3 Starter
The Electrical starter shall be a solid-state device capable of withstanding
ambient temperature of 85 degree C . All components shall be sealed and
protected from dirt, moisture , or other foreign material. The starter shall have a
m inimum pulse repletion rate of 1 pulse per cycle . The minimum amplitude of
the pulse shall be 2500 volts for the 100, 150 , 200 , 250 , and 400 watt lamp ; 3000
volts for the 1000 watt lamp , and shall be applied within 20 electrical degrees of
the center of the open c ircuit voltage wave .
2.3.4 Receptacle for Photo Electric Eye
Lum inaires w ith 120/208/240/277 volt multi tap ballast shall be furnished with
receptacle for photo electric eye .
2.4 Antique Style Pole
(Section 2.4 is for information only and is not applicable to this bid request since the
City will be providing these poles.)
2.4 .1 Lantern Assembly
The lantern shall conform to the following spec ifications and description :
2.4 .1.1 Dimens ions : The lantern shall be approx imately 33 inches high overall
and approximately 16 inches in overall diameter.
2.4 .1.2 Globes: All globes shall have 8 inch opening with spun aluminum collar
to prevent set screws from meeting w ith any part of the acrylic globe .
Each sty le of globe shall be ava il able to purchase w ith or without the
lantern . All mo unting hardware and screws shall be stainless stee l.
2.4.1.3 If finial is requested , the fin ial shall be composed of cast aluminum &
shall be fastened to the globe with machine bolt from inside the globe
and shall be sealed with a sil icon style adhesive.
2.4 .1.4 Globe I: This globe shall be a one-piece UV resistant DR Acrylic globe
equal to or greater than Dynamic Lighting Globe # A025DR-CL or
Lightn ing Inc. Globe# FP127 .
2.4.1.5 Globe II : Th is globe shall be a two piece made up of the globe and roof.
The globe shall meet American Association of State Highway and
Transportation Officials (ASSHTO) Type Ill refractive pattern with house
s ide cut-off. It shall be composed of clear acrylic material that is ultra-
violet resistant for up to 10 years and shall be heat resistant. The globe
shall be equal to or better than Dynam ic Lighting globe #
ARP23/AC8/T3 .
The globe roof shall be a vertically ribbed "Fort Worth " style with no finial.
It shall be composed of clear impact-resistant acrylic material that is
ultra-violet resistant for up to 10 years and shall be heat resistant. The
roof shall have a one piece stainless steel band to make a single
permanent assembly that is sealed with a utility grade silicone . The roof
shall come with a semi-cut off reflector. The reflector shall be a one-
piece aluminum assembly treated with an ALZAK process.
2.4 .1.6 Globe Ill : This globe shall be a two-piece assembly made up of the globe
and the roof. The globe shall meet American Association of State
Highway and Transportation Officials (ASSHTO) Type Ill or Type V
refractive pattern. It shall be composed of a clear impact-resistant
acrylic material that is ultra-violet resistant for up to 1 O years and shall be
heat resistant. The globes shall come with a house side cut-off and shall
be equal to or greater than Dynamic Lighting globe A028AC-T3 or
A028AC-T5 Series .
The globe roof shall be "Victorian " style with no finial. It shall be
composed of impact-resistant acrylic material that is ultra-violet
resistant for up to 10 years and shall be heat resistant. The roof shall
be secure to the globe with at least 4 stainless steel screws and
sealed with utility grade silicone. The roof shall come complete with a
semi-cut off reflector . The reflector shall be a one-piece aluminum
assembly treated with an ALZAK process.
2 .4 .2 Ballast shall be the regulated type designed to operate high-pressure sodium or
metal halide lamps in a vertical position and manufactured by Advance Ballast &
Transformers or Universal Lighting Technologies , voltage to be 120v , unless
specified on each order.
2.4 .3 Socket: The Sockets shall be mounted to provide for latest requirements for the
IES-ANST Standards for roadway lighting. Sockets shall be of one-piece
construction , no split socket construction is acceptable .
2.4.4 Lamping: The following lamping options shall be provided . Specific lamping
types and quantities shall be listed on the itemized bid sheet.
• 70 watt, mogul base , 120 volt metal halide with integral internal ballast
socket combination ;
• 100 watt, mogul base, 120/240 volt metal halide with integral internal
ballast socket combination ;
• 100 watt, mogul base , 120/240 volt high-pressure sodium with integral
internal ballast socket combination
2 .4 .5 Photo Control : A twist lock photo control receptacle shall be provided . The photo
control shall fit under the globe within the fixture pod with access door hinged
and fasten with an external tool less latching method and shall have a clear
acrylic lens.
2.4 .6 Seat and Fitter: The seat and fitter shall be cast aluminum . A neoprene gasket
shall be provided as to help prevent dust from entering inside the globe area .
2.4. 7 Finish : All metal parts (pod and seat) shall be painted with a Superpolyester
Black powder coating . The finish shall be smooth and free of imperfections .
2.5 Post
The post shall conform to the "Street Light Luminaire Detail Sheet" under Antique
Style Street Light Pole detail as provided. Pole shall be patterned with 16 flutes.
2.5.1 Dimensions: The pole dimensions shall be as follows :
• Height: 10 feet , 10 inches & 13 feet , 10 inches (as required on the
itemized bid sheet);
• Sections :
Column at base - 7 inches outside diameter;
Column at top - 3.5 inches outside diameter;
Base at base -20 inches outside diameter;
TENON - 3 inches outs ide diameter & shall be 3 inches in height.
Pole should be designed to withstand an 80 mph wind load .
NOTE: Actual dimensions of poles to be supplied shall be included in
bid submittal.
2.5 .2 Material : The pole assembly shall be a one-piece heavy wall aluminum casting.
The castings are to be true , smooth and clean of cast burs (inside and outside).
2.5.3 Base and Hole Pattern : The base anchor hole pattern shall conform to the "Street
Lumina ire Detail Sheet" as provided
2 .5.4 Access Door: A removable access door shall be furnished in the base of the pole
assembly , measuring at least 4 inches by 6 inches, secured #20 stainless steel
tamper proof screws . A #20 ground stud shall be provided opposite the access
door opening.
2.5.5 Base of Pole : The base flange shall be provided with four (4) sl ip holes for
mounting on four anchor bolts . The base flange shall be provided with at least an
8-inch diameter hole for conduit projection . Leveling shims will be provided .
2 .5.6 Anchor Bolts: Anchor bolts shall be provided with each pole . Anchor bolts shall
be galvanized steel and shall comply w ith the dimensional requirements as set
out in the "Street Luminaire Pole Base Detail Sheet" as provided .
2.5.7 Fin ish : The pole shall be painted with a Superpolyester black powder coating .
The finish shall be smooth and free of imperfections.
The supplier shall supply sufficient primer and enamel for field touch-up after
installation.
2 .6 Conduits and Related Hardware
2.6.1 Conduit: All polyv inyl chloride condu its , including elbows and couplings shall be
schedule 40 PVC or schedule 80 PVC conduit , conforming to Federal
Specification W-C-1094 and Underwriters ' Laboratories , Inc . Standard UL-651 .
All conduit sizes shall be as indicated on the plans . Only "stick" PVC conduit will
be permitted. Roll conduit is not acceptable.
2.6.2 Rigid metal : Rigid metal conduit shall be steel , hot-dipped galvanized inside and
outside .
2.6.3 Weather heads shall be made of aluminum and may be the threaded or the clamp
on type.
2.7 Power Lead-In Cable
2.7.1 Power lead-in cable shall be stranded THHW copper wire and suitable for A/C
electric service .
2. 7 .2 The cable shall be capable of operating at 600 volts maximum and suitable for use
at conductor temperatures not exceeding 167 F (75 C). Material and construction
shall be in accordance with the applicable requirements of IMSA and NEC
standards.
2. 7.3 Conductors shall be stranded , anneal coated copper. Copper wire before insulating
or stranding shall meet the requirements of the latest edition of ASTM B-033 (for
coated wire). Stranding shall be class B, in accordance with the latest ed ition of
ASTM B-8 .
2 .7.4 Insulation shall consist of cross-linked thermosetting polyethylene , meeting the
requirements of IMSA and listed by UL as type USE THHW-75C .
2 .8 Ground Boxes
2 .8.1 General Requirements
All ground boxes specified for use shall satisfy the following general requirements:
2.8.1.1 The top surface of the ground box cover shall have a minimum co-efficient
of friction of 0 .5 .
2.8.1.2 Boxes shall be stackable for extra he ight.
2.8.1.3 Boxes shall be manufactured from Reinforced Polymer Concrete (RPM)
composed of borosilicate glass fiber , a catalyzed polyester resin and an
aggregate. Sidewalls may be re inforced polymer.
2.8.1.4 Enclosures and covers shall be able to withstand a minimum 12,000 lb . per
wheel load . Load requirements shall be tested by an independent
laboratory and a certification of such tests shall be supplied for approval.
2.8.1.5 All components shall be designed and tested to withstand temperatures as
low as -20 F (-4 C).
2.8.1.6 The size and dimensions of the required ground boxes shall be shown
on the Ground Box Details sheet in the plan set
2 .9 Foundations
All foundations shall be built in accordance with the requirements stated in the standard
detail sheets of the plan set. All foundations shall be continuous pour in place.
2.10 Hardware Paint
(Section 2.10 is for information only and is not applicable to this bid request since the
City will be providing poles.)
The contractor shall supply the following primer coating and finishing coating . Specific
fin ish coat color shall be specified on each task order and w ill vary accordingly.
The follow descriptive names of finish coat colors are permissible within the C ity :
• Brick Red (RAL 3009)
• Black Green (RAL 6012)
• Yellow Ol ive (RAL 6014)
• Grey Beige (RAL 8022)
• Duranotic Bronze RAL (8019)
• Black (RAL 9004)
• Pure Aluminum (RAL 9006)
2 .10 .1 Primer Coating
The primer coat shall be Kwal Paint #5810 G-Prime Premium Acrylic Un iversal
Primer or approved equal. This is a 100% acrylic primer for all types of surfaces,
including galvanized finishes.
2 .11
2.10.2 Finish Coat
The finish coat shall be Kwal paint #6300 Accupro 100% Acrylic Exterior Flat
Finish or approved equal. This is a 100% acrylic finish that durable and chalk
resistant.
The paint to be applied to existing non-galvanized street light structures shall be a
durable iodized alkyd enamel with semi-gloss finish . The drying time shall be
approximately three hours with an average dry film thickness of 1.4 m il. The paint
quality shall a ll ow for application on surfaces at temperatures as low as 20 F (7 C).
2 .10 .3 Hardware paint color shall as called for in the construction plans set or bid
documents.
Grounding Conductor and Grounding Rod
2.11.1 The grounding conductor shall be a #8 AWG solid copper wire . The conductor
shall be bonded to all ground rods.
2 .11 .2 Grounding rod electrodes shall be copper-bonded steel be ing at least 5/8 in .
(15 .875 mm) in diameter. All ground rods shall be 8 ft. (2.4 M).
2.12 Electric Service Center
2 .12.1 Electric service center or contactor control box shall meet or exceed the product
shown in Append ix A for either pole mounted or ground mounted units.
2 .12.2 Vendors requesting to supply a different box than the shown in Appendix A , shall
subm it a sample unit for review and approval by the Traffic Services Ma nager or his
/ her designee.
2 .12.2 Ground mounted service centers shall be mounted on a concrete base that is 3-1/2
inches thick , and four feet by four feet square, with eight #3 bars and 6 inch long "J"
hook anchor bolts. (See ground box apron detail for typical steel layout.)
3.0 INSTALLATION OF SREEET LIGHT COMPONENTS
3.1 Installation of Electrical Service
3 .1.1 Unless otherwise noted on the plan sheets, power shall be d irect wired to the
appropriate phased transformer provided by the electrical service provider. This
connection will only be made by authorized personnel.
3 .1.2 If electrical service is required to be metered , then the Contractor shall install all
electrical service connections including condu it , pole risers , meter base, breaker
box, breakers etc., in accordance with NEC standards and specifications.
Installation of conduit and wire in to the electrical service provider vaults shall be
per the electrical service provider's specifications .
3.1 .3 Unless otherwise called for in the plans , the power connection shall be made to a
120-240 volt, single-phase, 60 cycle AC supply. All wiring shall be done in
accordance with NEC.
3.2 Installation of Conduit
3.2.1 The conduit size will generally be specified on the street light plan sheets or task
work order.
3.2.2 The Contractor shall provide and install underground cable facilit ies required to
complete the construction plan set. The Contractor will be required to coordinate
with all local util ity companies, long distance communication compan ies, C ity
utilities, railroad compan ies, and Dig Tess , if applicable, to ascertain exact locations
of conflicting underground services.
3.2 .3 The location of conduits and ground boxes are diagrammatic only and may be
shifted by the Inspector to accommodate field cond itions .
3.2.4 When boring is used for under pavement conduit installations, the maximum
allowable overcut shall be 1 in . (25 mm) in diameter.
3.2 .5 When conduits are bored , the vertical and horizontal tolerances shall not exceed 18
in . (457 mm) as measured from the intended target point.
3.2.6 The use of a pneumatically driven device for punching holes beneath the pavement
(commonly known as a "missile'? will not be permitted under streets or roadways on
any street light installation projects. Boring shall be done by use of directional
boring machinery.
3.2.7 The contractor shall place duct seal or foam (maximum of 3 inches) at the ends of
all conduit where conductors and/or cables are present.
3.2.8 New Conduit
3.2.8.1 Unless otherwise shown on plans or standard detail sheets , all
underground conduit shall be schedule 40 PVC conduit except if the
conduit is to be placed under a roadway at a depth of less than 24 inches
(600 mm}, then the conduit shall be schedule 80 PVC . All conduit or
raceways above ground shall be rigid metal. All conduit and fitt ings shall be
of the sizes and types shown on the plans. Each section of conduit shall
bear evidence of approval by Underwriter's Laboratories .
3.2 .8.2 Conduit term inating in posts or pedestal bases shall not extend vertically
more than 3 inches (76 mm) above the concrete foundation . Field bends in
conduit shall have a minimum radius of 12 diameters of the nominal size of
the condu it.
3.2 .8.3 Exposed vertical conduit shall be galvan ized rigid metal , and reamed and
couplings made tight. PVC conduit shall be joined by the solvent-weld
method in accordance with the conduit manufacturer's recommendations.
No reducer couplings shall be used unless specifically indicated on the plan
sheet.
3.2 .8.4 All rigid conduit and fittings shall have burrs and rough places smoothed
and shall be clean and free of obstructions before the cab le is installed .
Field cuts shall be made with a hacksaw or four wheel pipe cutter only and
shall be square and true so that the ends will butt or come together for the
full diameter thereof. In no case shall a cutting torch be used to cut or join
condu it. Slip joints or running threads will not be permitted for coupling
conduit unless approved by the Inspector. When a standard coupling
cannot be used , an approved union coupling shall be used and shall
provide a water-tight coupling between the conduit sections .
3.2.8.5 All couplings shall be properly installed to bring thei r ends of connected
conduit together to produce a good rig id connection throughout the entire
length of the conduit run . Where the coating on a rigid metal conduit run
has been damaged in handling or installation , such damaged parts shall be
thoroughly painted with rust preventive paint. Ends of conduits shall be
capped or plugged until installation of the wire is complete. Upon request
by the Inspector, the Contractor shall draw a full-s ize metal wire brush ,
attached by swivel joint to a pull tape , through the metal conduit to insure
that the conduit is clean and free from obstructions. Conduits shall be
placed in an open trench at a minimum 24 in . (600 mm) depth below the
curb grade in the sidewalk areas, or 18 in. (450 mm) below the finished
street grade in the street area .
3.2.8 .6 Conduit placed for concrete encasement shall be secured and supported in
such a manner that the alignment will not be disturbed during placement of
the concrete . No concrete shall be placed until all of the conduit ends have
been capped and all box openings closed .
3.2.8. 7 PVC conduit, which is to be placed under existing pavement, sidewalks ,
and driveways , shall be placed by first providing a void through which the
PVC condu it ,shall be inserted . The void may be made by either boring or
jacking a mandrel. Heavy jacks are to be used for jacking. Use of water or
other fluids in connection with the boring operation will be perm itted only to
lubricate cuttings . Water jetting will not be perm itted .
3.2 .8.8 If it is determined by the Inspector that it is impractical to place the conduit
by boring as outlined above due to unforeseen obstructions , written
permission may be granted by the Assistant Director of Transportation and
Public Works Department over Infrastructure for the Contractor to cut the
existing pavement. Pits for jacking and boring shall not be closer than 2 ft.
(600 mm) to the back of the curb or the outside edge of the shoulder. The
j acking and boring method used shall not interfere with the operation of
streets , highways , or other facilit ies, and shall not weaken or damage any
embankment structure , or pavement.
3.2 .8.9 Backfill -Compaction & Density Test for All Ditchlines
The Inspector shall be notified prior to commencing any backfill of all trench
lines .
All ditchlines within paving areas of existing and proposed streets and
within 2 ft. (600 mm) back of curb are to be mechanically tamped . All
tamping is to be density controlled to 90% standard proctor density at
optimum moisture content and no greater than 5% optimum or less than
2% below optimum. All backfill material is to be select native material , 6 in .
(150 mm) diameter clods and smaller. It is permissible to put backfill in 6 in .
to 8 in . (150 mm to 400 mm) lifts with densities being taken for each 1ft.
(300 mm) of compacted material on offsetting stations of 50 ft. (15 .9 M).
Note : All excavated material, not required for backfill, shall be promptly
removed and disposed of by the Contractor, outside the limits of the project.
The work site shall be kept clean and neat at all times at no additional cost
to the city. The inspector may provide access to a city owned location to
deposit debris .
3.2.8.1 O The Contractor shall provide adequately bent condu it and shall properly
excavate so as to prevent damage to the conduit or conductor by a bend
rad ius that is too short.
3.2.8 .11 All conduit runs shall be continuous and of the same material (metal only
or PVC only). Where tying into existing conduit, the Contractor must
contin ue with the same material (metal to metal or PVC to PVC).
3.2 .8.12 Each length of galvan ized rig id metal conduit, where used , shall be
reamed and threaded on each end and couplings shall be made up
tight. White-lead paint or equal shall be used o n threads of all joints.
Metal conduit and fittings shall have the burrs and rough places
smoothed . Where the coati ng on a metal conduit run has been
damaged in handling or installation , such damaged parts shall be
thoroughly pa i nted with rust preventive paint.
3.2 .9 Existing Conduit
3.2.9.1 Prior to pulling cable in existing underground conduit, the condu it shall be
cleaned with a mandrel or cylindrical wire brush and blown out with
compressed air. If conduit appears to be blocked , the Contractor shall make
an attempt to clear the conduit by rodding (The Contractor will not rece ive
extra compensation for rodding).
3.2 .9 .2 If the existing conduit cannot be used , the Contractor may be required to
repair and/or replace this conduit as directed by the Inspector.
3.2 .9.3 The Inspector shall be notified prior to disconnection or removal of any
existing cable .
3.3 Installation of Cable
3.3.1 General
3.3.1 .1 Cables shall be installed in conduit unless indicated as an "overhead" cable
run . Conduit must be continuous, reasonably dry, completely free of debris ,
and without sharp projections , edges, or short bends . If required by the
Inspector, the Contractor shall demonstrate that the conduit is dry and free
of debris by pulling a swab and/or mandrel through the conduit. The
conductors shall be installed in a manner so as to insure against harmful
stretching of the conductors or damage to the insulation . Installation
methods shall conform to the recommendations of the cable manufacturer.
The Contractor shall furnish , at the request of the Traffic Services Manager
a copy of the manufacturer's recommendations , which shall include
methods of attaching pull cable , pulling tension per conductor size and per
radius of conduit bend, and the type of lubricant to be used .
3.3.1.2 All cables in a given conduit run shall be pulled at the same time and the
conductors shall be assembled to form one loop in such a manner that the
pulling tension is equally distributed to all the cables . Long , hard pulls will
necessitate the use of pulling eyes. For short runs , the cables may be
gripped directly by the conductors by forming them into a loop to which the
pull wire or rope can be attached. The insulation on each conductor shall
be removed before the loop is formed . The method used will depend on
the anticipated maximum pulling tens ion in each case .
3.3.1.3 In existing conduit where new cables are to replace existing cables , the exit
cables may be used to pull in the new cables. At locations where new
cables are to be added to existing cable runs, the existing cables shall first
be pulled out, the new cables are to be added to the existing cables to form
one cable pull. Installation and removal shall be done in such a way as to
prevent damage to the existing and/or new cables . In the event of damage,
the Contractor shall bear the responsibility of providing the material and
labor for replacement of defective cables at no extra cost to the City.
3.3.1.4 All conduit runs shall be measured accurately and precisely for determining
cable lengths to be installed. Conduit measurement shall take place in the
presence of the Inspector. The Inspector shall record all cable
measurements and include the distances on an as-built drawing. In
locations where new cables are to replace existing cab les, the Contractor
may use the removed cables as a measuring device to determine the
lengths of the new cables to be installed. However, this does not relieve
the Contractor of his respons ibility to record accurate measurements of all
cable lengths ..
3.3.1.5 The manufacturer's recommended maximum pulling tensions shall not be
exceeded under any circumstances. If so required by the Inspector, the
Contractor shall insert a dynamometer in the pull wire as the cables are
being pulled into the conduit to demonstrate that the maximum tensions are
not being exceeded. The cable shall be fed freely off the reel into the
conduit without making a reverse curve . At the pulling end , the pull wire
and cables shall be drawn from the conduit in direct line with the conduit.
Sheaves or other suitable devices shall be used as required to reduce any
hazards to the cable during installation. The cables shall be adequately
lubricated to reduce friction and further minimize possible damage. Such
lubricants shall not be the grease or oil type used on lead sheathed cables ,
but shall be one of several commercially ava ilable wire pulling compounds
that are su itable for PVC sheathed cables . They shall consist of soap , talc,
mica , or similar materials and shall be designed to have no deleterious
effect on the cables being used .
3.3.1.6 Cables shall be neatly trained to the ir destinations. The Contractor shall
adhere to the cable manufacturer's recommended values for the min imum
bending radii to which cables may be bent for permanent training during
installation. These limits do not apply to condu it bends, sheaves, or other
curved surfaces around wh ich these cables may be pulled under tens ion
wh ile being installed. Larger radius bends are required for such cond itions.
3.3.2 Wire and Cable
All wire and cable shall conform to the requirements shown in the plans , except wire
and cable specifically covered by other items of this contract.
3.3.3 Circuit Control Wiring
3.3.3 .1 Wiring for the contactor control cabinet shall consist of (1) power and field
wires , (2) ground wires , (3) photo-controls and (5) contactor wires to their
respective terminals in the cabinet. Wiring for the controller shall be
completed as shown on the Street Luminaire Electrical Connection Details
and in the instructions furnished with the controller by the manufacturer.
3.3.3 .2 All field wiring in the contactor control cabinet shall be neatly installed .
Incom ing cables shall be trained to their destination and neatly laced
together.
3.3.4 Lum inaire Wiring (contactor to each pole pier)
3.3.4.1 Conductors shall run as follows :
• Four unbroken electrical cables shall run from the contactor to
each pole pier for circu it lighting , or three electrical cables from the
transformer connection to a single light standard .
• Each cable shall have the color jacketing as required on the Street
Luina ire Electrical Connection Details .
3.3.5 Lum inaire Wiring (pole base to luminaire)
Two (2) cables shall run from pole base up to the luminaire in each pole. All
connections will be made above ground . The grounding conductor shall be
connected to the ground lug in the pole hand hole. A 7 amp in-l ine fuse shall be
required for the positive conductor in the base of the pole .
3 .3.6 Terminals
The ends of all stranded wires from the luminaires shall be twisted at least three
turns and wire nut applied in the base of the lighting structure.
3.3. 7 Splices
3.3 .7.1 Splices are strictly prohibited inside conduit runs and , if made in ground
boxes, must be made water tight. All splices shall be made on ly at locations
that are specified in the plans.
3.3.7 .2 Spl icing methods shall be in accordance with good electrical practice and
the cable manufacturer's recommendations. All materials used shall be of
high quality and specifically intended for this purpose.
Cables shall be tra ined to their final position and cut to proper lengths. The
cable's jacket and insulation shall be removed as required . When doing
this , use proper care to insure against nicking the conductors. The
connection shall be installed tightly and all burrs , rough edges, etc. shall be
removed . If wire nuts are used to secure the connection , then only
"Scotchlock" brand connectors shall be utilized . No more than two (2) wires
shall be spliced together using "Scotchlock" connectors and the w ire shall
be twisted. If more than two (2) w ires are connected , then a split-bolt
connector or mechanical clamp shall be used .
All splices involving grounding conductors shall be made by twisting the
cables together. applying solder then wrapping the connection with green
electrical tape .
Heating the connection with a direct flame will not be permitted for cable
gauge less than #14. Approved thermo-setting materials shall be used to
provide a watertight seal.
3.3.7 .1 The Inspector may select at random at least five (5) splices to be
thoroughly inspected . The Contractor shall , in the presence of the
Inspector, sectionalize each selected splice to expose the various layers of
materials and the connector. These splices shall be thoroughly checked for
compliance to these special provisions. Each splice shall then be remade
by the Contractor. This work shall not require extra payment, but is
cons idered subsidiary to other items in the Contract. All of the splices
selected for this inspection shall conform to the requirements of these
special provisions. If any splices fa il to meet these requirements , then ten
more splices shall be selected at random by the Inspector for examination .
3.4 Ground Boxes
3.5
All ground boxes shall be installed according the standard construction detail sheet. The
cost of installing ground boxes shall be complete and in place , including the concrete apron .
Grounding
3.5.1 There shall be a properly installed and connected ground rod for each controller
cabinet, power drop and street light pole pier to reduce any extraneous voltage to
a safe level. The ground rod shall be located so as to minimize the length of the
grounding-conductor run . For pole-mounted cabinets a grounding rod and
grounding conductor shall be installed at the nearest foundation or ground box.
All grounding circuits shall be substantial and permanent and shall be electrically
continuous with an ohms-to-ground resistance not to exceed 10 ohms when
tested by volt-ohm-meter.
3.5.2 Ground ing Connectors and Electrodes
3.5.2 .1 When the location preclude s driving a single ground rod to a depth of 8 feet
(2.4 m), or when a multiple ground rod matrix is used to obtain the requ ired
resistance to ground , ground rods shall be spaced at least six feet apart
and bonded by a minimum No. 6 AWG copper w ire.
3.5.2 .2 Connection of grounding circuits to grounding electrodes shall be by
devices that will ensure a positive , fail-safe grip between the conductor and
the electrode (such as lugs or pressure connectors). No splice joint will be
permitted in the grounding conductor.
3.5.2 .3 Each ground ing rod shall be driven into the ground to a depth sufficient to
provide the required resistance (10 ohms) between electrodes and ground .
3.6 Concrete Foundations for Lighting Structures
3.6.1 All foundations shall be staked or flagged by the contractor Inspector prior to
excavation .
3.6 .2 Concrete foundations for street light structures shall be located so that the closest
face is a minimum of 2 ft. (600 mm) from the face of the nearest vertical curb. The
Contractor shall probe before excavating foundations to determ ine the location of
utilities and structures. Foundations shall be paid for once , regardless of extra work
caused by obstructions . The Contractor shall furnish all supplementary items
necessary for proper foundation installation .
3.6.3 Excavation for all foundations shall be done in accordance with lines and depths
indicated on the standard detail sheets of the plan set. All loose material shall be
removed from the excavation before concrete is placed . Any water shall be
removed by pumping or bailing . The use of explosives will not be permitted.
3.6.4 Foundations shall be constructed to the dimensions shown on the plans . The
Contractor is required to make certa in that the top of the finished foundation is level
and formed . Anchor bolts and conduits shall be held rigidly in place by a template
until the concrete is set. All foundations shall be continuous pour concrete.
A mechanical v ibrator shall be used for compacting and working the concrete . After
the concrete has been placed and the top struck off, it shall be covered with wet
cotton or burlap mats or other appropriate form of curing , for not less than 96 hours.
All bracing and templates for anchor bolts shall remain in place for 96 hours after
the concrete is poured . During that time , the anchor bolts and conduit shall not be
subjected to any applied strain . Transformer bases shall not be installed on any
foundations unti l approval has been given by the Inspector.
3.6 .5 Backfill shall be tamped with mechanical tamps in 6 in. (150 mm) layers to the
density of the surrounding ground. Where excavation is made in the roadway
shoulder, the shoulder shall be replaced w ith material equal to the original
composition.
3.6.6 All excavated material , not requ ired for backfill , shall be promptly removed and
disposed of by the Contractor, outside the limits of the project. The work site shall
be kept clean and neat at all times at no additional cost to the c ity . The inspector
may provide access to a city owned location to deposit debris.
3 .6 . 7 No concrete shall be placed when the atmospheric temperature drops below 40° F
(4° C) (temperature reading taken in the shade away from artificial heat) unless
permission to do so is given by the Inspector.
3.6.8 Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that
the pole is intended to serve.
3.6 .9 Tubing used to form pole foundations shall not be visible and all exposed concrete
shall be finished with vinyl concrete patch mix to provide a smooth quality finish
with all voids filled and no aggregate exposed . The cost of the work shall be
included in the unit bid price for this item.
3.7 Installation of Lighting Structures
3 .7 .2 The Contractor shall install all structures in accordance w ith the plans. Deviation
from the plans because of physical obstructions , such as overhead utilities to fit a
relocated foundation , shall be worked out with the Inspector and approved prior to
installation .
Poles shall have nuts , lock washers and flat washers on top and bottom of the pole
base plate .
3.7 .2 Transformer bases for poles , if required , shall be leveled and tightly secured to the
foundation before the structure is placed on the base . If shims are required for
leveling , total shim height shall not exceed 1/2 in . (127 mm). Foundation anchor
bolts shall extend a minimum of 1 in . (25.4 mm) through each nut in the base.
3.7.3 Except as modified herein , erection of lighting structures shall be in accordance with
the applicable specifications and standards of the AISC Manual of Steel
Construction. Erecting equipment shall be suitable for the work and shall be in
proper working condition . Parts that cannot be assembled or fitted properly as a
result of errors in fabrication or deformation due to handling or transportation shall
be reported immediately to the Inspector. Straightening of plates and angles or
other shapes shall be done by approval of the manufacturer. No corrections will be
allowed that will void the manufacturer's warranty. A letter from the manufacturer
approving the corrections shall be required or the material may be rejected by the
Inspector.
3 .7.4 The steel structure frame shall be lifted as shown in the manufacturer's
specifications and all match marking shall be followed. Temporary bracing shall be
used wherever necessary to support all loads to which the structure may be
subjected , including equipment, operation , and material loading . Such bracing shall
be left in place as long as may be required for safety . The various members , after
being assembled , shall be aligned and adjusted accurately before being fastened.
Fastening of splices on compression members shall be done after the abutting
surfaces have been brought completely into contact. No welding or bolting shall be
done until the structures have been properly aligned.
3. 7. 5 Bearing surfaces , and surfaces which will be in permanent contact with each other
shall be cleaned before the members are assembled . Bearing plates shall be set in
exact position and shall have a full and even bearing upon the concrete . As
erection progresses , the work shall be bolted to take care of all dead load , wind and
erection stresses . All erection bo lts used in welded construction may be tightened
securely and left in place . If removed , the holes shall be filled with plug welds.
3.7 .6 Field bolting shall be in accordance with the requirements specified for shop
fabrication . Untrue holes shall be corrected by ream ing . Where the surface of a
bolted part has a slope of more than 1 :20 , a beveled washer shall be used to
compensate for the lack of parallel ism . Bo lt heads and nuts shall be drawn tight
against the work with a suitable wrench not less than 15 inches long . Bolt heads
shall be tapped w ith a hammer while the nut is being tightened.
3 .7 .7 Bolted parts shall fit solidly together when assembled and shall not be separated by
gaskets or any other interposed compressible material. When assembled , all joint
surfaces , including those adjacent to the bolt heads, nuts, or washers , shall be free
of scale, except tight m ill scale, and shall also be free of burrs , dirt, and other foreign
material that would prevent solid seating of the parts . Each fastener shall be
tightened to at least the minimum bolt tension as recommended by the pole
manufacturer using ASTM A325 or A490 bolts for the size of fastener used .
Threaded bolts shall be tightened with properly calibrated wrenches or by the "turn-
of-nut" method . Bolts may be installed without hardened washers when tighten ing
takes place by the "turn-of-bolt" method . Any bolt tightened by the calibrated wrench
method (or by torque control) shall have a hardened washer under the element (nut
or bolt head) turned in to a point not closer than 7 /8ths of the bolt diameter from the
center of the washer.
3. 7 . 7 Field Painting of Structures:
3.7.7 .1 Surfaces where the shop coat of paint has been damaged shall be
retouched after i nstallation . The cleaning , pretreatment, and priming of
welds and the areas adjacent thereto shall be done promptly after the
acceptance of the weld. Care shall be taken to properly mask signs and
lantern glass to keep paint from splash ing onto these components.
Masking shall be removed after completion of the pain t ing process. A
sufficient number of paint coati ngs shall be applied to each structure to
result in a un iform finish once completed . All structures shall be air
blasted usi ng high-pressure a ir to remove peeled paint and dust prior to
application of primer coat.
3.7.8 Where poles and/or mast arms exist on ra ised foundations that are to be
removed and installed on new foundations , the Contractor shall store these
poles , arms, street lights , and wiring until they can be installed on their new
foundations .
3.8 Installation of Luminaires
3.8 .1 Luminaires shall be securely tightened i mmediate ly after the assembly has been
installed. If any assembly is found to be loose or asymmetrical in any manner, the
Contractor shall be required to remove and rebuild the street light head assembly
to the satisfaction of the Inspector.
3.8.2 The Contractor shall mount luminaires level and plumb.
3.8 .3 No exposed cable or wiring will be permitted .
4 .0 PRESERVATION OF LANDSCAPING, SPRINKLER SYSTEMS, AND PRIVATE PROPERTY
4 .1 The Contractor shall assume full responsibility for the preservation of existing landscaping
(sod , shrubbery, trees , and etc.}, sprinkler systems , and/or other private property at the site
during the installation of items in this contract document. Damaged landscaping , sprinkler
systems , and/or other private property shall be replaced within a reasonable time by the
Contractor, at his own expense , to the satisfaction of the Inspector.
4 .2 No trees or shrubbery shall be cut except upon the specific authority of the Inspector.
4 .3 Removal of mai lboxes in the way of construction requires 48 hours advance notice to the
post office .
5.0 REMOVAL OF MISCELLANEOUS ITEMS
5.1
5.2
Removal and Salvaging of Existing Lighting Equipment
5.1.1 All salvage materials will be del ivered by the Contractor to the C ity at a locations
designated by the Inspector. The Inspector, assisted by authorized
representatives , will serve as the rece iving agent for salvage material.
5.1.2 The Contractor will ship and handle all salvage material in a manner so as to
prevent damage to these items. Lum i naires will be removed from poles prior to
shipping . All screws will be tightened into their respective slots to prevent loss
during shipping .
5.1.3 The Inspector will identify existing damage to salvageable material and mark
damaged items in the field before they are delivered to the City yard . If damage
to material is the fault of the Contractor, he or she w ill have three (3) working
days to make repairs or supply like items , at his/her expense , for damaged items.
If the Contractor fa ils to repair or replace damaged items in said time , the City
may charge the Contractor for the assessed value as determined by the Traffic
Services Manager or designee.
Removal and Replacement of Curbs and Walks
5.2.1 Contractor shall secure penmission from the Inspector before cutting into or
removing any walks or curbs , which might be required during construction .
5 .2.2 If it is agreed that a sidewalk must be cut and removed , then the concrete must be
sawed and broken out and then restored to an equal or better condition than the
original .
5.3 Removal of Foundations
All foundations subject to removal (as indicated on the plans) shall be razed to a level at
least 12 inches below the ground surface if the foundation subject to removal is located
within a sidewalk, the foundation shall be removed to a depth equal to or greater than the
thickness of the walkway. Once the foundation is removed , the ground surface shall be
restored to surrounding conditions .
5.3 Removal of Ground Boxes
If the construction plans call for the removal of abandoned ground boxes, then the hole
remaining from ground box removal shall be filled and the ground surface shall be restored
to surrounding conditions. Any conduit elbows found in the ground box to be removed shall
be cut back to a minimum of 12 inches below the natural ground surface.
6 .0 SAMPLING AND TESTING
6 .1 General Notes
6.1.1 In itial testing of all materials, construction items, or products incorporated in the
work will be perfonmed at the direction of the C ity and at the expense of the
Contractor, including initial compaction and density tests deemed necessary in
connection with the construction of embankment, backfill ·of structures , or
excavation .
6.1.2 In the event that a material , construction item , product incorporated in the work,
embankment, backfill, excavation or any other item tested, fails to satisfy the
minimum requirements of the initial test described above , appropriate prove-out
tests shall be made as directed by the Inspector to determine the extent of the
failure and to verify that corrective measures have brought the item up to
specification requirements. The cost of all testing necessary to determine the extent
of the failure and the adequacy of the corrective measures shall be the responsibility
of the Contractor.
6.1 .3 The failure to require tests of materials by the Inspector shall in no way relieve the
Contractor of his responsibility of furnishing materials conforming to these
specifications.
6 .1.4 Tests, unless otherwise specified , shall be made in accordance with the latest
methods of the ASTM or other approved test methods. The Contractor shall
provide such facilities , as the Inspector may requ ire , for the collecting and
forwarding of samples and shall not use the materials represented by the samples
until tests have been made. The Contractor shall furnish adequate samples without
charge .
6 .2 Concrete
All concrete materials , reinforcing steel , and preparation shall be in accordance with the
requirements of the City Standard Specifications for Street and Storm Drain Construction.
6.3 Cables
6 .3.1 The Traffic Services Manager or designee may require that all cables be checked
for insulation resistance upon installation and prior to term ination. The tests shall be
made with a test set operating at a minimum of 500 volts DC applied to the
conductors.
6 .3.2 Each conductor in the multi-conductor street light cables shall be tested for
insulation resistance relative to each other and to the outer covering of the cable.
The minimum acceptance value for insulation resistance shall be one meg-ohm .
7.0 WARRANTIES/GUARANTEES
7.1 The Contractor guarantees all work performed and materials furnished under this project
for a period of twenty-four (24) months following the date of final acceptance. In addition ,
the Contractor shall furnish any normal manufacturer warranties with effective beginning
dates the same as the date of the project acceptance.
8.0 STREET LIGHT MAINTENANCE DURING CONSTRUCTION
8.1 While performing work under this contract, the Contractor be 2 rs the so le risk of loss for
damages to or destruction of any lighting equipment or appurtenances , on equipment that
was not to be replaced or installed under this Contract, but which was damaged or
destroyed through the fault or negligent acts of the Contractor. The Contractor shall replace
such damaged or destroyed equipment, etc., at no cost to the City , regardless of whether or
not the damaged or destroyed equipment, etc., was a part of this contract or any warranties
under this contract. The Contractor's responsibility shall cease under this paragraph upon
written acceptance of a street lighting project by the City.
8.2 The Contractor's responsibility for full operation and maintenance of all lighting equipment
shall begin when he starts any type of work wh ich effects operations of existing lighting
systems and shall extend through the period of final project acceptance. This maintenance
responsibility includes existing cabling systems , existing lighting systems -including lamps,
new controllers , new hardware, new cabling systems, and other hardware e lements which
are considered part of either the existing or the new lighting system.
8.3 It is recognized that the City may continue to make a first response to any trouble call.
Action on such response will , however, be limited to determining the cause of the problem ,
and notifying the contractor of the problem . Such action will in no way relieve the Contractor
of his operation and maintenance responsibility .
8.4 The Contractor shall be required to notify the Inspector or Traffic Services Division at least
24 hours in advance of any planned change-outs or any other field repairs.
9 .0 PERMITIING AND BARRICADE REQUIREMENTS
9.1 The Contractor shall be required to obtain a Street Use Permit from the Street Management
Section of the Traffic Engineering Division , 311 W 10th St. A copy of the typical traffic control
set-up shall be supplied with the permit submittal request. The contractor shall supply a
typical traffic control set-up in accordance with the MUTCD .
9.2 If the Inspector discovers that the Contractor has failed to comply with applicable federal and
state laws (by failing to furriish the necessary flagmen , warning devices , barricades , lights,
signs , or other precautionary measures for the protection of persons or property}, the
Inspector may order such additional precautionary measures be taken to protect persons
and property. (The contractor will not be compensated for this additional requirement.)
9.3 In addition , the Contractor shall be held responsib le for all damage to work items and other
public or private property due to the failure of warning devices , barricades, signs , lights , or
other precautionary measures in protecting said property. Whenever evidence is found of
such damage , the Inspector may order the damaged portion immediately removed and
replaced by the Contractor at his expense.
9.4 Subject to the approval of the Inspector, portions of this project, which are not affected by or
in conflict w ith the proposed method of handl ing traffic or utility adjustments, can be
constructed durir.g any phase .
9 .5 Barricades and signs shall be placed in such a manner as to not interfere w ith the sight
distance of drivers entering the street from driveways or side streets. To facilitate shifting ,
barricades and signs used in lane closures or traffic staging may be erected and mounted
on portable supports. The design of these supports are subject to the approval of the
Inspector.
9.6 The contractor shall provide and maintain flaggers at such points and for such periods of
time as may be required to provide for the safety and convenience of public travel and
contractor's personnel, and as shown on the plans or as d irected by the Inspector. These
flaggers shall be located at each end of the lane closure and shall be properly attired . The
two flaggers shall be in two-way radio contact with each other at all times . Paddles will be
required for this project.
9.7 The contractor will not be permitted to commence work on the road before sunrise and shall
arrange his work so that no mach inery or equipment shall be parked closer than 30 ft.
(9.14M) to the traveled roadway after sunset except as authorized by the eng ineer.
9.8 The contractor shall keep traveled surfaces used in his hauling operation clear and free of
dirt or other material.
9.9 The use of rubber-tired equipment will be required for moving dirt and other materials along
or across paved surfaces.
9.10 No lane closures on arterial class roadways w ill be allowed prior to 9:00 a.m . or after 4 :00
p.m ., Monday thru Friday unless otherwise directed by the Inspector.
10.0 QUANTITIES
10.1 The quantities listed on the Bid Solicitation page are merely estimates based on past
expend itures. The City does not guarantee a specific amount of services will be
requested or any future purchases.
10.2 The City is obligated to pay for only those materials and services actually ordered by an
authorized City employee and then received as required by the C ity.
11 .0 SPECIAL INSTRUCTIONS TO BIDDERS ON FEDERALLY FUNDED PROJECTS
11 .1 If this project is assisted in whole or in part by any federal funds, the work order will be
subject to the Davis-Bacon Act (OBA), Copeland Act, Contract Work Hours Safety
Standards Act (CWHSSA}, and Fair Labor Standards Act (FLSA).
11 .2 The Davis-Bacon Act (OBA) specifies the minimum wages to be paid the various classes
of laborers and mechanics employed on the project.
11 .2.1 The contractor should inform his foreman and subcontractors that this project is
subject to periodic employee wage interview visits by City staff and/or federal
agencies, such as HUD or DOL, to insure compliance with the aforementioned
regulations. These federal officers or City staffs are not to be prevented from
conducting such interviews.
11 .2 .2 The suggested payroll form is WH-347 , Payroll. HUD prior to use must approve
all other payroll forms . Payrolls must be submitted to the Housing and Economic
Development Department, Contract Management Division on a weekly basis
within seven days after a pay period end. A pay period is seven (7)
consecutive days. Payrolls must be original and must be completely executed.
The signature must be that of owner, partner, officer of authorized individual, and
must be an original ink signature . It is suggested that blue ink be used. The
certification dates must cover the seven (7) day period . "A CERTIFICATION
FROM CONTRACTOR APPOINTING OFFICER OR EMPLOYEE TO
SUPERVISE PAYMENT OF EMPLOYEES" form must be submitted .
11 .2 .3 The payrolls and basic payroll records of the contractor and each subcontractor
covering all laborers and mechanics employed upon the work covered by this
contract/work order are to be maintained during the course of work and
preserved for a period of three years thereafter.
11 .2.4 Liquidated damages will be assessed for failure to pay overtime. The
assessment amount is $10 per day per violation . Overtime begins on this project
after 40 hours per week . Additionally , wage restitution must be paid to any
employee who is underpaid whether the underpayment is due to failure to pay
overtime or failure to apply the prescribed hourly rate of pay .
11 .2 .5 In instances , where the owner of a company performs work on the project, that
owner must show himself/herself on the payroll and must show the hours worked
each day and total hours for the week . All persons who perform work on the
project must be shown on the payroll. The address and social security number
for each employee must be included the first time that employee appears on the
payroll and any time their address change .
11 .2 .6 Payrolls are required for weeks in which no work is performed labeled "NO
WORK PERFORMED".
11 .2 .7 The first payroll furnished must show "INITIAL" in the payroll number block .
Likewise, the last payroll must show "FINAL". Subsequent payrolls following the
initial payroll must be numbered sequentially beginning with number 2, including
payrolls labeled "NO WORK PERFORMED".
11 .2 .8 Deduction authorizations, signed by employees, must be provided for any
deduction with the exceptions of FICA and federal tax.
11 .2 .9 Apprentices may be employed on the project; however, the Bureau of
Apprenticeship & Training must certify them and the allowable ratio of
apprentices to journeyman must not be exceeded .
11 .2 .10 Employees must be classified and paid according to the classifications and rates
prescribed by the applicable wage decision . The decision , which is applicable to
this project, is TX080044. The wage decision must be posted at the construction
site along with required posters for the duration of construction activity. Any
classification needed which does not appear on the wage decision, must be
requested and approved by the U.S. Department of Labor prior to the use of that
classification on the project. SEE ATTACHMENT B
11.2.11 If the work classification(s) that you need does not appear on the wage decision ,
you will need to request an additional classification and wage rate . You are
required to identify the classification you need and recommend a wage rate for
DOL to approve for the project. For pri mary contractors this request can be
submitted directly to OBA payroll monitor. For subcontractor, the request should
be submitted directly to the primary contractor.
11 .2 .12 Any person who is emp loyed on a piecework basis must be shown on the payroll .
The hours worked each day and total hours for the week must be shown . The
hourly rate of the piece worker must equal or exceed the prescribed hourly rate
for the particular work classification .
11 .2 . 13 Dual work classifications within the same payroll period are acceptable provided
that a signed verification of the dual work classification is furnished from the
employee . When dual work classifications are used submit the form
"EMPLOYEES STATEMENT OF WORK VERIFICATION ".
11.2.14 Unless otherwise specified by the applicable wage decision , the class ification of
"helper" is unacceptable. Employees must be classified and paid based on the
work they perform , e.g ., if a person performs the duties of or uses the tools of a
plumber, that person must be classified as a plumber, not as a plumber's helper
(the plumber classification is used there as an example only).
11 .2 . 15 The general contractor will be required to certify that all laborers and mechanics
employed on the project/work order (including those employed by
subcontractors) have been pa id hourly rates as prescribed by the applicable
laws.
11.2.16 Work serv ice requested under this project w ill have a wage decis ion prov ide per
work service request. The date of the work service or the work order w ill "lock-in "
the wage decision for that work service request.
11 .2 .17 Failure to comply will result in withholding full or partial payment.
11 .2 .18 Any questions concerning labor requirements should be directed to the contact(s)
below. Questions regarding OBA requirements should be directed through the
general contractor who is ultimately responsible for the fulfillment of these
obligations.
11 .2 .19 Wage decisions may be provided by the Compliance Division in the Housing and
Economic Development Department through sherry Johnson , Contract
Compliance specialist at 817-392-7333 ; or James Rodriguez , Contract
Compliance Specialist at 817-392-7337.
11 .3 The Copeland Act proh ibits kickbacks being paid by the employee to the employer and
requires the weekly submission of payrolls.
11.4 Con tract Work Hours Safety Standards Act (CWHSSA) sets a uniform standard of 40-
hour workweek with time and a half the basic rate of pay for all work in excess of 40-
hours per week.
11 .5 The Fair Labor Standards Act (FLSA) sets out the requirements for payment of minimum
wages, overtime pay, child labor standards and prohibit wage discrimination on the basis
of sex.
11.6 FAILURE TO COMPLY WITH THE LABOR STANDARDS REQUIREMENTS CAN
RESULT IN THE ESCROW OF FUNDS AND/OR WITHHOLDING OF INSURED
ADVANCES .
12.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROVISIONS
12 .1 If this project is assisted in whole or in part by any federal funds , the work order will be
subject to a Disadvantaged Business Enterprises (DBE) goal.
12 .2 All proposers shall note that it is the policy of the City of Fort Worth to ensure the full and
equitable participation of DBE in the procurement of services with fees of $25 ,000 or
more by establishing a (DBE) goal.
12 .3 The DBE goal on this project is 5%.
12.4 The information shall be submitted with the proposal and shall include: (1) the name,
address and telephone number of each DBE ; (2) the description of the work to be
performed by each DBE and (3) the approximate dollar amount/percentage of the
participation .
12 .5 If the DBE firm(s) located within the State of Texas is located in the north region it must
be currently certified or in the process of being certified by the North Central Texas
Regional Certification Agency (NCTRCA). If the firm is DBE certified by another agency
of the Texas Uniformed Certification Program (TUCP), it must seek M/WBE certification
by the NCTRCA. Those firms outside of the State must be certified by the NCTRCA as
well. All DBE 's must have certification status with the (NCTRCA) in order to be counted
towards the DBE goal on federally funded projects prior to recommendation for award
be ing made to the City Council.
12 .6 If a proposer fails to meet the stated DBE goal , in part or in whole , then a detailed
explanation must be submitted to explain the Good and Honest Efforts your firm made to
secure DBE participation .
12 . 7 Failure to submit the DBE participation information or the detailed explanation of the
proposer's Good and Honest Efforts to meet or exceed the stated DBE goal may render
the proposal non-respons ive . The DBE utilization will be part of final weighted selection
criteria .
13.0 OTHER REQUIREMENTS
13.1 If this project is assisted in whole or in part by any federal funds , any work orders will be
subject to the follow ing applicable federal laws:
13.1 .1 Regulations at 24 CFR Part 570 pertain ing to CDBG ("CDBG Regulations")
13 .1.2 Title I of the Housing and Commun ity Development Act of 197 4 as amended (42
USC 5301 et seq.)
13 .1.3 Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970
(42 USC 4601 et seq .) and its related regulations at 49 CFR Part 24
13 .1.4 Title VI of the C ivil Rights Act of 1964 (42 USC 2000d et seq .)
13 .1.5 Title VIII of the Civil Rights Act of 1968 (42 USC 3601 et seq .)
13 .1.6 Executive Orders 11063 , 11246 , as amended by Executive Orders 11375 and
12086 and as supplemented by 41 CFR Part 60
13. 1. 7 The Age Discrimination in Employment Act of 1967 (29 USC 621)
13.1 .8 The Age Discrimination Act of 1975 (42 USC 6101 et seq.)
13. 1. 9 Section 504 of the Rehabilitation Act of 1973 (29 USC 794 et seq .) and 24 CFR
Part 8 where applicable
13 .1.10 The Americans with Disabilities Act of 1990 (42 USC 12101)
13 .1.11 National Environmental Policy Act of 1969 , as amended , 42 USC 4321 et seq .
("NEPA") and the related authorities listed 24 CFR Part 58
13.1 .12 The Clean Air Act, as amended (42 USC 7401 et seq.), the Clean Water Act of
1977 , as amended (33 USC 1251 et seq.) and the related EPA regulations at 40
CFR Part 15 , as amended from time to time , and Executive Order 11738. In no .
event shall any amount of the assistance provided under this Contract be utilized
with respect to a facility that has given rise to a conviction under the Clean Air Act
or the Clean Water Act.
13 .1.13 The Immigration Reform and Control Act of 1986 (8 USC 1101 et seq .),
specifically includ ing the provisions requiring employer verification of the legal
status of its employees
13 .1.14 Drug Free Workplace Act of 1988 (41 USC 701 et seq .) and 24 CFR Part 23 ,
Subpart F
13.1.15 Regulations as 24 CFR Part 87 related to lobbying , including the requ irement
that certifications and disclosures be obtained from all covered persons
13 .1.16 Executive Order 12549 and 24 CFR Part 5.105 (c) pertaining to restrictions on
participation by ineligible , debarred , or suspended persons or entities .
13 .2 Section 3 of the Housing and Urban Development Act of 1968, as amended , (12 USC
1701 u et seq.) and its related regulations at 24 CFR Part 135
13.2.1 If the work to be performed under this Contract is on a project assisted under a
program providing direct Federal financial assistance from HUD , Section 3 of 24
CFR 135 .38 ("Section 3") requires that the following clause be inserted in all
covered contracts ("Section 3 Clause") Such covered contracts or activities
include CDBG-funded construction , reconstruction , conversion or rehabilitation of
housing as set forth at 24 CFR 135 .5.
A. The work to be performed under this contract/work order is subject to the
requirements of section 3 of the Housing and Urban Development Act of
1968 , as amended , 12 U.S.C. 1701u (section 3). The purpose of Section 3 is
to ensure that employment and other economic opportunities generated by
HUD assistance or HUD-assisted projects covered by Section 3 , shall , to the
greatest extent feasible , be directed to low-and very low-income persons,
particularly persons who are recipients of HUD assistance for housing .
B. The Parties to this contract/work order agree to comply with HUD's
regulations in 24 CFR Part 135 , which implement Section 3. As evidenced
by their execution of this contract, the Parties to this contract certify that they
are under no contractual or other impediment that would prevent them from
complying with the Part 135 regulations .
C . The contractor agrees to send to each labor organization or representative of
workers with which the contractor has a collective bargaining agreement or
other understanding , if any , a notice advising the labor organization or
workers' representative of the contractor's commitments under this section 3
clause , and will post copies of the notice in conspicuous places at the work
site where both employees and applicants for tra ining and employment
positions can see the notice. The notice shall describe the Section 3
preference , shall set forth minimum number and job t itles subject to hire,
availabil ity of apprenticeship and training positions , the qualifications for
each ; and the name and location of the person(s) taking applications for each
of the positions; and the anticipated date the work shall begin .
D. The contractor agrees to include this section 3 clause in every subcontract
subject to compliance with regulations in 24 CFR Part 135 , and agrees to
take appropriate action , as provided in an applicable provision of the
subcontract or in this Section 3 clause , upon a finding that the subcontractor
is in violation of the regulations in 24 CFR Part 135. The contractor will not
subcontract with any subcontractor where the contractor has notice or
knowledge that the subcontractor has been found in vio lation of the
regulations in 24 CFR Part 135.
E. The contractor will certify that any vacant employment positions , including
training positions , that are filled (1) after the contractor is selected but before
the contract is executed , and (2) with persons other than those to whom the
regulations of 24 CFR Part 135 require employment opportunities to be
directed, were not filled to circumvent the contractor's obligations under 24
CFR Part 135.
F. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in
sanctions , termination of this contract for default, and debarment or
suspension from future HUD assisted contracts .
G . With respect to work performed in connection with Section 3 covered Ind ian
housing assistance, section 7(b) of the Indian Self-Determination and
Education Ass istance Act (25 U.S.C . 450e) also applies to the work to be
performed under this contract. Section 7(b) requires that to the greatest
extent feasible (i) preference and opportunities for training and employment
shall be given to Indians , and (ii) preference in the award of contracts and
subcontracts shall be given to Indian organizations and Indian -owned
Economic Enterprises. Parties to this contract that are subject to the
provisions of section 3 and section 7(b) agree to comply with Section 3 to the
maximum extent feasible , but not in derogation of compliance with section
7(b)."
13 .2 .2 City and Contractor understand and agree that compliance with the provisions of
Section 3 , the regulations set forth in 24 CFR Part 135 , and all applicable rules
and orders of HUD shall be a condition of the Federal financial assistance
provided to the Program , binding upon City and Contractor, and their respective
successors , assigns and subcontractors. Failure to fulfill these requirements
shall subject Contractor and its subcontractors, and their respective successors
and assigns, to those sanctions specified by the Grant Agreement through which
Federal assistance is provided and to such sanctions as are specified by 24 CFR
Part 135.
14.0 OTHER LAWS THAT MAY APPLY
14.1 Contractor covenants and agrees that its officers, members, agents, employees, Program
participants and subcontractors shall abide by and comply with all other laws, Federal ,
state and local, relevant to the performance of this Contract, including all applicable City
ordinances, rules and regulations and Title I of the Housing and Community Development
Act of 1974 (42 USC 5301 et seq.}, as amended , and the CDBG Regulations , as
amended , (24 CFR Part 570 et seq.). Contractor further promises and agrees that it has
read, and is familiar with, the terms and conditions of the Community Development Block
Grant under which CDBG Funds are granted and any appl icable provisions of the CDBG.
15.0 NONDISCRIMINATION
15 .1 Contractor will not unlawfully discriminate against any person or persons because of sex ,
race , religion , age , disability, color, national origin , or familial status , nor will Contractor
perm it its officers , members, agents, employees, subcontractors or Program partic ipants
to engage in such discrimination .
15 .2 Contractor covenants that neither it nor any of its officers , members, agents , employees ,
Program participants or subcontractors, while engaged in perform ing this Contract, shall ,
in connection with the employment, advancement or discharge of employees or in
connection with the terms , conditions or privileges of their employment, discriminate
against persons because of their age except on the basis of bona fide occupational
qualification , retirement plan or statutory requirement.
15 .3 Contractor further covenants that neither it nor its officers , members, agents , employees ,
subcontractors , Program participants , or persons acting on their behalf, shall specify, in
solicitations or advertisements for employees to work on this contract , a maximum age
limit for such employment unless the specified maximum age limit is based upon a bona
fide occupational qualification , retirement plan or statutory requirement.
15.4 In accordance w ith the provisions of the Americans With Disabilities Act of 1990 ("ADA"),
Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disabil ity in the provision of services to the genera l public , nor
in the availability, terms and/or conditions of employment for applicants for employment
with Contractor, or employees of Contractor or any of its subcontractors. Contractor
warrants it will fully comply with ADA's provisions and any other applicable Federal , state
and local laws concerning disability and will defend , indemnify and hold City harmless
aga inst any cla ims or allegations asserted by th ird parties or subcontractors against C ity
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the
above-referenced laws concerning disability discrimination in the performance of this
Contract.
15 .5 This Contract is made and entered into with reference specifically to the ord inances
codified at Chapter 17 , Article Ill , Division 3 "Discrim ination in Employment Practices", of
the City Code , and Contractor hereby covenants and agrees that Contractor, its officers ,
members , agents, employees and subcontractors , have fully complied with all provisions
of same and that no employee , employee-applicant or Program participant has been
discriminated against by the terms of such ordinances by either the Contractor or its
officers , members , agents , employees or subcontractors.
City of Fort Worth, Texas
Standard Purchasing Terms and Conditions
1.0 DEFINITION OF BUYER -The City of Fort Worth, its officers, agents, servants , employees ,
contractors and subcontractors who act on behalf of various City departments, bodies or
agencies .
2.0 DEFINITION OF SELLER -The consultant, contractor, supplier, vendor or other provider of
goods and/or services , its officers, agents, servants , employees , contractors and subcontractors
who act on behalf of the entity under a contract with the City of Fort Worth.
3 .0 PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS -No officer or employee of
Buyer shall have a financial interest, direct or indirect, in any contract with Buyer or be financially
interested, directly or indirectly, in the sale to Buyer of any land , materials, supplies or services,
except on behalf of Buyer as an officer or employee. Any willful violation of this section shall
constitute malfeasance in office, and any officer or employee found guilty thereof shall thereby
forfeit his office or position . Any violation of this section with the knowledge, expressed or
implied , of the person or corporation contracting with the City Council shall render the contract
invalid by the City Manager or the City Council. (Chapter XX.VII , Section 16, City of Fort Worth
Charter)
4 .0 ORDERS -
4 .1 No employees of the Buyer or its officers , agents , servants , contractors and
subcontractors who act on behalf of various City departments , bodies or agencies are
authorized to place orders for goods and services without providing approved contract
numbers, purchase order numbers , or release numbers issued by the Buyer. The only
exceptions are Purchasing Card orders and bona fide emergencies. In the case of
emergencies , the Buyer's Purchasing Division will place such orders.
4 .2 Acceptance of an order and delivery on the part of the Seller without an approved
contract number, purchase order number, or release number issued by the Buyer may
result in rejection of delivery, return of goods at the Seller's cost and/or non-payment.
5 .0 SELLER TO PACKAGE GOODS -Seller will package goods in accordance with good
commercial practice . Each shipping container, shall be clearly and permanently marked as
follows: (a) Seller's name and address: (b) Consignee's name, address and purchase order or
purchase change order number; (c) Container number and total number of container, e.g ., box 1
of 4 boxes ; and (d) Number of the container bearing the packing slip . Seller shall bear the cost of
packaging unless otherwise provided. Goods shall be suitably packed to secure lowest
transportation costs and to conform to requirements of common carriers and any applica b le
specifications. Buyer's count or weight shall be final and conclusive on shipments not
accompanied by packing lists .
6.0 SHIPMENT UNDER RESERVATION PROHIBITED -Seller is not authorized to ship the goods
under reservation , and no tender of a bill of lading will operate as a tender of goods.
7.0 TITLE AND RISK OF LOSS -The title and risk of loss of the goods shall not pass to Buyer until
Buyer actually receives and takes possession of the goods at the point or points of delivery after
inspection and acceptance of the goods.
8.0 DELIVERY TERMS AND TRANSPORTATION CHARGES -Freight terms shall be F.O.B.
Destination , Freight Prepaid and Allowed , unless delivery terms are specified otherwise in Seller's
bid. Buyer agrees to reimburse Seller for transportation costs in the amount specified in Seller's
bid or actual costs , whichever is lower, if the quoted delivery terms do not include transportation
costs ; provided, Buyer shall have the right to designate what method of transportation shall be
used to ship the goods.
9 .0 PLACE OF DELIVERY -The place of delivery shall be set forth in the "Sh ip to" block of the
purchase order, purchase change order, or release order.
10 .0 RIGHT OF INSPECTION -Buyer shall have the right to inspect the goods upon delivery before
accepting them . Seller shall be responsible for all charges for the return to Seller of any goods
rejected as being nonconforming under the specifications.
11 .0 INVOICES -
11 .1 Seller shall submit separate invoices in duplicate , on each purchase order or purchase
change order after each delivery . Invoices shall indicate the purchase order or purchase
change order number. Invoices shall be itemized and transportation charges, if any, shall
be listed separately. A copy of the bill of lading and the freight waybill, when applicable ,
should be attached to the invoice . Seller shall mail or deliver invoices to Buyer's
Department and address as set forth in the block of the purchase order, purchase change
order or release order entitled "Ship to." Payment shall not be made until the above
instruments have been submitted after delivery and acceptance of the goods and/or
services.
11 .2 Seller shall not include Federal Excise, State or City Sales Tax in its invoices. The Buyer
shall furnish a tax exemption certificate .
12 .0 PRICE WARRANTY-
12.1 The price to be paid by Buyer shall be that contained in Seller's bid which Seller warrants
to be no higher than Seller's current prices on orders by others for products of the kind
and specification covered by this agreement for similar quantities under like conditions
and methods of purchase . In the event Seller breaches this warranty, the prices of the
items shall be reduced to Seller's current prices on orders by others, or in the alternative
upon Buyer's option, Buyer shall have the right to cancel this contract without liability to
Seller for breach or for Seller's actual expense .
12 .2 Seller warrants that no person or selling agency has been employed or retained to solicit
or secure this contract upon an agreement or understanding for commission , percentage ,
brokerage or contingent fee, excepting bona fide employees of bona fide established
commercial or selling agency is maintained by Seller for the purpose of securing
business . For breach or violation of this warranty , Buyer shall have the right , in addition to
any other right or rights arising pursuant to said purchase(s), to cancel this contract
without liabil ity and to deduct from the contract price such commission percentage ,
brokerage or contingent fee , or otherwise to recover the full amount thereof.
13.0 PRODUCT WARRANTY -Seller shall not limit or exclude any express or implied warranties and
any attempt to do so shall render this contract avoidable at the option of Buyer. Seller warrants
that the goods furnished will conform to Buyer's specifications, drawings and descriptions listed in
the bid invitation , and the sample(s) furnished by Seller, if any . In the event of a conflict between
Buyer's specifications , drawings, and descriptions, Buyer's specifications shall govern .
14 .0 SAFETY WARRANTY -Seller warrants that the product sold to Buyer shall conform to the
standards promulgated by the U.S. Department of Labor under the Occupational Safety and
Health Act (OSHA) of 1970, as amended . In the event the product does not conform to OSHA
standards , Buyer may return the product for correction or replacement at Seller's expense. In the
event Seller fails to make appropriate correction within a reasonable time , any correction made by
Buyer will be at Seller's expense. Where no correction is or can be made Seller shall refund all
monies received for such goods with thirty (30) days after request is made therefore and
confirmed in writing : failure to do so shall constitute breach and cause this contract to terminate
immediately.
15 .0 NO WARRANTY BY BUYER AGAINST INFRINGEMENTS OF PATENTS, COPYRIGHTS OR
TRADE SECRETS -As part of this contract for sale , Seller agrees to ascertain whether goods
manufactured in accordance with Buyer's specifications attached to Buyer's invitation to bid will
give rise to the rightful claim of any third person by way of infringement or the like . Buyer makes
no warranty that the production of goods according to Buyer's specification will not give rise to
such a claim and in no event shall Buyer be liable to Seller for indemnification in the event that
Seller is sued on the grounds of infringement or the like , if Seller is of the opinion that an
infringement or the like will result, he will notify Buyer to this effect in writing within two (2) weeks
after the award of this bid, if Buyer does not receive notice and is subsequently held liable for
infringement of the like, Seller will indemnify for the full dollar amount thereof. If Seller in good
faith ascertains within two (2) weeks after the award of this bid that production of the goods in
accordance with Buyer's specification will result in infringement or the like this contract shall be
null and void except that Buyer will pay Seller the reasonable cost of Seller's search as to
infringement.
16.0 PROPRIETARY RIGHTS INDEMNIFICATION -Seller warranties that the goods do not infringe
upon or violate any United States patent, copyright, or trade secret. Seller will defend at its
expense any action against Buyer or Buyer as licensee to the extent that it is based on a claim
that goods used within the scope of the license hereunder infringe upon a United States patent,
copyright or trade secret, and Seller will pay any costs and damages finally awarded against
Buyer or Buyer as licensee in such actions which is attributable to such claim. Should the
products become, or in Seller's opinion be likely to become, the subject of any claim of
infringement, Seller shall procure for Buyer or Buyer as licensee the right to continue using the
goods, replace them or modify them to make them non-infringing , or discontinue the license of
them .
17.0 CANCELLATION -Buyer shall have the right to cancel this contract immediately for default on all
or any part of the undelivered portion of this order if Seller breaches any of the terms hereof,
including warranties of Seller, or if Seller files for bankruptcy. Such right of cancellation is in
addition to and not in lieu of any other remedies, which Buyer may have in law or equity .
18.0 TERMINATION -The performance of work under this order may be terminated in whole or in part
by Buyer, with or without cause , at any time upon the delivery to Seller of a written "Notice of
Termination" specifying the extent to which performance of work under the order is terminated
and the date upon which such termination becomes effective. Such right of termination is in
addition to and not in lieu of rights of Buyer as set forth in clause 13, herein .
19.0 ASSIGNMENT -DELEGATION -No right, interest or obligation of Seller under this contract shall
be assigned or delegated without the written agreement of Buyer' Purchasing Manager. Any
attempted assignment or delegation of Seller shall be wholly void and totally ineffective for all
purposes unless made in conformity with this paragraph .
20.0 WAIVER -No claim or right arising out of a breach of this contract can be discharged in whole or
in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is
supported by consideration in writing and is signed by the aggrieved party .
21.0 MODIFICATIONS -This contract can be modified or rescinded only by a written agreement
signed by both parties.
22 .0 INTERPRETATION AND PRIOR EVIDENCE -This writing is intended by the parties as a final
expression of their agreement and is intended also as a complete and exclusive statement of the
terms of their agreement. No course of prior dealings between the parties and no usage of trade
shall be relevant to supplement or explain any term used in this agreement. Acceptance of or
acquiescence in a course of performance under this agreement shall not be relevant to determine
the meaning of this agreement even thought the accepting or acquiescing party has knowledge of
the performance and opportunity for objection. Whenever a term defined by the Uniform
Commercial Code (UCC) is used in this agreement, the definition contained in the UCC shall
control.
-
-
23.0 APPLICABLE LAW -This agreement shall be governed by the Uniform Commercial Code
wherever the term "Uniform Commercial Code" or "UCC " is used . It shall be construed as
meaning the Uniform Commercial Code as adopted and amended in the State of Texas. Both
parties agree that venue for any litigation arising from this contract shall be in Fort Worth , Tarrant
County , Texas. This contract shall be governed , construed and enforced under the laws of the
State of Texas.
24.0 INDEPENDENT CONTRACTOR -Seller shall operate hereunder as an independent contractor
and not as an officer, agent , servant or employee of Buyer. Seller shall have exclusive contro l of,
and the exclusive right to control , the details of its operations hereunder, and all persons
performing same , and shall be solely responsible for the acts and omissions of its officers ,
agents , employees , contractors and sub-contractors. The doctrine of respondent superior shall
not apply as between Buyer and Seller, its officers , agents , employees , contractors and
subcontractors. Nothing herein shall be construed as creating a partnership or joint enterprise
between Buyer and Seller, its officers , agents , employees , contractors and subcontractors .
25.0 INDEMNIFICATION -Seller covenants and agrees to, and does hereby , indemn ify and hold
harmless and defend Buyer, its officers and employees , from and against any and all su its or
claims for damages or inj uries , including death , to any and all persons or property , whether real
or asserted , arising out of or in connection with any negligent act or om ission on the part of the
Seller, its officers , agents , servants , employees or subcontractors , and Seller does hereby
assume all liability and responsibil ity for injuries , claims or su its for damages to persons or
property , of whatsoever kind or character, whether real or asserted , occurring during or aris ing
out of the performance of th is cont ract as a result of any negligent act or om iss ion on the part of
the Seller, its officers , agents , servants , employees or subcontractors.
26 .0 SEVERABILITY -In case any one or more of the provisions conta ined in this agreement shall for
any reason , be held to be invalid , illegal or unenforceable in any respect, such invalid ity , illegality
or unenforceab ility shall not affect any other provision of this agreement, which agreement shall
be construed as if such invalid , illegal or unenforceable provision had never been contained
herein.
27.0 FISCAL FUNDING LIMITATION -In the event no funds or insufficient funds are appropriated and
budgeted or are otherwise available by any means whatsoever in any fiscal period for payments
due under this contract , then Buyer will immediately notify Seller of such occurrence and this
contract shall be terminated on the last day _of the fiscal period for which appropriations were
received without penalty or expense to Buyer of any kind whatsoever, except to the portions of
annual payments herein agreed upon for which funds shall have been appropriated and budgeted
or are otherwise available.
28.0 NOTICES TO PARTIES -Notices addressed to Buyer pursuant to the provisions hereof shall be
conclusively determined to have been delivered a the time same is deposited in the United States
mail, in a sealed envelope with sufficient postage attached , addressed to Purchasing Manager,
City of Forth Worth , Purchasing Division , 1000 Throckmorton , Fort Worth , Texas 76102 , and
notices to Seller shall be conclusively determined to have been delivered at the time same is
deposited in the United States mail , in a sealed envelope with sufficient postage attached ,
addressed to the address given by Seller in its response to Buyer's invitation to bid .
29 .0 NON-DISCRIMINATION -This contract is made and entered into with reference specifically to
Chapter 17 , Article Ill , Division 3 ("Employment Practices"}, of the City Code of the City of Fort
Worth (1986), as amended , and Seller hereby covenants and agrees that Seller, its employees ,
officers , agents , contractors or subcontractors , have fully complied with all provisions of same
and that no employee, participant, appl icant, contractor or subcontractor has been discriminated
against according to the terms of such Ordinance by Seller, its employees , officers , agents ,
contractor or subcontractors herein .
-
-
30.0 RIGHT TO AUDIT -Seller agrees that the Buyer shall , until the expiration of three (3) years after
final payment under this contract, have access to and the right to examine and copy any directly
pertinent books , computer disks , digital files , documents , papers and records of the Seller
involving transactions relating to this contract. Seller agrees that the Buyer shall have access,
during normal working hours, to all necessary Seller facil ities , and shall be prov ided adequate
and appropriate workspace, in order to conduct audits in compliance with the provisions of this
section . Buyer shall pay Seller for reasonable costs of any copy ing Buyer performs on Seller's
equipment or requests Seller to provide . The Buyer shall g ive Seller reasonab le advance notice
of intended audits.
31 . O DISABILITY -In accordance with the provisions of the Americans With Disabilities Act of 1990
(ADA), Seller warrants that it and any and all of its subcontractors will not unlawfully discriminate
on the basis of disability in the provision of services to general public , nor in the availability , terms
and/or conditions of employment for applicants for employment with , or employees of Seller or
any of its subcontractors. Seller warrants it will fully comply with ADA's provisions and any other
applicable federal , state and local laws concerning d isab ility and w ill defend , indemnify and hold
Buyer harmless against any claims or allegations asserted by third parties or subcontractors
against Buyer arising out of Seller's and/or its subcontractor's alleged failure to comply with the
above-referenced laws concerning disability discrimination in the performance of this agreement.
32 .0 FEDERALLY FUNDED WORK ORDERS -Any work orders assisted in who le or in part by any
federal funds will be subject to but not limited to the following federal regulations : the Davis-
Bacon Act (OBA), Copeland Act, Contract Work Hours Safety Standards Act (CWHSSA), and the
Fair Labor Standards Act (FLSA). Federally funded work order requests will be subject to a
Disadvantaged Business Enterprise (DBE) goal.
Revised September 19 , 2006
-
-
Modi t i c t 1o n tal umb'l.l r
0
i;,ublicctt.1.o n • ..,,:,.
•):!/ oe 11 ooe
•)S IU /::01)8
o ,1:::~120 0 u, /;;:4/::009
l /0 9 /.:009
PLUMO l4 1$--00;: 05 /0 1/.21)09
t'f,U!<ST.R/Plt>EF.tTTr:F.. ••.••••..••••.• .s; :'.'>. !1 6
CAR P £tn'ER , . . . . • ••.•.••.•.•.••••.• ~ l O • 4 0
Coner e ·!"ini .sn,er .•.••....•....•.. :; $. Sl
B,LECT~!Cl.'.AA .••••••••••.••••.••••• 3 1 3 . ;:: 6
~<> r:m .Setter .•••..•.•.•.••.•...... $ "i • 1l ~
wbore :r s:
C OIIWllOn • • • • • • • • • • • • • • • • • , •• , , $. ., , .:! 5
1.nil .u:y ..................... .s 8.~
1,Al:HT .l'tP. .•.•••.••••••••••••• , ••••.• $ 1 0 . 8 ~
Pipelay :: ....................... .
PoWt!!r ~qul.pnent OfX'ra~oris:
13.iQ !el\o,,, •••.•••••.••••••••.•. S l l . 8 9
e.ulldo:.ter .•.•••.•.•••.•.•.•. $ l <:J . 7 6
C r.ttn<e •.••.•.•••.•.•• , •.••••• S l!.J6
!!'ront &nd Lo<1wer .•••.•..•.•. t> t . r,4
Me<:ltdlliC . , • , •....•••.•...... S lf,. !t°3
s crap<::!r · .••••••.•.••••••••.•. s 1.0 .0 ·,
<J<RUCK Df>..l'IF.:.R. , ••••••••.••••••.••• -, • 34
r rin ges
6 .tl 6
3. 3 0
3 .3 0
ATTACHMENT B
l'a~e Inf J
----------·--------------------------------.... --.... ,-------·----------
.,.,i;w:&Rt:{ -Rec:.eive irat• pre,,i.cr:Lht:'d f o r ,:;r aft. pe rforming
o perat:.lo o which w.!!ld.ing .u, i n cid~nt:a l.
h ttp :f.l\vww . w dol .gov/w d otisc.nf"desldavis baconl TX44 .dvb I .:?I 17 /2009
Bid 09-0291 Street Light Installation 49 of 55
-
,11,l 1 ,;,t P d .-1., ... -.....-,.1 t)•' ;i r· 1o n :s f't ~"' .,1.f"J t u t -... f ,1 I . 1~··t !r1···1 u -,.,. .. :J 't-1 1 I tiin
l tt-r:r· 'J I H! ... ·~·. t t ,f-"' ,·'.-l ,\:)!j. I. r. l. 1-.:t w 1 -:)f")S" l. ! ~ t · . .-,j .tn i ·.,· t tr ... <:t d-d ,'\ t f .... t
-,·...1.1 r ... , ~.,.nl y '"*~ (,.t t.•',.'.Lct -e c t 1 , l h t=" l .b u , ~•t . ...:iuJn r(J .. ~ r,,nt , . ...:;l ,~·l.~)U~+-.::..:.
; ·-·~~ :·t~ ~ .. ~I I .i, f J J. l ' !. J ' i ,
1 n th 1:-• l i s t .Lr.q .:St l .H .)".I~ ... t.h .1';!' ".\I U '· d 1:::"'.:t c,:,1 .. 1t .t.nn .t-t n :;; h .. 1t 1 ,:.t ~:t,.
: l :•r ~<I 1J n<:1 .. r h.f,,, l d~J'I .l r l .~r ·t..:i u n u t t"ii-f I ~11."'.':t -·t 1 1 ... ...,.<.-t i.·,1A?l-J·
i-..,r9.;,J n .d w ·g'1 a n o t,·1 11 ,,.. L>-=n.,,,t.1.t. , ... , ... ~. n t .h ~r d .-:aJ<<,11 i -
i r d 1 ,1tP· uni.o n ~ •-.t t.os~ :c.: toe .a f\""b:t J~~!l:1 Ll--1er:m.tn~ t o b -e
j HC ',' .Ll. n
.: . , H r, l',<!!,t..<l> t,..-u .,., l n .l t .i al d,..c l :n,r,n 1.n t .h <! fU.ilt ter ? Th l.,. i:.-11
<!:
d <>!t,;,,m•.a.naticm
d~ t e, tm i n ~lt . .I.on
an Y.is~ 1ng pub.l l.lf-t,ed w'°'q,e
s urvey unde::L y 1.nq a W4tf"7
~; .. qe, dnd !lou r lhvi.sion l
w CJ<!' c1-..te.-nu .,,,.~ •. 1on r!!l"tt. r
t c """'t:tiJ,g t o r:i:t. "" p <>~>i,t.i.o o ""
a cont o r.u,anc e i ,HJ dl 1 1:.1o n.-,.l e]· o.n ifi.c atlon and ._ .. .._ ... , ~uu. 9
~.:i n s urv y t:':!lat.ed l'!iot.l.er..l:I, inl .ia.l cont.cc , .i n c:.L ud:1 1'\g :-... quesit.o
t o r :Z l..1!Wlll,i,i .i.e.~ o r .,:;u rve y;;., i:;b oul d be ··.,ath he t'M<;r,e-"'nd H o ur
..igi o n.aJ o to ~ r o r th <! a r e"" .i n whic h tn ... e.urv;;y ~i,i:,t: CQ nduc t ed
ooc .-usot t.h oi:u, R~cr.1<:>n,;H Ot fice15; h v-e re.s.pons .ibilit.y f o r h-e
Liavie-c.acon survffy pr.·o qram. If t.h e r~sp,on"'"' i::om t:h i.,;; .initial
c o ntac t l.ll n o t. .,,..,t;l~f.n<:t:ory , th e n th"!!e p r .-.ice.ss de.!!,c ::-tbed in :.1
~,na .!. t '1 1H?u ld b~ f o l t o w ed.
'lH t h r;.,,gaL'.:I to <11 n y o the:z:: matt.e r . n o t y ~t r l t>-e f<H: t h<e f o rmal
pi:ocess de:eo c:rih-..1 hert , in.i.tidl cont.ac:1: sh o uld b-:.-with t .he
eranch o t C()n"-s:;cuc·t-1,;,n t1a,;te :De t.ernu.n.at.;,.o n!:i. Wt .'t., t o:
0,-ttnr:h o f c;o nst~uct.1 ·o n 'if.a.ge f".>et:..,t'11lin,-,,ti o n s
;;,..ge and H our Vi•,1 i ..!'1 1on
u .s . r;.,,-:c'tmen , o f x.;u,or
;: o Con.ot:.i ut:i o n Avenu-,,, N.rJ .
,,1,..:shJ.n9ton, DC ::::0.::1 0
I.I i s )'li!S, 'tb<!n an
r..tt ,.. acti o n, o an r ... que.s
:::. ) '.It tile ,t n.u-r to 1:he qu@~t.1 crn 11,
:i.nT.ecest.ea f}i\rt:.y ( t.hoa<e a t :ect:,..d by
J:ev.i-<1.nd recons.ide&::,dtion ftoffi c~
fSiee ;:: ~ Cr"R J'.t• rt J. • 8 · no ~9 C FP. P,,:, c
1-,~g~ a nd Mcllr Af.lml.rti.1H.:::·<1t ot'
,,. lllri. e o:
11.,~ ~ru:i Kour ;:..c&m.inis-z:ra·c o:-
U .$. n:pa rt.ment. c :f 1.. boi;
:ao con st.i.t.u 1:.1on Av1!!!nue, tf.li .,
a ~hi~gt:on , o c 2021 0
Th ,;, l'eq\lt:!'J!, .s hould be .a cc ou,;p.n nJ.~d b y a : 1 s tat.<!!!i111>&ru:. of th'!'
i n t.,ren t~d party ' .'.I: p c.si t.J o n <1 .n d by .:,ny info:rmat.i..on !Wn9""
p.i,ym"'"t dat.il., pro)f!:.:::t: ch•=<=ri ptio n. ai:e,. pr ac!:..1<::e 'INS .,,,ri.al ,
e t;.,;:. ; t h at ::he ::equest<H c onz idc r r.. r,elevan:t. :;.:, t:b~ i::>-.5U<: •
. }. > lt 't.h E-dec.1.!HOfl oC Ole ,jt..dJnini.st r a,;::or is nQt t-e1 ·,t<.u:al:>le. an
i nt.eores,ted pa~ty may ,appeal directly ,;c, th+ ~f\ill'trat iv<.?
R~vi ~)S e o ard ( t'o ca..-,cl y t:b<e l')ag,e Fq:.peals BoaC"cH . t-tcit e ,z.o:
http :frn"vw. wdot.govhvdol lscafi1es/davisbacon!TX44 .dvb
Bid 09-0291 Street Light Installation 50 of 55
[::!11 7.-009
-
i~!~n 1.n 1.!l t ,, rt l ~v -f.'-,::.--:'A' l:io ... ,
11.:_. •·-::-t ,.h .:i t L:.11 r:r n T ·~,r L t~~,
.i .. ,•u!;t I t uf 1.<,t 1 .A.,.r uu .-.-, JJ .'U .
'J .1r. 1 1 :ur t r,n,. HC -:-•)::: J v
·--------~---=====:=:======~====:===-~==Q ~~---=-------~---------
Bid 09-0291 Street Light Installation 51 of55
....
--.
-,
-
PARTE
Certificate of Insurance
Contractor Compliance with Worker 's Compensation Law
Experience Record
Equipment Record
Maintenance Bond
Performance Bond
Payment Bond
.
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees emp loyed on City
of Fort Worth Department of Engineering No . N/A __ and City of Fort Worth Project No .
TPW -TS-2009-002.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
MasTec North America, Inc.
By : ~t:i
Glenn Travis
Name :
Title : Division VP
Date : Februa r y 22 , 2 010
{I I ~fore me , the undersigned authority , on this day personally appeared
\zltn o I ( IA ti I 5 , known to me to be the person whose name is subscribed to the
foregoi !nstrument, and acknowledged to me that he executed the same as the act and deed
of t0aillCt N tf J].,. Psol&nl'Vt!d \ r\h. for the purposes and consideration
therein expressed and in the capa ity therein stated .
Given Under My Hand and Seal of Office this V-day of '1,brwy , 20 10
MARI BETH DAY
MY COMMISSION EXPIRES
September 20, 2012
F-3
n\~W-D(M ,
Notary Public in and for t ~e State of Texas
ATIACHMENTI
PAST PERFORMANCE
A. RECORD OF PAST PERFORMANCE
Contractor's Company Name : MasTec North America, Inc.
Address, City , State , Zip Code : 4747 Irving Blvd., Suite 221, Dallas, TX 75247
Business Phone Number : 214-5 71-2500
Contact Person and Position :
Terry Tommerlin Division Manager, Electric
Federal tax identification number or social security number, as applicable to the legal entity that will be
performing as the Primary Contractor under any resulting Contract: 65-0829357
Primary Type of Business of Bidder: Utility Construction (all types)
(General Contractor, Roofer, Builder, Specialty-Trade , etc.)
Accredited by the Better Business Bureau : Yes
Contractor's Total Number of Employees: s ;4do nation wide
Ownership Type : _c_o_r_p_o_r_a_t_i_o_n ___________ _
(Sole proprietorship, limited partnership, limited liability company (LLC), corporation (for-profit), nonprofrt
corporation)
Date/Year Business Established/Founded : 1929 -81+ years ·
What type of work or services do your firm/company/organization specialize in. Please check all licenses
or certifications that you currently hold : (provide copies of license/certificate for verification):
N/ A -unility construction services
What percentage of your services is completed in-house by your employees and how much is out-
sourced/subcontracted? 80% in house
What services will be out-sourced/subcontracted out? / h 1 concrete asp at repair
Do you understand that any work requests resulting from this bid (that are in whole or in part funded by
any federal funds) will be subject to but not limited to the following federal regulations : the Davis-Bacon
Act (OBA), Copeland Act, Contract Work Hours Safety Standards Act (CWHSSA), and the Fair Labor
Standards Act (FLSA)? Kl Yes D No D Not Sure o _____ _
Do you understand that any work requests resulting from this bid (that are in whole or in part funded by
any federal funds) will be subject to a Disadvantaged Business Enterprise (DBE) goal.
.[].Yes 0No ONotSure o _____ _
Have you ever worked in a project that was funded in whole or in part with federal funds? If so , are you
familiar with Davis Bacon? Please explain : Yes, we are familiar with Davis Bacon
Bid 09-0291 Street Light Installation 40 of55
ATTACHMENT II
TRADE REFERENCES
COMMERCIAL CUSTOMER CLIENTS AND/OR GOVERNMENTAL AGENCIES REFERENCES
Provide a minimum of two (2) references for which your firm/organization has carried out similar services
outlined under this bid since January 2006. References must be current, and should be relevant to the required
services .
Commercial Customer Client/Governmental Agency Reference #1
Company Name:
Contact Person Name:
Phone Number:
Address , City, State, Zip Code :
Product and/or /Service Provided :
Date and Length of Employment:
Contract Value:
Oncor Electric
Rex Dennison
972 216-8934
1545 Highpoint Dr., Mesquite, TX 75149
Street light maintenance & installation
15 years
$3.5 million yearly
Commercial Custom er Client/Governmental Agency Reference #2
Company Name:
Contact Person Name:
Phone Number:
Address , City, State , Zip Code :
Product and/or /Service Provided:
Date and Length of Employment:
Contract Value:
City of Irving
Chris Keahey
972-877-4903
825 W. Irving Blvd., Irving, TX 75060
Freeway lighting installation & maintenance
5 years
$179k yearly
Commercial Customer Client/Governmental Agency Reference #3
Company Name: City of Allen
Contact Person Name : Debbie Morrison
214-509-4576
Phone Number:
Address, City, State , Zip Code: One Allen Civic Plaza
Product and/or /Service Provided: Street light contract
Date and Length of Employment: 3 years
Contract Value: $200k yearly
Bid 09-0291 Street Light Installation 41 of 55
ATTACHMENT II (CONTINUE)
Commercial Customer Client/Governmental Agency Reference #4
Company Name :
Contact Person Name :
Phone Number:
Address , City , State , Zip Code :
Product and/or /Service Provided :
Date and Length of Employment:
Contract Value:
Commercial Customer Client/Governmental Agency Reference #5
Company Name:
Contact Person Name:
Phone Number:
Address, City , State, Zip Code:
Product and/or /Service Provided:
Date and Length of Employment:
Contract Value:
Commercial Customer Client/Governmental Agency Reference #6
Company Name :
Contact Person Name :
Phone Number:
Address, City, State , Zip Code:
Product and/or /Service Provided:
Date and Length of Employment:
Contract Value :
Bid 09-0291 Street Light Installation 42 of55
ATIACHMENT II (CONTINUE)
TRADE REFERENCES
Provide a minimum of four (4) trade references . The references must be current, and should be relevant to the
required services and/or products.
Trade Reference #1
C N · Techline, Inc. ompany ame : _____________________________ _
Provide the name of the company with who you have established a successful business relationship .
Contact Person Name : ___ P_h_i_l_P_h_i_l_l_i_p_s __________________ _
Provide the name of your contact with the company, with who we may discuss your trade reference.
5401 Martin St., Fort Worth, TX 76119
Address, City , State , Zip Code: ------------------------
Provide the complete mailing address of this company.
Credit Extended : no limit -----------------------------Provide the amount of credit your trade reference has extended to you
Phone Number: __ 8_1_7_-_5_6_1_-_9_9_o_o ____________________ _
Provide the phone number of your trade reference contact person
Last Purchase Date : l / 15/2010 -----------------------------Provide the date on which you last purchased products/services from this company
ProducUService Purchased: ___ w_1._· r_e_a_n_d_t_e_rm_i_n_a_t_i_o_n_s _____________ _
Provide the type of product or service purchased from this company
Trade Reference #2
Company Name : Oldcastle Precast
Provide the name of the company with who you have established a successful business relationship.
Contact Person Name : --=T-=i;.:;;n=-=a'--------------------------
Provide the name of your contact with the company, with who we may discuss your trade reference.
Address,City,State,ZipCode: llOO Heritage Pkwy, Mansfield, TX 76063
Provide the complete mailing address of this company.
no limit
Credit Extended :-----·-·------------------------
Provide the amount of credit your trade reference has extended to you
Phone Number: 817-453-1054
Provide the phone number of your trade reference contact person
Last Purchase Date : __ 1_1_2_0_1 o_,_1 ______________________ _
Provide the date on which you last purchased products/services from this company
Product/Service Purchased: precast switchgear and pad
Provide the type of product or service purchased from this company
Bid 09-0291 Street Light Installation 43 of 55
Trade Reference #3
ATIACHMENT II (CONTINUE)
TRADE REFERENCES
Company Name : Dealers Electric
Provide the name of the company with who you have established a successful business relationship .
Robbie Jesus
Contact Person Name:----------------------------
Provide the name of your contact with the company, with who we may discuss your trade reference .
P.O. Box 540695, Dallas, TX
Address, City , State , Zip Code :------------------------
Provide the complete mailing address of this company.
Credit Extended: ----"n:.:.:o::._.;l::::.i:::;·m=i.:.t ______________________ _
Provide the amount of credit your trade reference has extended to you
972-623-2032
Phone Number:------------------------------
Provide the phone number of your trade reference contact person
Last Purchase Date: __ 1 1_2_0_1_0 ______________________ _
Provide the date on which you last purchased products/services from this company
Product/Service Purchased: ___ P_v_c_p_i_p_e_a_n_d_b_e_n_d_s _______________ _
Provide the type of product or service purchased from this company
Trade Reference #4
Custom Crete
Company Name:------------------------------
Provide the name of the company with who you have established a successful business relationship.
Ray
Contact Person Name:----------------------------
Provide the name of your contact with the company, with who we may discuss your trade reference.
Address, City , State, Zip Code : 2624 Joe Field Rd, Dallas, TX
Provide the complete mailing address of this .company.
no limit
Credit Extended:-----------------------------
Provide the amount of credit your trade reference has extended to you
Phone Number: __ 9_7_2_-_4_8_8_-_8_1_3_1 ____________________ _
Provide the phone number of your trade reference contact person
Last Purchase Date: __ 1_2_1_20_0_9---,-----,----,---.,.-----,-------------
Provide the date on which you last purchased products/services from this company
concrete
Product/Service Purchased:---:-----:----:-::--~-,------------------
Provide the type of product or service purchased from this company
Bid 09-0291 Street Light Installation 44 of55
ATIACHMENT Ill
FINANCIAL REFERENCES
Provide a minimum of two (2) financial references . The references must be current, and should be relevant to
the required services and/or products.
Financial Institution Reference #1
Company Name: Bank of America
Provide the name of the company with who you have established a successful business relationship .
John Swift
Contact Person Name :-----:-.~-----'""'.".':'--,------------------
Provide the name of your contact with the company , with who we may discuss your trade reference.
Address , City , State , Zip Code : 600 Peachtree St. , NE, 10th Floor, Atlanta, GA 30308
Provide the complete mailing address of this company
404-607-5396
Phone Number:-----------------------------
Provide the phone number of your trade reference contact person
Credit Extended : $106 million
Provide the amount of credit your financial reference has extended to you
Financial Institution Reference #2
Company Name: Comdata Corporation
Provide the name of the company with who you have established a successful business relationship.
Contact Person Name : __ R_a_n_d_y...,...,.M_o...,..r_g_a_n ___ --:-..,------------------
Provide the name of your contact with the company, with who we may discuss your trade reference .
Address, City,1State , Zip Code:
530I 'Maryland Way, Brentwood, TN 37027
Provide the complete mailing address of this company
615-370-7606
Phone Number:-----------------------------
Provide the phone number of your trade reference contact person
unlimited
Credit Extended :-----------------------------
Provide the amount of credit your financial reference has extended to you
Financial Institution Reference #3
Company Name: La Salle Bank
Provide the name of the company with who you have established a successful business relationship.
Contact Person Name: __ M_a_t_t_M_e_l_o_n ______________________ _
Provide the name of your contact with the company , with who we may discuss your trade reference.
Address, City , S,tate, Zip Code: 540 W. Madison St., 9th Floor, Chicago, IL 60661
.,,)
Provide the complete mailing address of this company
312-904-9508
Phone Number:-----------------------------
Provide the phone number of your trade reference contact person
unlimited
Credit Extended:----------------------------
Provide the amount of credit your financial reference has extended to you
Bid 09-0291 Street Light Installation 45 of 55
EQUIPMENT SCHEDULE
List of Equipment owned by Bidder that is in serviceable condition and available for use:
Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and
type:
F-5
-:-Ma sTe c
EQUIPMENT SCHEDULE
Description License Mileage
Air Compressor -1997 Sullivan D185Q 75M -988 NIA
A ir Compressor -1997 Sullivan 210 CFM 75M-989 NIA
Air Compressor -1998 Sullivan 210CFM 75M-977 NIA
Ai r Compressor -1998 Sullivan D185Q 75M-964 NIA
Air Compressor -1998 Sullivan 185CFM 75M-991 NIA
Air Compressor -1999 Sullivan D185Q 76M-710 NIA
Air Compressor -1998 Sullivan D185 76M-711 NIA
Air Compressor -1999 Sullivan D185 CFM 76M-775 NIA
Air Compressor -1999 Sullivan D185Q 76M -732 NIA
Air Compressor -1999 Sullivan D185 75M-648 NIA
Air Compressor -1999 Sullivan D185Q 76M-830 NIA
Air Compressor -1999 Sullivan D1850 75M-965 NIA
Air Compressor -1999 Sull ivan 01850 76M-704 NIA
Air Compressor -1999 Sullivan 185 76M-712 NIA
Air Compressor -1999 Suilivan 185D 76M-713 NIA
Air Compressor -1999 Sullivan 185 76M-728 NIA
Air Compressor -2000 Sullivan 185 76M-714 NIA
Air Compressor -2000 Sullivan 185 76M-715 NIA
Air Compressor -2000 Sullivan 185D 76M -726 NIA
Air Compressor -2000 Sullivan 185 76M -832 NIA
Air Compressor -1999 Sullivan 185D 76M-837 NIA
Air Compressor -1999 Sullivan 185D 75M -618 NIA
IR VHP400WIR COMPRESSOR 76M -233 NIA
IR VHP400WIR COMPRESSOR 76M -232 NIA
Excavator -1994 John Deere 490E Track
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1999 John Deere 310E NIA NIA
Backhoe -1998 John Deere 31 OE NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Page 1 of 11
Description License Mileage
Air Compressor -1997 Sullivan D185Q 75M-988 NIA
Excavator -1999 John Deere 200LC NIA NIA
Excavator -1997 Case 90408 NIA NIA
Backhoe -1998 John Deere 310E NIA NIA
Backhoe -1999 John Deere 310E NIA NIA
Mini Excavator -Komatsu PC15R-8 NIA NIA
Excavator -1998 John Deere 230LC NIA NIA
Excavator -2000 Kobelco SK300LC NIA NIA
Backhoe -1997 John Deere 310E Ext 4x4 NIA NIA
2004 BACKHOES 2WD NIA NIA
BACKHOE -2004 CASE 2WD NIA NIA
BACKHOE -2004 CASE 2WD
BACKHOE -2004 CASE 2WD NIA NIA
BACKHOE -2004 CASE 2WD NIA NIA
BACKHOE -2004 CASE 2WD NIA NIA
Backhoe -2004 Case 580M NIA NIA
2005 KOBELCO SK330LCVI EXCAVATOR NIA NIA
BACKHOE -2006 CASE 580SM 4X:4 EXT NIA NIA
BACKHOE -2006 CASE 580SM 4X4 EXT NIA NIA
CASE CX278 EXCAVATO~. 12" BUCKET NIA NIA
27 DX COMPACT EXCAVATOR NIA NIA
BACKHOE -2007 JOHN DEERE 27D NIA NIA
MINI EXCAVATOR JOHN DEERE 35D NIA NIA
BACKHOE W/WAINROY AITACHMENTS NIA NIA
BACKHOE -2006 CASE 580SM 4X4 NIA NIA
BACKHOE -2006 CASE 580SM NIA NIA
BACKHOE -2006 CASE 580SM NIA NIA
Backhoe -2008 Case 580SM-2 NIA NIA
Case Backhoe, 580SM3 NIA NIA
Case Backhoe, 580SM3 NIA NIA
Case Backhoe, 580SM3 NIA NIA
2008 BACKHOES 580SM3 NIA NIA
2008 BACKHOES 580SM3 NIA NIA
2008 BACKHOE 1288D NIA NIA
CASE CX330 EXCAVATOR NIA NIA
EXCAVATOR CASE CX210B NIA NIA
EXCAVATOR CASE CX210B NIA NIA
Wheel Loader -1998 Kawasaki 70ZV NIA NIA
CASE 6210 WHEEL LOADERS NIA NIA
Page 2 of 11
� � � � �
,
. .
,
I ,
1
c
� � � � r � � t � � � r � � � r
� t
� „
I i'
Description License Mileage
Air Compressor -1997 Sullivan D185Q 75M-988 NIA
CASE 721 E WHEEL LOADERS h \ NIA NIA
Tractor -1994 Caterpillar D4E NIA NIA
DOWNING WHEEL COMPACTOR NIA NIA
Container -Storage NIA NIA
Container -20' Storage NIA NIA
Container -20' Storage NIA NIA
Tool -94 MILLER BOBCAT 225G WELDER NIA NIA
Trencher -1994 Vermeer T555 NIA NIA
Puller -1996 Sherman Reilley SRP50-T 76M-212 NIA
SPEED SHORE BOX 8X12-11-55 NIA NIA
Boring Rig -International 2240 NIA NIA
PARKER CRIMPING TOOL NIA NIA
Trencher -1996 Vermeer 755 NIA NIA
Skid Steer -1997 John Deere 4475 Loader NIA NIA
Vac System -1997 Vacmaster SPV-500-GT3 SpoilVac
MCELROY 6" FUSION MAG 28
Trencher -1997 Ditch Witch 8020 . NIA NIA
MUST ANG DBS-44 & DBS-24 NIA NIA
Ruggerini RD212 Diesel Engine : 82W-JHC NIA
4" TAPPING EQUIPMENT -, NIA NIA
TOOL -DW PIERCE ARROW NIA NIA
TARGET CONCRETE SAW NIA NIA
Tool -'00 MCELROY 6"-8" HEATER/CUTTE
00 FOOTAGE TOOLS 6-8" HYDR. S NIA NIA
Puller -1998 TSE Intl VP70BTR 753-32B NIA
Directional Drill -2000 Vermeer D50x100A Navigator
Arrow Board -2000 Wanco NIA NIA
00 MCS-325 MIXER AND RECYCLER 302-LXC NIA
Forklift -2001 Case 588G NIA NIA
Vacuum -1995 Ditch Witch 60W-NPS NIA
MCELROY 6-8" POLY FUSION MACH
Tool -McElroy 6-8" Poly Fusion NIA NIA
94 VERMEER V4750 TRACTOR NIA NIA
95 CASE 586E F06E FORKLIFT
VACTRON -2006 VERMEER 712-WPB NIA
VACTRON -2006 VERMEER 38Y-ZVM NIA
Forklift -Ingersoll RT70G NIA NIA
NAVIGATOR-2007 VERMEER D24X4011 NIA NIA
Page 3 of 11
Description Li ce nse Mileage
Air Compressor -1997 Sullivan D185Q 75M-988 NI A
NAVIGATOR -2007 VERMEER D36X5011 NIA NIA
1989 ARNCO POWER PACKS 6000X4 NIA NIA
2008 T26S Trailer wlFX60 1200 Gal slnCMWFX60XC80000290 63Z-XSM NIA
BORE RIG AT3020 MACH 1 NIA NIA
HOBART MIG WELDER NIA NIA
TRIPODS WI WINCHES-E405-1 -026 NIA NIA
TRENCH BOX 8X20 NIA NIA
POWER PACK/WINDER NIA NIA
TRENCH BOX 8X16 NIA NIA
TRENCH BOX 8X16 NIA NIA
TRENCH BOX 8X20 NIA NIA
YAMAHA GENERATOR
Trailer -Mobile Office 36X12 NIA NIA
TRIPOD NIA NIA
40' STORAGE CONTAINER NIA NIA
40' STORAGE CONTAINER NIA NIA
PULLER/TENSIONER -TRL MOUNTED 19Y-RCH NIA
U3P3 RADIODECTECTION LOCATOR
UTILITY LOCATOR TRANSMITER/RECEIVER NIA NIA
CISCO CATALYST 3560-48P SWITHC NIA NIA
CISCO CATALYST 3560-48P SWITHC NIA NIA
Air Compressor 71 OOE 15V NIA NIA
CUBICLES Fl CORP OFFICE FY97 NIA NIA
CUBICLES Fl CORP OFFICE FY96 NIA NIA
CONFERENCE ROOM FURNITURE NIA NIA
VINYLEX TELEPHONE SYSTEM NIA NIA
HP LJ 4050N LASER PRINTER NIA NIA
HP LASERJET 4050N LASER PRINTER NIA NIA
HP LASERJET 8000N LASER PRINTER NIA NIA
HP LASERJET 4050N LASER PRINTER NIA NIA
HP LASERJET 8150N LASER PRINTER NIA NIA
CERTEX 3200 SIGNING MACHINE NIA NIA
HP LASERJET 4550 COLOR PRINTER
HP LASERJET 4050 LASER PRINTER
MARIBETH DA Y'S ~J~~n!i I0;!ur nP!<, • >>N!/ii'I !illii\itl;[p'> in'
' .· . :-cc ... ,-i~::-",, NIA NIA
))/ :e:,,J0\ 2' -Sc'-/~\.:('';
GLENN /TRAVIS \ DESK'ii/ii!i'rr, n ,,';~,'*;i,,!1ll&n, zG,,, NIA NIA
Pickup -1997 Ford F250 06L-XR1 105,301
SUV -2001 GMC Yukon BFY-441 158,627
Page 4 of 11
Description License Mileage
Air Compressor -1997 Sull ivan D185Q 75M -988 NIA
2004 CHEVROLET 1500 SILVERADO
2004 CHEVROLET 1500 SILVERADO 58L-RB1 147 ,686
2005 CHEVROLET SILVERADO 1500 WORK TRUCK LS PICKUP 29Z-HN2 146,174
2005 SILVERADO 1500TRUCK D ,· rt ,, "L;:f;:n[:: • 28Z-HN2 89,232
2005 CHEVROLET SILVERADO 2500 WORK TRUCK PICKUP 30Z-HN2 138,050
...
Pickup-2005 CHEV RQLETSilverado ·1500WT 1 h •v >• 69S-RY2 146,283
2005 CHEVROLET SILVERADO 2500 WORK TRUCK PICKUP 05C-HC3 109 ,320
PICKUP -2006 CHEVY SILVERADO 1500 WT 16K-KS3 149,001
2006 CHEVY SILVERADO 1500 WT 01K-KR3 110,350
2006 CHEVY SILVERADO 1500 WT 02K-KR3 139,917
2006 CHEVY SILVERADO 1500 WT
2006 CHEVY SILVERADO 2500 WT 20K-KS3 114,546
2006 CHEVY SILVERADO 2500 WT 19K-KS3 140,453
2006 CHEVY SILVERADO 2500 WT 18K-KS3 143,664
2006 CHEVY SILVERADO 2500 WT 22K-KS3 92 ,383
2006 CHEVY SILVERADO 2500 WT 23K-KS3 83,931
2006 CHEVROLET SILVERADO 1500 LT1 77C-ZC4 97,504
2006 CHEVROLET SILVERADO 2500 WT 81C-YT4 72 ,228
2006 CHEVROLET SILVERADO 2500 WT 76C-ZC4 75,463
2006 CHEVROLET SILVERADO 2500 WT 80C-YT4 82 ,263
2006 CHEVROLET SILVERADO 2500 WT 78C-YT4 65,078
2006 CHEVROLET SILVERADO 2500 WT 79C-YT4 56,447
Pickup -2007 CHEVROLET SILVERADO 2500WT 48S-CV4 110 ,465
Pickup -2007 CHEVROLET SILVERADO 2500WT 89S-CM4 61,832
Pickup-2007 CHEVROLET SILVERADO 2500WT 90S-CM4 80,067
Pickup -2007 CHEVROLET SILVERADO 2500WT 91S-CM4 115,649
PICKUP -2007 FORD F150 XL T 26K-RG5 59,645
PICKUP -2007 FORD F150 XL T 99K-PY5 80 ,211
PICKUP -2007 FORD F150XL T 91P-CJ5 50,466
PICKUP -2008 FORD F250XL 63P-CL5 77,879
PICKUP -2008 FORD F250XL 94P-CJ5 98,461
PICKUP -2008 FORD F250XL 84P-CG5 44,583
PICKUP -2008 FORD F250XL 83P-CG5 83,834
PICKUP -2008 FORD F250XL 23P-CJ5 76,279
PICKUP -2008 FORD F250XL 24P-CJ5 70,029
PICKUP -2008 FORD F250XL 82P-CG5 71,427
PICKUP -2008 FORD F250XL 40P-CM5 99 ,329
PICKUP -2007 FORD F150XL T 15C-TV6 104 ,697
Page 5 of 11
Description License Mileage
Air Compressor -1997 Sullivan 0185Q 75M-988 N/A
PICKUP -2008 FORD F250XL 55N-DH6 53 ,145
PICKUP -2008 FORD F250XL 62N-DH6 47,828
PICKUP -2008 FORD F250XL 64N-DH6 67,602
PICKUP -2008 FORD F250XL 16C-VK6 44,126
PICKUP -2008 FORD F250XL 17C-VK6 62,868
PICKUP -2008 FORD F250XL 53N-DH6 62,638
PICKUP -2008 FORD F250XL 76C-VJ6 48,973
PICKUP -2008 FORD F250XL 63N-DH6 35,439
PICKUP 2007 FORD F250XL 10P-XY5 36 ,674
TRUCK -2006 CHEVROLET SILVERADO 2500WT 11P-XY5 44,660
2005 FORD F-250XL 90F-CF7 161 ,701
SUV -2008 CHEVY TAHOE LT FYM -121 38 ,796
Pickup -2008 Ford F150XL 24M-PP7 63 ,161
Pickup -2008 Ford F250XL 60M-PR7 69 ,922
Pickup -2008 Ford F250XL 62M-PR7 44,042
Pickup -2008 Ford F250XL 61M-PR7 50,709
Pickup -2008 Chevrolet Silverado 1500L T2 78K-PJ8 25,472
Pickup -2008 Chevrolet Silverado 2500WT 77K-PJ8 54 ,137
Pickup -2008 FORD F150XL T 15F-BL8 35,452
PICKUP -2008 FORD F250XL 44K-RB8 24 ,918
2008 FORD F250XL 73F-CC8 4,650
2008 FORD F250XL 74F -CC8 29,145
2008 FORD F250XL 72F-CC8 50,788
2008 FORD F250XL 44F-BT8 43,138
2008 FORD F250XL 24F-BV8 4,422
2008 FORD F250XL 64F-BZ8 37 ,905
2008 FORD F250XL 23F-BV8 92,246
2008 FORD F250XL 63F-BZ8 72 ,133
Road Tractor -1984 Mack R686ST Haul
Flatbed -1995 Ford F450 Winch 77D-TG6 111,686
Flatbed -1997 Ford F450 78K-TC1 49,663
OK CHAMPION RODDER N/A N/A
Flatbed -1998 Ford F800 66L-HZ3 64,332
Flatbed -1999 Ford F450 68L-HZ3 115 ,931
Tool -WELDER FROM PRAXAIR MOUNTED ON T-153 NIA N/A
Flatbed -1999 Ford F450 82K-TC1 105,665
Flatbed -1999 Ford F450 08P-YR5 117,050
Flatbed -1999 Ford F800 -17D-SZ6 88,465
Page 6 of 11
Description License Mileage
Air Compressor -1997 Sullivan D185Q 75M-988 N/A
Dump -1999 Sterling L-7501 2DN-753 161,775
Service Body -1999 Ford F550 46L-BK3 171,119
CRANE BODY FOR T181 N/A N/A
Flatbed -1999 Ford F350 23P-ZC5 127 ,887
Flatbed -1999 International 4700 26B-HK5 82 ,561
Flatbed -1999 International 4700 27B-HK5 239,658
Dump -1999 International 4700 65J-YZ9 194,977
Flatbed -2000 International 9900 2DN-718 383,152
Flatbed -1999 International 4700 18B-HY5 49,339
Dump -2000 International 4700 2DN-754 185,862
Flatbed -1999 Ford F550 w/bucket 02B-HJ5 175,306
Dump -2000 International 4700 2DN-755 98,081
Bucket -1999 Ford F350 03B-HJ5 88,123
Flatbed -1999 Ford F450 57B-HV5 171,764
Flatbed -1999 Ford F450 29D-556 250,742
Flatbed -1999 Ford F450 30D-556 243,235
Flatbed -2001 International 4700 2DS-684 92,847
Flatbed -2001 International 4700 05B-HJ5 37,641
Flatbed -1994 Kenworth T600 2DS-685 470,628
S-TEC 3000 GAL MUD TANK N/A N/A
Dump -1998 International 9200 2DN-756 352,048
Semi Tractor -1995 White/GMC 2DN-720 372,412
Crane -DC-2 Model N105 N/A N/A
Flatbed Mix System -2001 International 4700 77K-RG8 66,427
Flatbed -1998 International 4700 67W-RY9 105,953
Semi Tractor -1994 WhiteGMC 2DN-746 550,442
Flatbed -2002 International 4700 13P-YD8 59,521
CABLE PULLING HYDRAULIC WINCH N/A N/A
2004 FORD F-350 XL 69L-LJ1 120,223
2004 FORD F-350 XL 9WC-P66 162,540
Semi Tractor -1996 International 9200 2DS-683 525,674
97 FORD F350 AL TEC 16K-SD1 119,285
Bucket Truck -2004 FORD F-550 XL 36" 97P-BZ2 108,312
2004 FORD F-550 XL 36" BUCKET TRK 46L-MD1 113,170
2004 FORD F-550 XL 36' BUCKET TRK 17L-WB1 119,360
Bucket Truck -2004 FORD F-550 XL 36" 33K-ZM3 148,114
Bucket Truck -2004 FORD F-550 XL 36" 64P-CC2 120,764
BOBCAT 225 WELDER {ml rn242) N/A N/A
Page 7 of 11
Description License Mileage
A ir Compressor-1997 Sullivan D185Q 75M-988 N/A
2006 FORD F450 FLATBED STAKESIDE 30C-PG4 42 ,472
2006 FORD F450 FLATBED STAKESIDE 25W-RJ9 101,598
2006 FORD F450 FLATBED STAKESIDE 32C-PG4 108,731
2007 INTERNATIONAL 4300 21C-LJ4 41 ,217
2006 CHEVROLET SILVERADO 3500 WT 39D-CR4 101 ,598
2006 CHEVROLET SILVERADO 3500 WT 38D-CR4 91 ,682
Service Body -2006 CHEVROLET SILVERADO 3500 WT 67K-MT4 69 ,954
Service Body -2006 CHEVROLET SILVERADO 3500 WT 57K-MR4 103,415
2006 CHEVROLET SILVERADO 3500 WT 53S-CG4 144,417
2006 CHEVROLET SILVERADO 3500 WT 13F-GJ4 111 ,597
2007 INTERNATIONAL 4300 22C-LS4 55 ,211
07 INTERNATIONAL 7400 FUEL TRUCK 28D-GD4 66,421
FUEL TRUCK -2007 INTERNATIONAL 7400 22N-NS4 59 ,255
Bucket -2000 Ford F750 Terex FC-55 Unit 950-1807 24D-FV4 72,433
Bucket-2000 Fo rd F550 Te rex TL38P Un it 942-0818 01N-RZ4 130,846
Bucket-2000 Ford F550 Te re x TL38P Un it 942-0817 02N-RZ4 124 ,129
Bucket -2000 Ford F550 Terex TL36P Unit 942-0814 03N-RZ4 144 ,137
TRUCK -2006 FORD F450 FLATBED 74N-YH4 31 ,495
2007 CHEVROLET SILVERADO 3500WT DRW 36N-YR5 58,405
2007 CHEVROLET SILVERADO 3500WT DRW 23N-YT5 71 ,597
2007 CHEVROLET SILVERADO 3500WT DRW 24N-YT5 61 ,655
2007 CHEVROLET SILVERADO 3500WT DRW 95N-YP5 84 ,533
2007 CHEVROLET SILVERADO 3500WT DRW 29N-YT5 67 ,501
2007 CHEVROLET SILVERADO 3500WT DRW 28N-YT5 44 ,136
BUCKET -2007 INTERNATIONAL 4300 40F-BM7 15,917
DIGGER -2007 INTERNATIONAL 4300 22T-PH7 21 ,635
Flatbed 9' -2008 Dodge Ram 3500 84K-HH8 30 ,685
Flatbed -2008 Chevrolet Silverado 3500WT 57Z-SJ7 26 ,635
Flatbed -2007 Chevrolet Silverado 3500WT 31P-ZB8 20,223
Service Body -2008 Chevrolet Silverado 3500WT 93M-PX7 32 ,028
FLT ABED -2008 DODGE RAM 3500 20C-NZ8 59 ,357
2009 INTERNATIONAL 7400 DUMP TRUCK 2DN-747 36 ,694
7400 INTERNATIONAL DUMP TRUCK 2DN-748 46,897
2009 INTERNATIONAL 4300 BUCKET TRUCK 2DN-749 7 ,005
DUMP -1999-FORD STERLING 2DN-765 125,440
REPAIR -ORACLE# 18495 -ADDITION OF TWO REEL RACKS N/A N/A
Repair -ORACLE # 18495 N/A N/A
FLATBED -2008 FORD F450XL 88J -YK9 49 ,019
Page 8 of 11
Description License Mileage
Air Compressor -1997 Sullivan D185Q 75M-988 N/A
2001 FREIGHTLINER TRUCK 2DN-766 280,779
2003 FREIGHLINER TRUCK 2DS-422 175,220
2008 FORD TRUCK 550XL 29P-TTP 21
Trailer -1955 Fruehauf AFFRR5535 W37-015 N/A
Trailer -1956 Fruehauf 218-018 NIA
Trailer -1955 Strickland W89-165 NIA
Trailer -Homemade Pipe Carrier NIA NIA
Trailer -1990 Galbreath 20' Utility X80-012 NIA
Trailer -1978 Trailmobille Van X01-227 NIA
Trailer -1978 Trailmobile Van Y51-807 NIA
Trailer -1978 Trailmobile Van X31-592 NIA
Trailer -1978 Trailmobile Van X78-941 NIA
Trailer -1978 Trailmobile Van X01-597 NIA
Trailer -1991 ShopBuilt Utility 782-FZP NIA
Trailer -1988 WW Cargo 09Y-MVC NIA
Trailer -1990 Shopmade 16' 872-LXG NIA
Trailer -1993 Shopmade 16' 068-72A NIA
Trailer -1993 DVTL F20 25' Flatbed 93Y-ZYM NIA
Trailer -1993 S&S Custom 18' Utility 07W-TRW NIA
Trailer -1994 Interstate 24DTA '• X79-426 NIA
Trailer -1994 Interstate 24DTA X79-427 NIA
Trailer -1994 Interstate 24DTA 702-FZL NIA
Trailer -1994 Interstate 12' Equipment 702-SVM NIA
Trailer -1994 Wagner Smith 11Y-WDT NIA
1994 WAGNER-SMITH REEL TRAILER 10W-TRW NIA
Trailer -1995 Shopmade Cable 072-FYP NIA
Trailer -1999 Shopmade Reel Carrier 742-LTY NIA
Trailer -1999 Shopmade Reel Carrier 38V-BMC NIA
Trailer -1996 Shopmade Reel Carrier 27W-VCH NIA
Trailer -1996 Shopmade Reel Carrier 66W-VDS NIA
Trailer -1999 Shopmade Reel Carrier 742-WPB NIA
Trailer -1995 Shopmade Reel Carrier 51Y-ZXM NIA
Trailer -1996 Interstate 552-YJX NIA
Trailer -1995 Shopmade 882-SWV NIA
Trailer -1994 Kearney Flatbed 622-LYL NIA
Trailer -1996 Fontaine Lowboy W11-744 NIA
Trailer -1996 Belshe FB28 77Y-ZWD NIA
Trailer -1994 Belshe Flatbed Haul 08Y-MVC NIA
Page 9 of 11
Description License Mileage
Air Compressor -1997 Sullivan D1850 75M-988 NIA
Trailer -1996 Shopmade HCT50 Cable 34Y-MVC NIA
Trailer -1997 Fontaine W30-086 NIA
Trailer -1995 5X8 Water Carrier 14Z-YKR NIA
Trailer -Jeep NIA NIA
Trailer -1998 Shopmade Pipe 61Z-LWM NIA
Trailer -1995 Truco Reel Carrier 40Y-MVC NIA
Trailer -1994 Belshe 80Z-SWB NIA
Trailer -1998 Belshe WB-1 94Y-ZVM NIA
Trailer -1999 Belshe 95Y-ZVM NIA
Trailer -1998 Custom 10 Ton with Air Brakes X79-411 NIA
Trailer -1998 Custom rn~242!lbbP 48Y-2TT NIA
Trailer -1992 Belshe 110 Cable 73Z-LWM NIA
Trailer -1994 Belshe 9 Ton X79-645 NIA
18' CARGO TRAILER TANDEM AXLE 71Z-YLB NIA
Trailer -Shopbuilt Utility 59W-TVY NIA
Trailer -1999 Belshe WB2 75W-TTG NIA
Trailer -1999 Brindle 4RT21D Reel X80-013 NIA
Trailer -1999 Brindle 4RT21D Reel Carrier 84W-TRH NIA
Trailer -1998 Shopmade Pipe NOTAG NIA
Trailer -1998 Shopmade Pipe 14W-JDJ NIA
Trailer -1997 Shopmade Cable 332-FXX NIA
Trailer -1999 Belshe Trailer 11Y-WCT NIA
Trailer -1997 Belshe Trailer 81Z-TCS NIA
Trailer -1998 TSE Minion Reel 55W-RTJ NIA
Trailer -1999 C&S Utility 54W-RTJ NIA
Trailer -1998 Shopmade 22W-VDS NIA
Trailer -1979 Great Dane Float W90-495 NIA
Trailer -1998 Great Dane Drop Neck X80-018 NIA
Trailer -1996 Dynaweld T2-100XHD X80-019 NIA
Trailer -2001 TSE Aztec W11-792 NIA
Trailer -1995 Big Tex 96Y-ZXM NIA
Trailer -Shopmade Tapping Trailer . S\ 091-05A NIA
Tapping Equipment in Trailer# 7325 NIA NIA
Trailer -1995 Trail King TK18 X79-410 NIA
Trailer -Shopmade Flatbed 132-YKR NIA
Trailer -1981 B&B Black 16ft Flatbed 62Y-MVH NIA
Trailer -1991 Hogg HID P120B Reel Carrier 777-61B NIA
Trailer -1998 Cargo Mate 70Z-WPB NIA
Page 10 of 11
' . . ..
Description License Mileage
Air Compressor -1997 Sullivan D185Q 75M-988 NIA
Trailer -1999 Fontaine TB50 X31-842 NIA
Trailer -1995 WW Mini Cargo 73Y-GZM NIA
1999 CUSTOM EQUIP TRAILER XB0-011 NIA
99 WELLS CARGO TRAILER 50Y-ZVN NIA
2006 DUAL 6000# TRAILER 12p1-18' 770-72C NIA
2006 DUAL 6000# TRAILER 14P1 -16' 82Z-FW2 NIA
TRAILER -2007 DUAL 3500, 18' LENGTH 692-WPB NIA
TRAILER -2007 DUAL 5200#AXLES 18' 712-WNZ NIA
2008 BIG TEX TRAILER 702-YJG NIA
3 AXLE TILT BED TRAILER 422-WFN NIA
TRAILER-POLE -1999 BROOKS BROTHERS 753-77B NIA
Page 11 of 11
Bond No. 105403228
THE STATE OF TEXAS
COUNTY OF TARRANT
MAINTENANCE BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That MasTec North America, Inc. ("Contractor"), as principal, and Travelers Casualty and
Surety Company of America, a corporation organized under the laws of the State of Connecticut,
("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort
Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas,
("City ") in Tarrant County, Texas , the sum of One Hundred Thirty Five Thousand Two Hundred One
and 94/100 Dollars
($ 135,201.94 ), lawful money of the United States, for payment of which sum well and truly be
made unto said City and its successors , said Contractor and Surety do hereby bind themselves, their
heirs, executors , administrators, assigns and successors, jointly and severally.
This obl igation is conditioned, however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the 10th of February , 201Q_, a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements:
Street Light Installation
____,_the same being referred to herein and in said contract as the Work and being designated as
project number(s) and said contract, including all of the
specifications, conditions, addenda, change orders and written instruments referred to therein as
Contract Documents bei ng incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and
to so construct the work that it will remain in good repair and condition for and during a
period of after the date of the final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two Years ; and
F-1
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform it's said agreement to
maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and void , and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted .
IN WITNESS WHEREOF , this instrument is executed in One counterparts, each of
which shall be deemed an original , th is 5th day of April , A.O . 20 10 .
ATTEST:
(SEA l)
d #tttJ:bL-
Secretary
ATTEST:
(SE AL)
As per attached Power of Attorney
Secretary
Title : Senior V.P.
Travelers Casualty and Surety Company of America
Surety
By cd._,.f 7 7L
Name: Charles J. Nielson,
T itle : Attorney-in-Fact
8000 Governors Square Blvd ., Ste 101
Miami Lakes. FL 33016
Address
an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
F-2
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERSJ
Attorney-In Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
222181
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 3 513 3 4 4
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company , St . Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company , and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the law s of the State of Maryland, that Fidelity and Guaranty In surance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc ., is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Charles D. Nielson, Charles J. Nielson , Mary C. Aceves, David R. Hoover, Gicelle Pajon, Olga Iglesias, Gloria McClure, and Arthur Colley
of the City of Miami Lakes , State of Florida , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances , co nditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their bu siness of guaranteeing the fidelity of persons , guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law .
26th IN WITNESS WHEREOF, the Companies have caused thi s instrument to be signed and their corporate seals to be hereto affixed, this-----------
d f February 20 l 0
~o ' .
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
®
By :
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
26th February 2010 On this the day of , before me personally appeared George W. Thompson , who acknowledged
himself to be the Senior Vice Pre sident of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc ., St. Paul Fire and Marine Insuran ce Company , St. Paul Guardian Insurance Company, St . Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company , and that he , as such, being authorized so to do ,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2011.
58440-4-09 Printed in U.S .A.
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~~~· U WED 11 :09 FAX 218+7 85+2929 Kastec -~-Nielson Bonding
Bond No. 10 5403228
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS: ·
That we, (I) MasTec North America, Inc.
Principal herein, and (2) Travelers Casualty and Surety Company of Am e rica
-----
as
a
corporation organized under the laws of the State of (3) Connecticut and who is
authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound
unto the City of Fort Worth, a municipal corporation located in Tanant and Denton Counties,
IZ]OOS/008
Texas, Obligee herein, in the sum of One Hundred Thirtv Fj v e Tb.oJ1filmd Two Hund rec! 011e 94/ 100
Dollars (S. 135, 20 l; 94 ) for the payment of which sum we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severnlly, firmly by these
presents.
WHEREAS, Principal has entered into a certain written contract v.1ith the Obligee dated
the.\ O __ clay o{ t1b tlAM 'J , 20.Jh, a copy of which is attached hereto and made a part
· hereof for all purposes, for the constrnction of ___ _
Street Light Installnti.on . ________________ _
NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall
faithfully perform the work in accordance with the plans, specifications, and contract documents
and shall fully indenrnify and hold ha1mless the Obligee from all costs and damages which
Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabjJities on this bond shall be determined in
accordance with the provisions of such statute, to the same extent as if it were copied at length
herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this 5th day of ___ A.c..p_ri_· l ________ , 20!..Q._._
TRAVELER s'f'
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No.
Farmington Casualty Co mpany
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
222 181
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 3 513 Q 5 7
KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations du ly organized un der the laws of the State of Minnesota , that Farmington Casualty Company, Travelers Casualty and Surety Company, and
Travele rs Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that Uni ted States Fidelity and G uaranty
Company is a corporation duly organi zed und er the laws of the State of Maryland , that Fidelity and Guaranty Insurance Company is a corporation dul y organized under
the laws of th e State of Iow a, and that Fidelity and Guaranty Insurance U nd erwriters, In c., is a corporation duly organi zed under the laws of the State of Wisconsi n
(herein colle cti ve ly called th e "Companies"), and th at the Companies do hereby make, constit ute and appo int
Charles D. Nielson , Charles J. Nielson , Mary C. Aceves , David R. Hoover, Gicelle Pajon , Olga Iglesias, Gloria McClure , and Arthur Colley
of the City of Mjamj J ,a kes , State of Florida , their true and lawful Attomey(s)-in-Fact,
each in their separate capaci ty if more than one is named above, to sign, execute, seal and acknowledge a ny and all bonds , recognizances , conditional undertakings and
other writings obligatory in th e nature thereof on behalf of the Companies in their business of g uaranteeing the fidelity of person s, guaranteein g the perform an ce of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF , the Companies have caused thi s instrument to be sig ned and th eir corporate seals to be hereto affixed, this _____ 2_6_t_h ____ _
day of Febru ary , 20 IO .
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
By:
St. Paul Mercury Insur ance Compan y
Travelers Casualty and Surety Company _
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
On this th e 26th day of February 201 O , before me perso nally appeared George W. Thompson , who acknow ledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity an d Guaranty Insurance Company, Fidelity and Guaranty Insurance Underw riters,
Inc., St. Paul Fire and Marine In surance Company, St. Paul Guardian In s urance Compan y, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Trave lers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company, and that he , as such, being authorized so to do ,
executed the foregoing in strument for the purposes therein contained by signing on behalf of the corporations by himse lf as a dul y authori zed officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires th e 30th day of June , 20 11 .
58440-4-09 Printed in U.S.A.
\.... Marie C . Tetreault , Notary Public
WARNING : THI S POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Board s of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty In surance Underwriters, Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company , which resolutions are now in full force and effect , reading as follows:
RESOLVED , that the Chairman, the President, any Vice Chairman , any Execu tiv e Vice Pre sident , any Senior Vice President , any Vice President , any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary ma y appo int Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sig n with the Company 's name and seal with the
Company 's seal bonds , recognizances , contracts of indemnity , and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking , and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED , that the Chairman , the President , any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or emp lo yees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED , that any bond, recognizance , contract of indemnity, or writing obligatory in the nature of a bond , recognizance, or conditional undertaking
shall be va lid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vi ce President , any Senior Vice President or any Vice
Pres id ent , any Second Vice President , the Treasurer, any Assistant Treasurer, th e Corporate Secretary or any Ass istant Secretary and duly attested and sealed with the
Company 's seal by a Secretary or Assistant Secretary; or (b) duly executed (under sea l, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority ; and it is
FURTHER RESOLVED , that the sig nature of each of the following officers: President, any Executive Vice President , any Senior Vice President , any Vice Pre sident ,
any Assi stant Vice President , any Secretary, any Assistant Secretary , and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Re sident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any suc h Power of Attorney or certificate bearing such facsimile sig nature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to an y bond or understanding to which it is attached .
I, Kori M . Johanson , the undersigned , Assistant Secretary , of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc ., St . Paul Fire and Marine Insurance Company, St . Paul Guardian In surance Company, St. Paul Mercury In surance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies , which is in full force and effect and ha s not been revoked .
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies thi s 5th day of __ A~p_r_i_l ______ , 201_Q_.
Kori M. Johans
~ ~
To verify the authenticity of thi s Power of Attorney , call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
above-named individuals and the details of the bond to wh ich the power is attac hed .
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
0?,(1°7/20\0 WED 11 : 08 FAX 218+785+2929 Kast ec ---Nielson. .Bon.ding
Bond No. 105403228
THE ST A TE OF TEXAS
COUNTY OF TARRANT
PAYMENT BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) NasTec North. America, ln._c_. _____________ _
Principal herein, and (2) Travelers Casualty and Surety Company of A_m_e_r_ic_a _____ _
corporation organized and existing under the laws of the Stale of (3) Connecticut
as
a
as
si.1rety, areheld and firmly bound unto the City of Fo1i Worth, a municipal co111oration located in
Tarrant and Denton Counties, Texas, Obligec herein, in the amount of __________ _
Jne Hundred Thirty Five Thousand Two Hundred One 94/100 Dollars($l35,201.94 ..} for the
payment whereof, the said Principal and Surety bind themselves and their heirs, executors,
administrators, successors and assigns, jointly and severally, finnly by these presents:
\VHEREAS, the Principal has entered into a certain written contract with the Obligee
dated the k c1ay of _{r_l y~ . , 20~-' which contract is hereby refctTed to and
made a part hereof as if fully and to the same extent as if copied at length, for the following
project: Street Light Installation -----------------------
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant (as defined in Chapter
2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of
!he work under the contract, then this obligation sl1all be void; othenvise, to remain in full force
and effect.·
PROVIDED, HOWEVER, that this bond· is executed pursuant to Chapter 2253 of the
Texas Govenunent Code, as amended, and all liabilities on this bond shall be dete1111ined in
\
accordance with the provisions of said statute, to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the duly authorized represenl,ttives of the Principal and the
Surety have executed this inslrument.
SIGNED and SEALED this !?th day of ~ ___ A_,_p_ri_· l ________ , 20-1.Q_.
@003/008
0;~17 /ioto \'iED 11 :09 F/>.J{ 218+785+2929 l.fastec ~-·-l,ie lson Bond.j_ng
MasTec North Ame rica , Inc .
PRINCIPAL
ATTES T:
~ . ..f.\
By : __ ___:_f1_1t..:...-::(..J:__ ____ _
Name : _c_i_e_n_n_T_r_m_,i-'-· s_. ____ _
(Principal) S ec retary
Ti tle: Division V.P.
(SE AL) Address: 1i74 7 Irving Blvd .
• ?
Da1Jas, TX 7 5?L,7
W itness as to Principal
ATIEST:
Travelers Casualty and Suret y
Company of America
SURETCY . ,
By: _ d-f 7 4
as per att ache d Power of Attorney
Secre tary
Name : Charles J. Nielson
Attorney in Fact
(SE AL)
(,
NOTE: (1)
(2)
(3)
Address : BODO Governors Square Blvd.,
Ste 101, Miami Lak e s, FL 33016
Telephone Number: 305-722-2663
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated . In add it ion , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
@004/008
,
TRAVELER s't
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
222181
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 3 5 1 3 Q 5 8
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St . Paul Mercury In surance
Company are corporations duly organized under the laws of the State of Minnesota , that Farmington Casualty Company, Trave lers Cas ualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland , that Fidelity and Guaranty Ins urance Company is a corporati on duly organized under
the laws of the State of Iow a, and that Fidelity and Guaranty In surance Underwriters, Inc ., is a corporation duly organized under th e laws of the State of Wi sconsin
(herein collectively called the "Compani es"), and that the Companies do hereby make, constitute and appoint
Charles D. Nielson , Charles J . Nielson , Mary C. Aceves , David R. Hoover, Gicelle Pajon , Olga Iglesias , Gloria McClure, and Arthur Colley
of the City of __ M~i=a=nu~· =L=a=k=e=s~---------• State of ____ ~E~l~o~c~id_a ___________ , their true and lawful Attomey(s)-i n-Fact,
each in their separate capacity if more than one is named a bove , to sign , execute, seal and acknowledge any and all bond s, recog nizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing th e fidelity of person s, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNE_ss WHEREOF , the Companies have ca used thi s instrument to be signed and their corporate sea ls to be hereto affixed , this _____ 2_6_th ____ _
d f February 20 I 0
~o ' .
State of Connecticut
City of Hartford ss .
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
0 ~
By:
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
26th February 201 O On this the day of , before me personally appeared George W . Thompson , who acknowledged
himse lf to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty In surance Underwriters ,
Inc., St. Paul Fire and Marine In surance Company, St. Paul Guardian In surance Company, St. Paul Mercury Insurance Company, Trave le rs Casualty and Surety
Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company, and that he , as such , being authorized so to do ,
executed the foregoing in strument for the purposes therein contained by s igning on beh alf of the corporations by him self as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June , 2011.
58440-4-09 Printed in U.S.A.
'-Marie C. Tetrea ult , Notary Public
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company , Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company , St. Paul Mercury Insurance Company , Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America , and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED , that the Chairman , the President, any Vice Chairman , any Executive Vice President , any Senior Vice Presi dent, any Vice President , any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appo int Attorneys-i n-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company 's name and seal with the
Company's seal bonds, recognizances , contracts of indemnity , and other writings obligatory in the nature of a bond , recognizance , or conditional undertaking , and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her ; and it is
FURTHER RESOLVED , that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of thi s Company , provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary ; and it is
FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obligatory in the nature of a bond, recognizance , or conditional und ertaking
shall be va lid and binding upon the Company when (a) signed by th e President , any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President , any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company 's seal by a Secretary or Assistant Secretary; or (b) duly executed (u nder seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED , that the signature of each of the following officers: President , any Executive Vice President , any Senior Vice President, any Vice President ,
any Assistant Vice President , any Secretary , any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in -Fact for purposes on ly of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so exec ut ed and certified by such facsimile sig nature and facsimile seal shal l be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached .
I , Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters , Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company , Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked .
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this _5_t_h __
0 ~
Kori M. Johan s
_A.c.p_r_i_l _______ , 20 1_g___
To verify the authenticity of th i s Power of Attorne y, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
above-named individuals and the details of the bond to which the power is attached .
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
PART F
Contract
, .
.,.~" :..
~ .....
• i '
'·
..
' "
STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOWN ALL BY THESE PRESENTS:
This Contract is made and entered into this the 10th day of February , 2010 , by
and between the City of Fort Worth , a home-rule municipal corporation situated in
Tarrant , Denton, Parker, and Wise Counties , Texas , hereinafter referred to as "Owner ,"
by and through its duly authorized Assistant City Manager , and MasTec North America ,
hereinafter referred to as "Contractor," by and through its duly authorized representative.
WITNESSETH: That Owner and Contractor agree as follows:
1.
That for and in consideration of the payments and agreements hereinafter
mentioned to be made and performed by the Owner, and under the conditions expressed
in the bond bearing even date herewith , the said Contractor hereby agrees with the said
Owner to commence and complete the construction of certain improvements described as
follows:
Project: TASK ORDER STREET LIGHT CONSTRUCTION SERVICES AT
VARIOUS LOCATIONS CITY WIDE
Project No.: TPW-TS-2009-002
2.
That the Contract Documents shall consist of the written , printed , typed and
drawn instruments which comprise and govern the performance of the work. Said
Contract Documents include, but are not limited to , the notice to bidders , instructions to
bidders , special instructions to bidders, proposal , plans , specifications , maps , drawings ,
notice of award , general conditions , special conditions , supplementary conditions ,
general provisions , special provisions , work order(s), this Contract, each individual
work/task order and the payment, performance , and maintenance bonds , insurance forms ,
and all addenda . The Contract Documents shall also include any and all supplemental
agreements approved by the Owner which may be necessary to complete the work in
accordance with the intent of the plans and specifications in an acceptable manner, and
shall also include the additional instruments bound herewith.
3.
That the work herein contemplated shall consist of furnishing as an independent
contractor all labor , tools , appliances , materials , supplies , superintendence, insurance ,
bonds and equipment necessary for the construction and completion of said project in
accordance with the Contract Documents prepared at the direction of the Owner. The
Contract Documents are incorporated by this reference and made a part of this Contract
as if written herein.
STREET LIGHT INSTALLATION
Page I of4
OFFICIAL RECORD
CITY SECRETARY
CT WORTH , TX
4.
The Contractor hereby agrees and binds itself to commence the construction of
said work within ten (10) days after being notified in writing to do so by the Owner and
to complete same within the time stated in Article 5.
5.
The Contractor hereby agrees to prosecute said work per each task/work order
with reasonable diligence after the commencement thereof and to fully complete and
finish the same ready for the inspection and approval of the Owner within the number of
days set forth in each task/work order.
If the Contractor should fail to complete the work as set forth in the plans,
specifications and other Contract Documents within the time so stipulated, plus any
additional time allowed as provided in the general conditions, there shall be deducted
from any monies due or which may thereafter become due him, the sum of $210 per
calendar day, not as a penalty but as liquidated damages, the Contractor and his surety
shall be liable to the Owner for such deficiency.
6.
Should the Contractor fail to begin the work herein provided for within the time
herein fixed or to carry on and complete the same according to the true meaning of the
intent and terms of the plans, specifications and other Contract Documents, then the
Owner shall have the right to either (1) demand that the Contractor's surety take over the
work and complete same in accordance with the plans, specifications and other Contract
Documents or (2) to take charge of and complete the work in such a manner as it may
deem proper, and if in the completion thereof, the cost to Owner shall exceed the contract
price or prices set forth in the Contract Documents, the Contractor and/or its surety shall
pay Owner upon its demand in a writing, setting forth and specifying an itemized
statement of the total cost thereof, said excess cost.
7.
Contractor covenants and agrees to indemnify, hold harmless and defend, at its
own expense, the Owner, its officers, servants and employees , from and against any and
all claims or suits for property loss, property damage, personal injury, including death ,
arising out of, or alleged to arise out of, the work and services to be performed hereunder
by Contractor, its officers, agents, employees, subcontractors, licensees or invitees,
whether or not any such iniury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of Owner, its officers, servants, or employees.
Contractor likewise covenants and agrees to indemnify and hold harmless the Owner
from and against any and all injuries to Owner's officers, servants and employees and any
damage, loss or destruction to property of the Owner arising from the performance of any
of the terms and conditions of this Contract, whether or not any such iniury or damage
is caused in whole or in part by the negligence or alleged negligence of Owner, its
officers, servants or employees.
STREET LIGHT INSTALLATION
Page 2 of 4
OFFICIAL RECORD
CITY SECRETARY
FT WORTH.TX
In the event Owner receives a written claim for damages against the Contractor or
its subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides Owner with a letter from Contractor 's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Owner, if deemed appropriate , may refuse to accept bids on other City of Fort
Worth public work projects from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City of Fort Worth contract.
8 .
Owner agrees and binds itself to pay , and the said Contractor agrees to receive ,
for all of the aforesaid work, and for all additions thereto or deductions therefrom, the
price shown on the Proposal submitted by the Contractor hereto attached and made a part
hereof. Payment will be made in bi-monthly installments upon actual work completed by
contractor and accepted by the Owner and receipt of invoice from the Contractor. The
agreed upon total Contract amount shall be an amount up to Five Hundred Thousand
Dollars ($500,000.00) for the cumulative work/task orders issued.
9 .
It is further agreed that the performance of this Contract, either in whole or in
part, shall not be sublet or assigned to anyone by Contractor without the written consent
of the Owner.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as
the same is classified , promulgated and set out by the City of Fort Worth, Texas , a copy
of which is attached hereto and made a part hereof the same as if it were copied verbatim
herein . Other minimum wage per hour tables published by state or federal regulatory
agencies , included in these documents , may be included and supersede the City of Fort
Worth minimum wage per hour tables.
11.
It is mutually agreed and understood that this Contract is made and entered into
by the parties hereto with references to the ex i sting Charter and Ordinances of the City of
Fort Worth and the laws of the State of Texas go v erning all matters affecting this
Contract, and the Contractor agrees to fully comply with all the provisions of the same.
STREET LIGHT INSTALLATION
Page 3 of 4
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
IN WITNESS THEREOF , the parties hereto have made and executed this
Contract in multiple originals the day and year first above written, in Fort Worth, Tarrant
County, Texas .
CITY OF FORT WORTH:
Assistant City Manager
RECOMMENDED:
MasTt6 No~!tmtt1'c~)fJc.
(Contractor Entity Name)
Name ----'4=1-l.,._e .... dl .... tv ....... T .... d .... AV .......... 1 s __
Title ___ Dl __ v __ • ~1.,...1, .... f ___ _
~::t4-
J esus Chapa, Director
Housing & Economic Development Department
ATTEST:
APPROVED AS TO FORM
LEGALITY:
STREET LIGHT INSTALLATION
Page 4 of 4
OFFICIAL RECORD
CITY ECRETARY
WOR H, TX