Loading...
HomeMy WebLinkAboutContract 41210SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 1111 rtll'f flCI: __ CONTRACTOR __ 7 _. CO N·r ~A 1:TOR'S BONDING CO. ---CITY SECRETARY --CIIY~IIIICINI ....... __ ... ,uCQllf 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES ATV ARIOUS LOCATIONS TO BE DETERMINED IN THE CITY OF FORT WORTH, TEXA~ITY SECRETARY 4 l CONTRACT NO. d,,}G_ TP\iV PROJECT NO. TPW-TS-2010-00030 JUNE 2010 lVIIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIA1VI A. VERKEST, P. E., DIRECTOR TRANSPORTATION AND PUBLIC WORI(S UEPARTIVIENT GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTl\tIENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPART1VIENT TRAFFIC SERVICES DIVISION OFFICIAL RECORD CITY SEC~eTARY FT. iifORTH, TX 12 -03 -10 Au9 :24 I &C Review Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ----..,..,- COUNCIL ACTION: Approved on 10/19/2010 DATE: 10/19/2010 REFERENCE **C-24548 LOG 20TSSIGNALTASKORDERCONTRACT NO.: NAME: CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Task Order Contract with Durable Specialties, Inc., for Signal Construction Services for an Amount Not to Exceed $600,000.00 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a task order contract with Durable Specialties, Inc., for signal construction services for an amount not to exceed $600,000.00 with two renewal options with the same terms, conditions and unit prices . -DISCUSSION: Establishing an annual task order contract will allow the Transportation and Public Works Department to expedite construction of traffic signal projects . As the final design plans for each project are completed , a work order will be issued for the contractor to begin construction immediately. The bid amounts cited below were based on estimated quantities for the purpose of establishing unit prices for construction of approximately six signalized intersections . The expected annual maintenance cost for each new signalized intersection is $1 ,875 .00 . The project was advertised for bid on June 24 , 2010 and July 1, 2010 , in the Fort Worth Star- Telegram. The following bids were received: BIDDERS AMOUNT Durable Specialities, Inc. $1 ,358 ,000 .00 Independent Utility Construction, Inc. $1 ,873 ,052.35 Staff considers Durable Specialties, Inc. 's, bid to be fair and reasonable and recommends approval. Durable Specialties, Inc., is in compliance with the City's M/WBE ordinance by committing to 18 percent M/WBE participation . The City's goal on this project is 18 percent. This is a citywide project. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in current capital budgets, as appropriated , of the participating funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: FROM Fund/Account/Centers Fernando Costa (6122) William Verkest (7801) htto://aoos.cfwnet.orn/council oacket/mc review.aso?ID= 14272&councildate= 10/19/2010 11/3 /2010 M~C'Review Page 2 of2 Additional Information Contact: George Behmanesh (7914) - ATTACHMENTS http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l4272&councildate=l0/l9/2010 11/3/2010 Part A PartB · Part C PartD PartE PartF PartG PartH Part I TABLE OF CONTENTS Notice to Bidders Special Instructions to Bidders M/WBE Proposal Vendor Compliance to State Law General Conditions (See City of Fort Worth Standard Specifications For Street And Storm Drain Construction, Part I. General Provisions) Special Provisions Wage Rates Compliance with and Enforcement of Prevailing Wage Rates Traffic Signal Specifications Street Light Specifications Certificate of Insurance Contractor Compliance With Worker's Compensation Law Conflict of Interest Questionnaire Experience Record Equipment Schedule Performance Bond Payment Bond Maintenance Bond Contract Traffic Signal General Notes and Detail Sheets Traffic Signal General Notes and Detail Sheets PART A NOTICE TO BIDDERS AND SPECIAL INSTRUCTIONS TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following : 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITYWIDE City Project No. TPW-TS-2010-00030 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, July 15, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth 's Purchasing Division website at http://www.fortworthgov .org/purchasing/ and clicking on the project link . This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the City , at a cost of $20 .00 per set (non-refundable). The documents are located at the Transportation and Public Works Department's James Avenue Service Center which is at 5001 James Avenue, Suite 301 , Fort -worth, Texas. Please contact Marisa Conlin at (817) 392-8779 for assistance . The major work will consist of the (approximate) following: The complete installation of traffic signals with poles, mast arms, pole foundations, conduit, and detection systems at the locations listed above. Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders . Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . For additional information , please contact Marisa Conlin, P.E. Project Manager, TPW Department at (817) 392-8779 or by email : Marisa .Conlin@fortworthgov.org. A pre-bid conference will be held on Thursday, July 8, 2010 at 10:00 a.m., at the James Avenue Service Center which is at 5001 James Avenue , Suite 301, Fort Worth, Texas. Bidders are encouraged to review the specifications prior to the pre-bid conference . Advertising Dates: June 24 , 2010 July 1, 2010 Rev 2-2-10_ TPW NB-1 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent {5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (IO) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4 . AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6 . WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, 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, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor 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. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7 . FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days ofreceipt ofnotice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily lnjury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13-09 9 . .ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. • Certificates of insurance shall be delivered to the City ofFort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 1. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. · 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Rev 3-13-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any 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 facts ( other than a negligent misrepresentation) and/or commission of 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 statements. Further, any such misrepresentation facts (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 of not less that three (3) years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder . The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration ofninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions: Rev 3-13-09 Certain 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 worker's compensation insurance coverage for the person's or entity's employees 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, owner-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 toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, offic e supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of classification 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 serv ices 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, of any change that materially affects the provision of coverage of any person providing services on the project. h . The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, 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: (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 from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) 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; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring 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 (7) 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. Rev 3-13-09 J 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 the appropriate insurance carrier or, in the case ofa 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. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B . 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 Compensation 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" 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 identity of their employer or status as an employee". Contact the Texas Workers ' Compensation Commission 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". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing 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 person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person 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. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. ' g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. Rev 3-13-09 PARTB M/WBEFORMS PROPOSAL VENDOR COMPLIANCE TO ST ATE LAW DuRABLE SPECIAL TIES, INC. P.O. BOX 535969 • GRAND PRAIRIE. TX 75053-5969 • PHONE 1 -972-296-6324 • FAX 1-972-780-7411 TRANSMITTAL LETTER TO : CITY OF FORT WORTH M/WBE OFFICE 1000 THROCKMORTON STREET FORT WORTH , TX 76102 DATE: 8/3/2010 ATTN : MINORITY/WOMEN BUSINESS ENTERPRISE SUBJECT: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS TO BE DETERMINED ORIGINAL 1 REMARKS: DATE DESCRIPTION 8/3/2010 SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM ----------------------------- .___ _ __.!FOR SIGNATURE ,__ __ _.I RETURN 1 COPY ,___X _ _.!AS REQUESTED !FOR APPROVAL ...__ __ - .___ __ -!FOR YOUR ACTION CAROL ANN RICHTER, DURABLE SPECIAL TIES INC ...__ __ -!RETURN OVER PAYMENT DuRABLE SPECIALTIES, INC. TO : CITY OF FT. WORTH 5001 JAMES AVE ., #301 FT . WORTH , TEXAS 76115 ATTN : MARISA CONLIN TRANSMITTAL LETTER DATE: OSI#: 031 9/8/2010 PROJECT: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS TO BE DETERMINED COPIES DATE DESCRIPTION 1 9/8/2010 SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM REMARKS : HAVE A GREAT DAY!! THANKS, MELISSA !FOR SIGNATURE ~--~ .__ __ ~!RETURN 1 COPY ~-X-~!AS REQUESTED ~--~!FOR APPROVAL ~--~!FOR YOUR FILES '----~!FOR BONDING P. 0 . BOX 535969 • GRAND PRAIRIE, TX 75053-5969 • PHONE 1-972-296-6324 • FAX 1-972-780-7 411 FORT WORTH ----.....,..--- PRIME COMPANY NAME : /B % ATTACHMENT 1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form Check applicable block to describe prime M/W/DBE NON-M/W/DBE BID DATE ,-aci -,o Prime's M/WBE Project Utilization : PROJECT NUMBER e, % Tf W l"S ~DID OC03o Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and rece ived 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 geograph ic area of Tarrant , Parker , Johnson , Coll in, 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 1 st 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 or doing bus iness at the time of bid open ing within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Centra l Texas Regional Certificat ion 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 ope rates 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-ope rato rs, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only rece ive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 FoRTWORTH --...,.--- ATTACHMENT 1A Page 2 of 4 Primes a re required t o identify ALL subcont ractors/supp li ers, rega rdless of status ; i.e ., Minority , Women and non-M/WBEs . Please li st M/WBE firms first , use add itio nal sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D w R 0 B E E C T E A v P~\es j~\5 Po6~ 'dD44 'P-e c;frkm Jljn:t\s 'B,.r k)on ;-nr 1lDlfTl. ;,l)tlt\ \ J ~stClrm ~~lizev t 15 , do1. '::D Ptd ~h 611.t-1oi, k.:69 <on-ct ~s-4'r1q b\edr1~ 6ro1.o-c~ ffio«ct mw 5tr, r·1~ lLC, Vavement /3o I '5. {)1£ ~'~ (Wit«,~ 1 ~,C,54 . 13 111£€ ,1¥· 1'515 \ ·v Cf re 8alP 453D l5t,tmm·,t f\-fd(I(. £\f--ltic~) fo B~ B4~3L\S U)n\~r)U1t~ T\)D \)7.\\eo~-1'5~B4 \ { &J\4-351-100) 6.rw.;r £\ee:tr\CCA \ Gt~. oc:6\4\b (,oM~nen-ts J\)\) 1)0. \u. 1H\t .1L lRUY3fs \ v J\L\-33)-L\'l\~ l}.( r\~ -\\o.te G\ec\t\c.a\ £\Ee1'(\(~ \ 1)1) f'}r1' 5 ~\)541 Co~ntn-rs ,oD \)O-\\0.) ~. '1':J 3~ l "' Rev . 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppl iers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ATTACHMENT 1A Page 4 of 4 1 IB. H.Q \ . Lo3 I 5d., ooo . OD TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ )loD\ lLP l. L?3 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 delet ion 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 Offerer 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 Offerer 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 Offerer and barred from participating in City work for a period of time not less than one ( 1) year. Authorized Signature Printed Signature Contact Name/Title (if different) q1;)-~w -loalf /CJ7J,-7 Bff 1411 Telephone and/or Fax ' Address E-mail Address GY aO(,\ Wrur 1e ;JK . 1 SD53-5%8 City/State/Zip C1~1~r'lD Date Rev. 5/30/03 DuRABLE SPECIALTIES, INC. TO : CITY OF FT. WORTH 5001 JAMES AVE ., #301 FT. WORTH , TEXAS 76115 ATIN : MARISA CONLIN Received By Business Support Group Brandy Crane SEP 2 9 2010 TRANSMITI AL LETIER DATE : OSI#: 031 9/23/2010 RECEIVED SEP 2 4 2010 TRAFFIC SERVICES PROJECT: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS COPIES DATE DESCRIPTION 1 9/23/2010 SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM REMARKS: HAVE A GREAT DAY!! THANKS , MELISSA .____ _ __.!FOR SIGNATURE ! RETURN 1 COPY '-----~ X !AS REQUESTED .____ _ __.I FOR APPROVAL .____ _ __.I FOR YOUR FILES !FOR BONDING '-----~ P. 0 . BOX 535969 • GRAND PRAIRIE , TX 75053-5969 • PHONE 1-972 -296-6324 • FA X 1-972-780-7 4 1 1 FORT WORTH ~ City's M/WBE Project Goal: \OD % ATIACHMENT1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form Check applicable block to describe prime M/W/DBE NON-M/W/DBE BID DATE ,-aq-lD Prime's M/WBE Project Utilization : PROJECT NUMBER 18 % 1?\r\l 15 OID OD03D 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 , exc lusive of bid open ing 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 conside ration of disqua lification 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 , Co lli n, Dallas , Denton , Ell is , 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 1st tier, a payment by a subcontractor to its supplier is considered 2 nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing bus iness at the time of bid open ing w ithin the Marketplace , that have been determ ined 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 Bus iness 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 , includ ing M/WBE owner-ope rators , and receive 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 agreement. Rev . 5/30/03 � rM � � rF I�I � � � � � � � � � w FORTWORTH --....,.....- ATIACHMENT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non -M/WBEs . Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Jv Sates ~~\5 10~-ao~ ~.ec e;,-l'ric,1.n 3\iro\.s ~,\e~D ~.'l~f)-Jljj~ y fnas,t~rn ~ a\izff ~ lOBrx:o.oD \ ~-ed ~u~ BlAm A~l) 811-q@ L\C1'fl 8-ec-\ric~I t\(011.11!.\ ~01<'.S ~Vfut t\fcw ·1c E) e c:\T1 cet) ?o B~ B llB ~L\S eo~uns w \lo5;Th . l ':>dBl\ v 1bb c)_ \L\ -357-JC:00 \ Ir kJfCMr\~ E; )e ct(1 c~ \ .Dept. tJ JqCD \l{\Otif\Q 1-rl ~ ) J ~nent=> ,ED 81L\-~-L.Vl\4 ?~(r,,h -\\ave [\ec-tr,ca\ E\ec--tf1cCt \ 7D {?OK 5~D 1Yl'7 Lo l\0;11¥. ,~__j_p 1 v wmprenb 10D Rev . 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 /05,0cD .OD :Ql 000.CLJ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ l loOI ODD . ci) The Contractor will not make additions , deletions, or substitut ions t o 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 t he final compliance determination. By affixing a signature to this form , the Offerer 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 w ith the bid. The Offerer 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 Offerer and barred from participat ing in City work for a period of time not less than one (1) year. ~ WW'.v fufu Authorized Signature Printed Signature Title Contact Name/Title (if different) Cf 1~-tll(o -(a5 a 4 /q1J-'7ED -7--f ( I ' Telephone and/or Fax Company Name Tu :Oox Ti5CfuR Address 60 nd ?tmei e 1k. --rSd53-5f01 City/State/Zip I Date Rev. 5/30/03 ;, TRANSPORTATION AND PUBLIC WORKS BUSINESS SUPPORT DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time 08 -0 4 -lO AOS :50 RCV D Bid Date: ____ -; __ . ,;)_9 ___ -_;J_o ___ / __ rf ______ _ Project Manager:------------------ Forms Submitted By Forms Received By: DuRABLE SPECIALTIES, INC. TO: CITY OF FT . WORTH 5001 JAMES AVE ., #301 FT . WORTH , TEXAS 76115 ATTN : MARISA CONLIN TRANSMITTAL LETTER DATE : OSI#: 031 9/8/2010 PROJECT: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS TO BE DETERMINED COPIES DATE DESCRIPTION 1 9/8/2010 SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM REMARKS : HAVE A GREAT DAY!! THANKS, MELISSA ~-~!FOR SIGNATURE ! RETURN 1 COPY ~-~ X !AS REQUESTED ~-~ .___~!FOR APPROVAL .__ _ __.!FOR YOUR FILES ~-~!FOR BONDING P. 0 . BOX 535969 • GRAND PRAIRIE , TX 75053 -5969 • PHONE 1-972-296-6324 • FAX 1 -972 -780 -7 41 1 FORT WORTH ~ PRIME COMPANY NAME: JB % City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of 4 Check applicable block to describe prime MIW/OBE NON-M/W/DBE Prime's MIWBE Project Utilization: PROJECT NUMBER e, % 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 Offerer 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 pro:iect 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 200 tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or 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 receive 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 bv the M/WBE as outlined in the lease aareement. Rev . 5/30/03 r I FORT WORTH ~ ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X M Subcontracting Wori< Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A J p ::O\e.5 'r\5 Poe~ 'dD4'l 'P{ ttio.n "J)y-'a\S ~(\{)On ;1)".1lDtfn. ~l\ " ()'¥..starm Slctlxilizer $ ~5, a o,. '::D \ Ptd ~h 131l tfvn /r:J5 9 511 ~ ct cl)-lff""19 /;lec-tri~ 6ro1o·c~ ffioact ~r5t(1pi~ ill rva~ement /3o I '5. (Yl& WI'~ rwr~ 1~,Cl54.l3 lfl,te .~. 1'7lY ' -v q03-8~(.,-tf 5.3() lS,,..rmn·,t £\ic-Y-(, t\e4nc~, 'fo B01-B4~34S uw,\~{n\-~ TtD \)>.\\o,~. l'SJ~ \ { &>\4-35'1~ ltID 6.rw~r £\ec:tr\m \ Gt'*. oa3\4\b C,oMpn~n1s l)o.\c(\\ri ,1L um~ \ v J~b cx\t\-3?D· L\'1\l\ i( r\~ -\\(AH ~\ectrKa\ £\e£;\'{1(~ \ ~l) ~ 5\6\)5t\'1 (o~nlffiS ,oD f)o. \\o.~~. ~'f;3':JD l '1 Rev. 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ATIACHMENT 1A Page 4 of 4 'I IB. \w \. LP3 I 5d\ ooo . DD TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ ) LoD, 1(2 l. G3 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 Offerer 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/OBE(s) on th is contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the cont ract 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 Offerer and barred from participating in City work for a period of time not less than one ( 1) year . Authorized Signature Printed Signature Contact Name/Title (if different) qr;;)-R1w-lr5alf /CJ7Ji-7BD-141 / Telephone and/or Fax 1 Company Name 1>Q P2tt 5339\o9 Address E-mail Address Gre1oc\ Qf0itlf 1:J'K. 1SD53-5qlf1 City/State/Zip ct~B--)D Date Rev . 5/30/03 FORTW"ORTH •• 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 licable. 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/WSE PROJECT GOALS The City's M/WBE goal on this project is _ ..... / .... 8 ___ % 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. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the followin for the entire bid to be considered responsive to the specifications . ,-:,, ,·;; '.jft~l:;""'.\'lic,'-''"'"' ';-S.t' 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated oal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE artici ation : 4. Prime Contractor Waiver Form, if you will erforrn all subcontractin su lier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed oal. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 p.m ., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 p.m ., five (5) City business days after the bid o enin date , exclusive of the bid o enin date. received by 5:00 p .m ., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. FAILURE TO COMPL y WITH THE CITY'S M/WBE ORDINANCE, W!LL RESULT,~ THE em BE!NG CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the Mi'WBE Office at (817) 392-6104. Rev. I 1/1/05 ATIACHMENT 1A Page 1 of 4 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime M/W/DBE NON-M/W/DBE BID DATE 7-)q. 20 / {J Prime's M/WBE Project Utilization: PROJECT NUMBER % g % '-------'--"'---------~----..,_ S )0 /0 {)003rJ 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 Offerer 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 marketpla.ce 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 1st 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 or 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 receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receiv e cred it for the / I fees and commissions earned by the M/WBE as outlined in the lease agreement. Oou C l '>n f r,."" ATTACHMENT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MMJBEs . Please list MNJBE firms first, use additional sheets if necessary . SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax J p LU_n PO &-p io41-{ Certification 0 (check one) n N T N T I e M W C X M r B B T D W E E R O B C T E A v' ~ TX ? GOC/1-)0l/lf g /'7 '1 JS '49'70 I . ... ._ ~~Lll 130/ 1 fM C~ ~ T'J.15!5s1 c,03 32t; L/Sa o ~lti\klv fr:r&,"/J VI &34 S /J~ ,)( '?5 ~8 '-1 1.14 35'? 1000 ~)3/t/00 p ~v 1 L ;0038 ?./4330 41/4 p~~dd~ r o f3.c;-µ 5 ;a s4 1 1 (.)~ TY. 1535& J v I J I J Detail Subcontracting Work Detail Supplies Purchased 1 , : .. _ \lt.:,. ~~~-a Dollar Amount ~Ov'lNv ~11 !!.~:. ~~-l{JgS 1 155.o o ~ ,B tJ ~ ~ TBD -. J ~ T/30 ·. I FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ ATTACHMENT 1A Page 4 of 4 215 1 Oh3 .J.5 Total Dollar Amount of Non-M/WBE Subcontractors/Suppl~ $ JL/4 ~GO.Q() TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 3 SC/ 3 ')3 _JS ( 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 Offerer further agrees to provide, directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors, including MNV/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and fries 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 Offerer and barred from participating in City work for a period of time not less than one ( 1) year. Authorized Signature Printed Signature Iveaso v't:r Contact Name/Title (if different) Title c~4u~~~k Address ~j f µM}\,Lu T)( 15053· 596q City/State/Zip 8 -3 20 /0 Date TO: The Purchasing Department City of Fort Worth, Texas PROPOSAL Fort Worth, Texas FOR: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES ATV ARIOUS LOCATIONS CITY WIDE City Project No.: TPW-TS-2010-00030 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. Ifrequired by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITY WIDE Item No. Record No. Description of Items Unit Quantity Unit Cost Total Cost 1 810-00377 Cable-Num 8 AWG-Stranded-Bare -Install LF 9195 $ '·"o $ </19S.oD 2 810-00380 Cable-Num 8 XHHW BLACK -Install LF 5505 $ /,oo $ ss-05 ,00 3 810-00381 Cable-Num 8 XHHW WHITE -Install LF 5505 $ /,00 $ ss--os-.oo 4 810-00423 Curb & Gutter -Install LF 1620 $ 2S', cX> $ '-losco.oo 5 810-00424 Curb & Gutter -Remove LF 2205 $ $,(:)() $ Jl.02~.oo 6 810-00427 Median -Install SF 330 $ JPi.oo $ 'i'91./() 00 7 810-00428 Median-Brick -Install SF 318 $ 8.oo $ 254'l ,CO Pavement Marking-12 Inch-Crosswalk Line-Wh ite 8 810-00431 -Install LF . 4175 $ J.00 $ ilSZG.CO Pavement Marking-Lane Markers Type 11-AA-4 - 4,0D 9 810-00433 Install EA 415 $ $ Jf;ld)' co Pavement Marking-Lane Markers Type 11-CR-4 -~.oo 10 810-00434 Install EA 720 $ $ 2,SBO.DO Pavement Marking-Lane Markers Type W-4 - 3 ,()() S:370.CO 11 810-00435 Install EA 1790 $ $ Pavement Marking-Lane Markers Type Y-4 - '{290.00 12 810-00436 Install EA 1430 $ 3 .CO $ Pavement Marking-Stop Bar-Wh ite-18 Inch - 'L/.tJO 13 810 -00438 Install LF 880 $ $ 3,'i'2.<:. .CD Pavement Marking-Themoplastic Pavement 4110,DO 14 810-00440 Striping -Install LF 4990 $ /,OD $ 15 810-00453 Pavement-a Inch Concrete -Install SY 525 $ Bs-.c::o $ 1./L/ t&,2.',, DO 16 810-00457 Pavement-Concrete -Remove SY 235 $ ~o.oo $ 9':I Cl). f"f) 17 810-00465 Pavement-Paver On Concrete Base -Install SF 400 $ 30,0() $ / l J".,{j{), nD 18 810-00466 Pavement-Paver On Concrete Base -Remove SF 500 $ /0,00 $ 5'. cco. f".l"l 19 810-00528 Walk -Install SF 3930 $ q ,()/) $ 3.:;,.310.00 20 810-00529 Walk -Remove SF 8450 $ t..00 $ /lc/100.00 21 810-00533 Walk-ADA Wheelchair Ramp -Remove SF 2810 $ 7 /7() $ '5"'620 .00 22 810-00544 Fill Material-Flowable Fill -Install CY 120 $ /)(),00 $ !Bicoo .co 23 810-00967 Light-Concrete Foundation Type 1, 2 & 4 -Install EA 11 $ 775'.00 $ 8.S-25,00 24 810-00969 Light-Concrete Foundation Type 7 -Install EA 5 $ lc,S-0 .00 $ 325'(),00 Light-Salvage Existing Street Light Equipment - 25 810-00973 Remove EA 10 $ /C(),00 $ /.CCO . Ov Pavement Marking-Lane Legend Preformed $ I 31 2cXl . oo 26 BID-01007 Polymer Tape -Install EA 44 $ J,LJ,() 100 Pavement Marking-Raised Pavement Markings - 27 810-01008 Remove LF 11535 $ D.SO $ .576 7,5"0 28 810-01052 Siqnal-Cabinet Concrete Foundation -Install EA 11 $ 2.J CO , 00 $ z;, loo.CD 29 810-01054 Signal-Concrete Foundation Type 1 -Install EA 10 $ 7{)().C{) $ ttJm, {)0 30 810-01055 Signal-Concrete Foundation Type 2 -Install EA 5$ ffio .DO $ 'l.l':>-0 • 00 31 810-01056 Signal-Concrete Foundation Type 3 -Install EA 21 $ /?l!),00 $ 3-1. ttoo .oo 32 810-01057 Signal-Concrete Foundation Type 4 -Install EA 18 $ 2t.1m .oo $ L/3 ~o .oo 33 810-01058 Signal-Concrete Foundation Type 5 -Install EA 10 $ zsm .oo $ zs.~.oc 34 810-01059 Signal-Electrical Service -Install (wood pole) EA 3 $ /J.!JO ,CO $ 'JI-IV) co Signal-International Pedestrian Signal Type P - $ Li'/,CCO • co 35 810-01060 Install EA 88 $ -~CO.DO 36 810-01061 Signal-Loop Detector Saw Cut -Install EA 20 $ ilCO,CO $ 2'-1 ow 00 37 810-01062 Signal-Mast Arm Stabilizer -Install EA 28 $ 2..'>°, ~o $ 7C0,~0 38 BID-01064 Signal-Mobilization -ServiceCS EA 14 $ ,<t,t).0 $35' roo.oo 39 810-01066 Signal-Pedestal Service -Install EA 11 $ /5"00,CO $ ib, s-co. co Item No. 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITY WIDE Record No. Description of Items Unit Quantity Unit Cost Total Cost Signal-Pedestrian Pushbutton & Sign Assembly - 810-01067 Install EA 88 $ 21.tD ,DO $ 21 1 1w.ro Signal-Signal Head 3 Section Type A, Type B - 810-01069 Install EA 113 $ /IC(),00 $/ZL/, JxX>. 00 Signal-Signal Head 4 Section Type C, Type D - 810-01070 Install EA 10 $ /'/ti)' CX> $ i 'ii ca), ro Signal-Signal Head 5 Section House Head Type E 810-01071 -Install EA 16 $ /tl)0,00 $ L >,1,00. 00 Signal-Signal Head 5 Section Vertical Head Type 810-01072 F -Install EA 5 $ Jl:Jlr:.CO $ $ll5.00 810-01073 Siqnal-Span Wire 5/16 Inch -Install LF 1500 $ z. ,()0 $ 3000,0CJ 810-01074 Siqnal-Tether Cable 3/16 Inch -Install LS 2500 $ 2.00 $ 5/JCr\. 00 Signal-Traffic Signal Miscellaneous (Testing, etc.) 810-01076 -Install LS 14 $ /[d),00 $ It/. cco. cO 810-01085 Siqnal-Wood Pole -Install EA 16 $ 12'70,0D $ Z D ,COC>. CO 810-01109 Conduit-2 Inch-Rigid Metal -Install LF 310 $ f b,t11'J $ l/9,D .OO 810-01111 Conduit-3 Inch-Bore-Sch 40 -Install LF 6040 $ /Boo $/CB 720.00 810-01112 Conduit-2 Inch-Bore-Sch 40 -Install LF 1890 $ /6,00 $ .361240 .co Electrical Ground Box with Lid and Apron -Large 810-01115 -Install EA 31 $ W).00 $ 20,""°. en Electrical Ground Box with Lid and Apron -Small 810-01116 -Install EA 79 $ 6t/0,0D $ 5'6.,560,CO Walk-ADA Wheelchair Ramp -Install (with 810-01227 detectable warning dome-tile surface) EA 60 $ /Zlt).00 $ 721 CtX>. 00 Signal-16 Ft Mast Arm-item provided by City - 810-01229 Install EA 1 $ t/'i0,00 $ 45'0.CCJ Signal-170E Controller/Cabinet Pole-Mnt-item 810-01230 provided by City -Install EA 3 $ ZZCD .00 $ i,oo. oo Signal-170E Controller/Cabinet Grnd-Mnt-item 810-01231 provided by City -Install EA 11 $ 2,5C().C(') $ l75co.oo Signal-20 Ft Mast Arm-item provided by City - 810-01232 Install EA 4$ fi60,D0 $ 2000.00 Signal-24 Ft Mast Arm-item provided by City - fiCb.00 810-01233 Install EA 2$ $ /COO.DO Signal-28 Ft Mast Arm-item provided by City - 810-01234 Install EA 4$ f;C().()0 $ z.oco , 00 Signal-32 Ft Mast Arm-item provided by City -c;co.oo 810-01235 Install EA 4$ $ 2tXXJ,CO Signal-36 Ft Mast Arm-item provided by City- 810-01236 Install EA 5$ 5'()(),DC $ zsoo.co Signal-40 Ft Mast Arm-item provided by City - ~/)(),CO 810-01237 Install EA 4$ $ 2.CCf) f [;{j Signal-44 Ft Mast Arm-item provided by City - fOO .OD Lf5'CO .OO 810-01238 Install EA 9$ $ Signal-48 Ft Mast Arm-item provided by City - J~C0 .00 810-01239 Install EA 3$ !i(f).oo $ Signal-52 Ft Mast Arm-item provided by City - 810-01240 Install EA 2$ S{))(X) $ /OC0.00 Signal-56 Ft Mast Arm-item provided by City - (;CD.OD 3.fl)0,00 810-01241 Install EA 6$ $ . I Item No. 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITY WIDE Record No. Description of Items Unit Quantity Unit Cost Total Cost Signal -60 Ft Mast Arm -item provided by City - 6/J0.00 /200,CO BID-01242 Install EA 2$ $ Signal-8 Ft Street Light Assembly-item prov ided 4.ZCC..00 BID-01243 by City-Install EA 42 $ /to.00 $ Signal-Coax Cable RG-11-item provided by City- ?l/j,f)O ~'Vi.CO BID-01244 Install LS 1 $ $ Signal-Type 41 Signal Pole-item prov ided by City t;oo.oo 9CCO.CD BID-01246 -Install EA 18 $ $ Signal-Type 42 S ignal Pole-item provided by City- BID-01247 Install EA 3$ 500.fX $ IS-00,CO Signal-Type 43 Signal Pole-item provided by C ity BID-01248 -Install EA 15 $ 5"()0.()0 $ 7,S"C0.00 Signal-Type 44 Signal Pole-item provided by City- /f)(X),00 BID-01249 Install EA 2$ t;ct>.00 $ Signal-Type 45 Signal Pole-i tem provided by City 3S-CO.OO BID-01250 -Install EA 7$ ~C(),O{) $ Signal-Type 46 Signal Pole-item provided by C ity- 5"(X).OO JCCO .CO BID-01251 Install EA 2$ $ · Signal-Type 8 Signal Pole-item provided by City- BID-01252 Install EA 5$ ~00,00 $ Z5CO,OO Signal-Radar Detection System-item provided by . BID-01257 City-Install LS 10 $ 9Yt ()O $ S:CCO , 00 BID -01258 Cable-Num 6 XHHW BLACK -Install LF 4830 $ /,00 $ 2.J ~30 .tX) BID -01259 Cable-Num 6 XHHW WHITE -Install LF 2415 $ /.no $ :i.41S".oo BID-01260 Cable-Num 6 Triplex -Install LF 1455 $ 2.,DO $ 2.C}J0 ,00 Cable-Num 14-20 Conductor Stranded Cable - BID-01261 Install LF 9980 $ J ,CO $ zt:t, qli .oo BID-01262 Conduit-3 Inch-Open Cut-Sch 40 -Install LF 850 $ CJ,00 $ 7£.S'°C,. 00 BID-01263 Conduit-2 Inch-Open Cut-Sch 40 -Install LF 2445 $ 7 ,CO $ i1, ~IS ,oO NA Pavement Marking-Stop Bar -Remove LF 1610 $ J,00 $ /1,../() .co NA Pavement Marking-Crosswalk -Remove LF 1425 $ J,m $ I.L/Z5.D0 NA Pavement Marking-Solid Line -Remove LF 1480 $ /,nn $ /'180.00 NA Pavement Marking-Lane Legend -Remove EA 40 $ //,DD $ 'l"ID, DO Pavement Marking-Stop Bar-Wh ite-24 Inch - NA Install LF 880 $ 7,00 $ ~lfcO ,CO Sign-Large-Overhead Mount-item provided by the NA C ity -Install EA 48 $ ;rs.co $ Pl ti 0, CO Sign -Medium -Ground Mount-item provided by the 211;.()D NA City -Install EA 64 $ $ 17,/;CO,CO Signal-Solar Powered Flashing Beacon Mast Arm NA Assembly-item provided by the City -Install EA 2 $ 2500,()() $ S"t>tt>. co Signal-A/C Flashing Beacon Mast Arm Assembly- NA item provided by the City -Install EA 4 $ Ziit0.()0 $ /CJ, txO I ()0 Signal-Salvage Existing Traffic Signal System - 1 $ t-f'l?i ,~O $ J/l"/99 ,5'0 NA Remove EA Signal-Opticom Cable and Detectors Assembly- J!)C(),t}O $ Jt£rx;o.c0 NA item provided by City-Install EA 14 $ Signal-Video Imaging Vehicle Detection System- NA item provided by City-Install EA 4$ 2rt().{}0 $ /{),{)CO' co Item No. 97 98 99 100 101 102 103 104 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITYWIDE Record No. Description of Items Unit Quantity Unit Cost Total Cost Signal-10 Ft Pedestal Pole Assembly-item NA provided by City -Install EA 5$ s-00,00 $ 2S"OO.OO Signal-14 Ft Pedestal Pole Assembly-item NA provided by City -Install EA 5$ h(X).oo $ 3,000,00 NA Median-Brick -Remove SF 730 $ 7,0D $ S-.//0. 00 Light-Ornamental Pole & Fixture-item provided by NA the City-Install EA 16 $ 5CD.oo $ BQ!O,DO NA Cable-4 Conductor# 18 Shielded Cable -Install LF 10490 $ /.CO $ /0,19D.CD NA Cable-Num 4 Insulated Stranded THHW -Install LF 1000 $ 2,00 $ ZCCD 00 Cable-Num 14-8 Conductor Stranded Cable - NA Install LF 318 $ 2,50 $ 7c,r;.co Cable-Num 14-16 Conductor Stranded Cable - ~t;IX),c[) NA Install LF 1500 $ J,OD $ TOTAL BID: $I 3S8,a'LJ. l0 Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Te x as , in the event the contract and bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work 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. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of Jf: 11 S a. Nonresident bidders in the State of , our principal place of business , are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. b . Nonresident bidders in the State of , our principal place of business , are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Tex as . Receipt is acknowledged of the following addenda: Addendum No. 1: ~! e ~ Addendum No. 2: __[tJi ~vV/ Addendum No. 3: ---------- By: Title: Pre si dent Addend um No. 4: ----------Addend um No. 5: ----------Addend um No. 6: Company: Dvro.JtJ(e, .~~cJhes I }nc . ---------- Address : Po P!J X S3£961 -... :. ... Gra,qJ Prai6e , Tx 7~0f;,3 j 7-2-9-/0 [ Affix -cz}rporati; Scitl ! . ' . . Date: . ."/ . -- ·----- CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TRAFFIC SERVICES DIVISION ADDENDUM NO. I to the Specifications & Contract Documents For 2010 SIGNAL GRANT TASK ORDER CONSTRUCITON SERVICES AT VARIOUS LOCATIONS TO BE DETERMINED TPW-TS-2010-00030 Addendum N o. 1 Issued: July 13 , 2010 Prospective Bidders are hereby notified of the following revisions : 1. The Bid Submittal and Bid Openin g date as shown on both the NOTIC E TO BIDDERS is hereb y revi sed to July 29, 2010 . This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced Project and modifies the original Specifications & Contract Documents of the same . Acknowledge your receipt of this Addendum N o . 1 by completing the requested information at the following locations: (1) In the space provided below (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt of this Addendum N o. 1 could cause the subject bidder to be considered "NONRESPON SIVE", resulting in disqualification. UM NO. 1 ACKNOWLEDGEMEN T: v_,.., c;.J-J_,, A ddendum N o.I Page 1 7/27/2 010 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TRAFFIC SERVICES DIVISION ADDENDUM NO. 2 to the Specifications & Contract Documents For 2010 SIGNAL GRANT TASK ORDER CONSTRUCITON SERVICES AT VARIOUS LOCATIONS TO BE DETERMINED TPW-TS-2010-00030 Addendum No. 2 Issued : July 14 , 20 I 0 Prospective Bidders are hereby notified of the following revisions: 1. Proposal -20 IO Signal Grant Task Order Construction Services at Various Locations to be Determined Description of Items (p. B-15) Remove the existing line item 39 and replace with the following : Signal-Pedestal Service-item provided by the City 39 NA -Install EA 2. Special Provisions for Street and Strom Drain Improvements -Item 2. Award of Contract (p. SP-4) Remove the existing item description and replace with the following : AW ARD OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder. The City Engineer reserves the right to evaluate and recommend to the City Council the best bid , which is considered to be in the best interest of the City. The contract will be awarded to the lowest responsive and responsible bidder. Total quantities given in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $600,000 shall be awarded with the final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be no limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City but will in no case exceed $600,000 including all change orders. 3. Special Provisions for Street and Strom Drain Improvements -Item 8. PAYMENT (p. SP-5) Remove the existing item description and replace with the following: PAYMENT: Whenever the improvements prescribed by an individual Work Order have been completed , the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will , within a reasonable time , perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer wi II recommend acceptance of the work under that particular Work Order and recommend payment therefore. Addendum No .2 Page 1 7/15 /2010 If the Engineer finds that the work has not been completed as required , he or she shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition . When the Contractor has corrected all such items , he or she shall again notify the Engineer that the improvements are ready for inspection , and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Contractor as soon as the necessary measurements , computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Owner, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City , certifying that all persons, firms, associations , corporations , or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid , and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements ofthe1GC n&ct Documents which specifically continue thereafter. Bidder's Initials ---=--~----- 4. Special Provisions for Street and Strom Drain improvements -Item 87. BID QUANTITIES (p. SP-48) Insert item and description: BID QUA TITIES: Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 5. Special Provisions for Street and Strom Drain Improvements -Item 88 . NON-EXCLUSIVE CONTRACT (p. SP-48) Insert item and description: NON-EXCLUSIVE CONTRACT: This contract is non-exclusive . During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work . If a second contract is awarded , the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. 6 . Special Provisions for Street and Strom Drain Improvements -Item 89 . DETERMINATION AND INITIATION OF WORK (p. SP-48) Insert item and description: DETERMINATION AND INITIAITON OF WORK : The Engineer shall determine and designate to the Contractor the location of the traffic signal and street light work by a Work Order together with a layout for each intersection including but not limited to existing, removal , street light, traffic signal , signs and markings, and ramp layouts. The Engineer will notify the Contractor that a Work Order is ready and e-mail the Contractor a copy of the Work Order notification . The Contractor is to provide his e-mail address to the Engineer at the pre-construction conference . Single or several Work Orders may be issued at one time. The Contractor shall initiate work on an improvement within ten (I 0) calendar days of the date the Work Addendum No.2 Page 2 7/15 /2010 Order is emailed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete th e Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified , he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. 7 . Special Provisions for Street and Strom Drain Improvements -Item 90. WORK ORDER COMPLETION TIME (p . SP-48) Insert item and description : WORK ORDER COMPLETION TIM E: Should the contractor fail to complete an individual work order in the given amount of days as specified on each individual work order, liquidated damage charges will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per day of time exceeding the specified amount. The time of completion of each individual work order is an essential element of this contract. Each work order issued will have the maximum allowed number of days allowed for the completion of that specific work. The number of days specified will generally be as follows: 60 calendar days for recon structed signals and 50 calendar days for new signal installations or temporary signal installations will be allowed for the Construction oflndividual Work Orders. 8. Special Provi s ions for Street and Strom Drain Improvements -Item 91. OPTION TO RENEW (p. SP- 48) Insert item and de sc ription : OPTION TO RENE W: The City has the right to renew this contract for two (2) renewals of $600,000 under the same terms , conditions , and unit prices . The City shall give at least thirty (30) days notice prior to the expiration of contract days from the date of execution of this contract or of an option period or a like notice at such time as there is less than $ I 00 ,000 left unexpended. This Addendum No. 2, forms part of the Specifications & Contract Documents for the above referenced Project and modifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this Addendum No . 2 by completing the requested information at the following locations: In the space provided below (1) (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" ~~(... ~ </(/3 Failure to acknowledge the receipt of this Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. ADDENDUM NO. 2 ACKNOWLEDGEMENT: Al>?) twt.Z.. Addendum N o.2 Page 3 7/15 /2010 Addendum No.2 Page 4 7/15 /2010 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that , in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached . Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas.~ BIDDER: D,, cab le Sfeciulh e5 1 Inc , Company By: __ J_· _e _~-ii-~:--~e-prc_i~t-) _B~c-_y_a._(\ __ Address Graod P Cl~ri e ,Tx. ]5"05) C ity/State/Zip ' Title : pce.sj J€Jlt -----~--------(PI ease print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION J PARTC GENERAL CONDITIONS See city of Fort Worth Standard Specifications For Street and Storm Drain Construction . PARTD SPECIAL PROVISIONS WAGE RATES ENFORCEMENT OF PREVAILING WAGE RATES SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP-4 2. AWARD OF CONTRACT .......................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE ..................................................................... SP-4 4. EXAMINATION OF SITE .......................................................................................... SP-4 5. BID SUBMITTAL ....................................................................................................... SP-4 6. WATER FOR CONSTRUCTION ............................................................................... SP-5 7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-5 8. PAYMENT ................................................................................................................. SP-5 9. SUBSIDIARY WORK ................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RATES .......................................................................................................... SP-5 12. EXISTING UTILITIES ................................................................................................ SP-6 13. PARKWAY CONSTRUCTION ................................................................................... SP-7 14. MATERIAL STORAGE .............................................................................................. SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-7 16. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7 18. EQUAL EMPLOYMENT PROVISIONS ..................................................................... SP-8 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-8 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-13 24. WORK ORDER DELAY ........................................................................................... SP-13 25. CALENDAR DAYS .................................................................................................. SP-13 26. RIGHT TO ABANDON ............................................................................................. SP-13 27 . CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13 28. MAINTENANCE STATEMENT ................................................................................ SP-14 29 . DELAYS ....................................................................................................... SP-14 30. DETOURS AND BARRICADES .............................................................................. SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-14 32 . QUALITY CONTROL TESTING .............................................................................. SP-15 33 . PROPERTY ACCESS ............................................................................................. SP-15 34 . SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36. RIGHT TO AUDIT ................................................................................................... SP-16 37 . CONSTRUCTION STAKES ................................................... SP-17 . 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40 . AIR POLLUTION WATCH DAYS ............................................................................. SP-18 Rev 2-19-10 SP-1 - - - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM -PAVEMENT-UNCLASSIFIED STREET EXCAVATION -REMOVE ... SP-19 42. PAY ITEM -PAVEMENT-NON GREEN CEMENT -INSTALL ............................... SP-19 43. PAY ITEM-CURB -7 INCH -INSTALL ................................................................. SP-20 44. PAY ITEM -RETAINING WALL -INSTALL ............................................................. SP-20 45 . PAY ITEM -CURB -CURB AND GUTTER AS DIRECTED BY INSPECTOR - REPLACE ................................................................................................. SP-20 46 . PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC ............................... SP-20 47. PAY ITEM -PIPE -6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC - INSTALL ................................................................................................. SP-20 48 . PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL ................................ SP-21 49. PAY ITEM -PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED -INSTALL and SUBGRADE -LIME FOR STABILIZATION -INSTALL .......................................... SP-21 50 . PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL ............................................. SP-21 51. PAY ITEMS -WALK-INSTALL , CURB & GUTTER-INSTALL, WALK-ADA WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY-INSTALL ............................ SP-22 52. PAY ITEMS -WALK -REMOVE, CURB & GUTTER -REMOVE, WALK -ADA WHEELCHAIR RAMP -REMOVE , AND DRIVEWAY -REMOVE ........................... SP-23 53 . PAY ITEMS-WALK-STEPS -REMOVE and WALK-STEPS -INSTALL ......... SP-23 54. PAY ITEMS -FENCE -REMOVE and FENCE -INSTALL ..................................... SP-23 55 . PAY ITEM -CURB & GUTTER -7 INCH W/ 18" GUTTER -INSTALL ................... SP-24 56 . PAY ITEMS -MAILBOX-REMOVE and MAILBOX-INSTALL ............................. SP-24 57 . PAY ITEM -FILL MATERIAL-BORROW-INSTALL ............................................. SP-24 58. PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL ....................................... SP-25 59 . PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALLSP-25 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP - INSTALL ................................................................................................. SP-25 61 . PAY ITEM -TRAFFIC CONTROL -INSTALL ......................................................... SP-28 62 . · PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-28 63 . PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR ............................................... SP-29 64. PRE BID ITEM -TOP SOIL -INSTALL. ................................................................... SP-29 65. PRE BID ITEM -VALVE BOX-ADJUSTMENT-SERVICES ................................. SP-29 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES ................................... SP-29 67 . PRE BID ITEM -METER BOX-ADJUSTMENT -SERVICES ................................ SP-30 68 . PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT-INSTALL ....................... SP-30 69 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-34 70. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-38 71 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. ......................................... SP-38 72. NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL ......................... SP-38 73 . NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................ SP-38 74 . NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-38 75 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-39 Rev 2-19-10 SP-2 -76. 77. 78. 79. 80 . 81 . 82 . 83 . 84 . 85 . 86 . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents SCHEDULE TIERS SPECIAL INSTRUCTIONS ............................. : ......................... SP-41 NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-42 NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-42 NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-42 NON-PAY ITEM -WASHED ROCK .......................................................................... SP-43 NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-43 NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................................. SP-43 NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-43 NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-44 NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-44 NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-44 NOTE -CONSUL TANT AND CITY PM, MAKE SURE TOC IS UPDATED TO HAVE ANY ADDED OR DELETED SECTIONS AND THAT THE PAGE NUMBERS MATCH Rev 2-19-10 SP-3 ·-SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS CITY WIDE CITY PROJECT NO .: TPW-TS-2010-00030 1. SCOPE OF WORK : The work covered by these plans and specifications consist of the following: CONSTRUCTION OF TRAFFIC SIGNALS and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit I and Unit II constitute a package. If the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. Note -above paragraph can be deleted, if only one unit is being 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, Design Consultant , and City shall meet at the call of the City for a preconstruction conference before any 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 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 . 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. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law and ALL ADDENDA). Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as . determined by the Director of the Transportation and Public Works Department. Rev 2-19-10 SP-4 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 of 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 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 Rev 2-19-10 SP-5 - - - liiiil - 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 . 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. Rev 2-19-10 SP-6 - - Any damage to utilities and any losses to the utility or 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 Transportation and Public Works Department NOTE -CONSULTANT/CITY PM -VERIFY IF THIS IS AN APPROPRIATE STATEMENT FOR THIS PROJECT. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes . 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 Design Consultant 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 . 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 Design 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 Rev 2-19-10 SP-7 - - 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 w ith 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 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohib iting 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. 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 five (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 comm ission 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 Rev 2-19-10 SP-8 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. 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: Rev 2-19-10 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 . SP-9 - 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 R. OW. 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 restoring the worksite to an orderly 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 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 classification 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. Rev 2-19-10 SP-10 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. 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 : (1) (2) (3) Rev 2-19-10 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; 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; 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; SP-11 - (4) obtain form each other person with whom it contracts , and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) 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; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) 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 serv ices on the project; and (e) 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. j . 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 , crim inal , civil penalties or other civil actions . k. 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. B. 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 Rev 2-19-10 SP -12 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, the substitution must be approved by the City . 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 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. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar 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: Rev 2-19-10 SP-13 STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCT/ON NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2"d Floor, Municipal Build ing, Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. NOTE TO CONSULTANTS AND CITY PM -REFERENCE APPROPRIATE SECTION OF BLUE BOOK OR NCTCOG FOR EVERY PAY ITEM (IN THE PROPOSAL) AND OTHER NON-PAY ITEMS 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 Transportation and Public Works Department and if by him 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 ENGINEER 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 Transportation and Public Works 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. Rev 2-19-10 SP-14 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 Transportation and Public Works, 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 provide 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 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. Rev 2-19-10 SP-15 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 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 the power company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection hav ing 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 provis ions 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 Rev 2-19-10 SP-16 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 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 Rev 2-19-10 SP-17 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 Transportation and Public Works and the Water Department w ill 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 Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Publ ic Works Department 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 Metroplex area , runs from May 1 through OCTOBER 31 , with 6:00 a.m. -10:00 a.m. be ing 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 designated 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 , the calendar days allowed may be adjusted . Rev 2-19-10 SP-18 CONSTRUCTION NOTE TO CONSULTANTS AND CITY PM -AN ITEM FOR EVERY PAY ITEM (IN THE PROPOSAL) SHALL BE INCLUDED IN THIS SECTION, UNLESS THE DESCRIPTION, MATERIALS, CONSTRUCTION METHODS, MEASUREMENT, AND PAYMENT SECTIONS IN THE BLUE BOOK ARE ALL APPLICABLE AND NOTHING NEEDS TO BE CHANGED BY THESE SPECIAL PROVISIONS. DO NOT INCLUDE PAY ITEM SECTIONS FOR ITEMS THAT ARE NOT IN PROPOSAL. 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- 00472): 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 . Removal of existing concrete 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 quant ity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 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 -PAVEMENT-NON GREEN CEMENT-INSTALL (BID-00429): (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. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance " within these Special Provisions . (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. NOTE TO CONSULTANTS AND CITY PM-MAKE SURE THE PROPOSAL INCLUDES THE DEPTH OF PAVEMENT IN INCHES IN THE ITEM DESCRIPTION. IF GREEN CEMENT IS REQUIRED, USE A DIFFERENT STD PAY ITEM. Rev 2-19-10 SP-19 43. PAY ITEM -CURB-7 INCH -INSTALL (BID-00843): 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 . 44. PAY ITEM-RETAINING WALL-INSTALL (BID-00411): 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. 45. PAY ITEM-CURB-CURB & GUTIER AS DIRECTED BY INSPECTOR-REPLACE (810-00844): 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 "CURB -CURB & GUTIER AS DIRECTED BY INSPECTOR -REPLACE" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46 . PAY ITEM -PAVEMENT-TRANSITION -MIN 6 INCH HMAC -INSTALL (810-00471): This item will consist of the furnishing and placing 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. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" 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 -PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL (810-00924): 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. Rev 2-19-10 SP-20 48 . PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372): 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 . 49 . PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and SUBGRADE -LIME FOR STABILIZATION -INSTALL (BID-00496): See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No . 212, "Hydrated Lime and Lime Slurry" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work . The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" 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 "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work . 50. PAY ITEM -PAVEMENT-6 INCH HMAC -INSTALL (BID-00451): 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. 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 Rev 2-19-10 SP-21 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 Y2 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 . 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. 51 . PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTIER -INSTALL (BID- 00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY -INSTALL (BID-00401) 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 Rev 2-19-10 SP-22 related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. 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. Required 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 . The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per linear foot for "CURB & GUTTER -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid each ton for "WALK -ADA WHEELCHAIR RAMP -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The type of ramp shall be per plan and shall be called out in the Proposal item. The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. 52. PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424). WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY -REMOVE (BID-00402): These items include removal of existing concrete sidewalks, driveways , steps , leadwalks and/or 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. 53. PAY ITEMS -WALK -STEPS -REMOVE (BID-00537) and WALK -STEPS - INSTALL (BID-00536): See Standard Specification Item No. 516 , "Concrete Steps" for specifications governing this item as well as Detail SM-3 . The price bid per square foot for "WALK -STEPS -REMOVE" and "WALK -STEPS - INSTALL" 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 the concrete steps. 54 . PAY ITEMS-FENCE -REMOVE (BID-00127) and FENCE -INSTALL (BID-00126): This item shall include the removal and reconstruction (or installation of new)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 Rev 2-19-10 SP-23 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 for each. 55 . PAY ITEM -CURB & GUTTER - 7 INCH W/ 18" GUTTER -INSTALL (BID-00426): All provisions of Standard Specification No . 502 'Concrete Curb and Gutter' shall apply except as modified herein : 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. 56. PAY ITEMS -MAILBOX -REMOVE (BID-00408) and MAILBOX -INSTALL (BID- 00407) This item includes the removal and reconstruction of existing mailboxes 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. 57 . PAY ITEM-FILL MATERIAL-BORROW-INSTALL (00543): 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. The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . Rev 2-19-10 SP-24 58. PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL (BID-00473): This item shall include the construction of concrete valley gutters at various locations to be determined in field. 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 314 "Concrete Pavement", 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 . 59 . PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALL (810- 00101): Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. 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. 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (810-00100): 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 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. 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). Rev 2-19-10 SP-25 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 $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 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 : BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOi and NOT shall be sent to: City of Fort Worth Rev 2-19-10 SP-26 Department of Environmental Management 1000 Throckmorton Street Fort Worth, TX 76102 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 Transportation and Public Works . The selected Contractor shall be provided with three copies 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, diversion 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. Rev 2-19-10 SP-27 61 . PAY ITEM -TRAFFIC CONTROL-INSTALL (BID-00181): 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 be ing 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 to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements 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. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. 62. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): 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. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The qual ity of the pa int, 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 Rev 2-19-10 SP-28 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. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . 63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR (BID-00414): 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 property 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 . 64. PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): 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. 65 . PRE BID ITEM -VALVE BOX-ADJUSTMENT -SERVICES (BID-00847): 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. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849): 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 : Rev 2-19-10 SP-29 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. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 67. PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES (BID-00848): 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. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 68. NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT 1. SCOPE 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) 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 2.1 The silicone joint sealant shall meet Federal Specification TI-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 submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . Rev 2-19-10 SP-30 - 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 Rev 2-19-10 SP-31 - (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 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 Rev 2-19-10 SP-32 - - joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the 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 tape 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 The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement Rev 2-19-10 SP-33 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 All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows : A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness. 2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows : 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab , or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2 . b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Major crack -A crack i.) of greater than 5 feet, or; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab, or; iv.) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. City Engineer -In the application of this policy, the City Engineer is the Director of the Department of Transportation and Public Works or his designee. 2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1). Rev 2-19-10 SP-34 No action is necessary and no routing and sealing is allowed. PLAN PROFILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable. The contractor has two options . Option No. 1 -The panel may be removed and replaced at contractor expense. Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1 /2" hole at the free end of the crack and sealing the crack with an approved epoxy material. If at, the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack . If the crack has propagated then the crack is considered a structural crack. 4. STRUCTURALLY CRACKED PAVEMENT-FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship, the panel must be removed and replaced by the Contractor at his own expense. (See Figure 2) Rev 2-19-10 SP-35 - - --.. ~ \ PLAN PROFILE Figure 2 -Full panel replacement is required. B. All concrete panels with any structural or major crack as defined above that is determined to be caused, primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense. (See Figures 3 and 4 below) ~ \ i I PLAN PROFILE Figure 3 -Full panel replacement is required. PLAN PROFILE Rev 2-19-10 SP-36 Figure 4 -Full panel replacement is required. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense. 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship . .While cracks may be caused by a combination of factors, a primary cause can be determined . It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks, then the contractor shall remove and replace the panels that contain the structural crack or cracks at no expense to the City . If cracks exist in the project , the City Engineer or his/her designee will make the determination if the crack is minor or structural. If the crack is structural , the Contractor and the City will attempt to agree on the cause or causes of the crack. If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient material or workmanship , the concrete pavement will be removed and replaced at Contractor's entire expense. If the Contractor and City cannot agree as to the cause of a structural crack , the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City . The contractor and the City shall use the services of a geotechnical firm acceptable to both parties . If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship, the deficient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship , the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn , the Rev 2-19-10 SP-37 - Contractor's escrowed funds, as described above, will be released . 70 . 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. 71. 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. 72. 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 . 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 . 73. NON-PAY ITEM -CONCRETE COLORED SURFACE : 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 . 7 4. 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 Rev 2-19-10 SP-38 - - - 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 other properties . 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. 75. NON-PAY ITEM -PROJECT SCHEDULE: Before commencing any work under this contract , the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification , showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6 .1 or later or approved by OWNER) -Pri'mavera Contractor (Version 6 .1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules . A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules , as well as 1 year of experience using approved scheduling software systems as defined in this specification . b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration , resource allocation , and logic issues . c . Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed . 75.(a) BASELINE CONSTRUCTION SCHEDULE : The CONTRACTOR shall develop , submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments , if any . The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. Rev 2-19-10 SP-39 The following guidelines shall be adhered to in preparing the baseline construction schedule . a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements , and completion time . b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guideline . c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity . d. The critical path shall be clearly shown on the construction schedule. e . Float time is defined as the amount of t ime between the earliest start date and the late start date using CPM . Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein . For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities , and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operat ion and maintenance instructions 8 . Installed equipment and material testing 9 . Owner's operator instructions (if applicable) 10. Final inspection 11 . Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. Rev 2-19-10 SP-40 The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. 75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS: Rev 2-19-10 1. Adhere to all Tier 3 requirements, and additionally the following : 2 . Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" SP-41 resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars . It is intended that Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements , and additionally the following : • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 77. 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 . All costs involved with providing such written notice shall be considered subsidiary to this contract. 78 . 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 pending 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 , City Project 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 add ition, 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 construction 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. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made . 79 . 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 Rev 2-19-10 SP-42 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. 80. 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 . 81. 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 . 82 . 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 repaving commences for a particular street. The Contractor shall attempt to include the 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 repaving 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 repaving 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 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. 83 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. Rev 2-19-10 SP-43 84 . 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. 85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE -INSPECTIONS : Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas . Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 86 . 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, dams, berms , sediment basins , fiber mats, jute netting, temporary seeding , straw mulch , asphalt mulch, plastic liners , rubble liners, slope drains and other devices . All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets, or in channels , drainageways or barrow d itches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage . At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures . Any such dredging must comply with all Federal , State and local regulations. C. CONSTRUCTION REQUIREMENTS : 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 Rev 2-19-10 SP-44 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. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 1. 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 approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams . 2. 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. 3. 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. 4. 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 . D . SUBMITIAL: 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. Rev 2-19-10 SP-45 (To be printed on Contractor's Letterhead) Date: ____ _ City No: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days TIDS 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 (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 2-19-10 SP-46 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office b_y,.;_ Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & IDGHW A Y CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flal!rzer Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pioelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/famping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12 .80 $12.85 $13 .27 $12.00 $13 .63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12.62 $ 9 .18 $10.65 $16.97 $11.83 $11.58 $15 .20 $14.50 $14.98 $13.17 $10 .04 $11.04 $14 .86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12 .33 $10.92 $12.60 $12.91 $12 .03 $14.93 $11.47 $10.91 $11.75 $12.08 $14 .00 $13 .57 $10.09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer/Stone Mason Brlcklaver/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drvwall Mechanic Drvwall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13.18 $16.10 $14.83 $8.00 $18.85 $12.83 $17.25 $12.25 Hrly Rate $20.43 $14.90 $10.00 $14.00 $10.00 $16 .96 $12.31 $18.00 $9.00 $17.43 $20.50 $17.76 $12 .63 $10.50 $14. 91 $16.06 $9.75 Compliance with and Enforcement of Prevailing Wage Laws (a) 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. (b) 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. ( c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of2258.023, 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. (d) 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. ( e) Records to be Maintained. 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. (f) 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. (g) 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. (h) 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. PARTE TRAFFIC SIGNAL SPECIFICATIONS The City of Fort Worth's "Standard Specifications for Street and Storm Drain Construction" will govern this project, except as modified by the Contract Documents and the plans . A copy of these Standard Specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, TX 76102. "Texas Departm ent of Transportation Standard Specifications for Construction o(Highways. Streets and Bridges ", latest edition, are also referenced by the plans and Contract Documents for signal installations. "Standard Specifications for Public Works Construction", latest edition, as published by the North Central Texas Council of Governments (NCTCOG) shall cover any remaining items not included by the Fort Worth or TxDOT Standard Specifications or modified specifically by the plans or Contract Documents. TRAFFIC SIGNAL SPECIFICATIONS 1.0 GENERAL SPECIFICATIONS FOR CONSTRUCTION OF TRAFFIC SIGNALS 1.1 This specification, the General Conditions and the Special Provisions for construction in the City of Fort Worth (the City), where applicable, shall govern the materials and installation of traffic control signals , including illumination, at the intersections. In the event of a conflict, the plan set and detail sheets shall control. 1.2 This project shall consist of installing materials and equipment necessary to complete the traffic signal at locations as set out in the construction plan set. The Contractor shall furnish all required materials and equipment not provided by the City, and shall install signal systems in the sequence specified by the Traffic Services Manager or designee. The City will issue the anticipated sequence of work locations at the time the Notice to Proceed is issued. 1.3 All installation work shall be in accordance with the applicable sections of 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 or designee. The Contractor shall schedule his work so as to cause the minimum interference with traffic and the operation of the existing signal system . Existing signals may be turned off or placed on flash for modification and/or equipment installation only with the approval of the Traffic Services Manager or designee with a minimum of 48 hour notice. The Contractor's responsibility in regard to Traffic Signal installation work shall consist of the following items: (A) Furnishing and installing signal equipment including: signal structures , conduits , ground boxes , signal head assemblies, detector units, AC service, conductors , concrete , reinforcing steel, forms for structure foundations , grouting materials, painting materials, detector loop saw cut and sealing materials, signs, miscellaneous nuts , bolts, and washers , and all other miscellaneous equipment as required to complete the project, including all necessary barricades or devices required to maintain proper traffic control in accordance with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). (B) Installing and connecting equipment supplied by the City, including but not limited to controller-cabinet assemblies, signal poles , mast arms , emergency pre-emption devices and video detection systems. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 1 (C) Maintaining ex isting traffic signal operations including providing all materials and labor. (D) Removing and salvaging existing traffic signal or street light equipment as designated in the plans . (E) It shall be the re sponsibility of the contractor to perform the following at no additional compensation: 1. Prevent any property damage to property owner's poles, fences , landscaping, mailbo xes, etc., and repair any damages. 2. Provide access to all driveways during construction. 3. Protect all underground and overhead utilities , including sprinkler systems , and repair any damages 1.4 The Contractor's responsibility for correcting any substandard workmanship and/or materials shall extend for a period of twenty four (24) months from the date the signal is accepted by the City. This workmanship and materials shall include , but not be limited to , signal pole construction, signal head assembly, vehicle detector systems, ground box and conduit installation, signal head and cable installation. 1.5 The Contractor shall coordinate with the Inspector to hav e a qualified technician on the project site when the traffic signal is placed into operation. During the thirty (30) day test period, the City shall be the first respond to any trouble calls. If the City Troubleshooter determines that the repairs are the result of poor workmanship , the Contractor shall complete the repairs. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis . The Contractor's response time to reported calls shall be within a reasonable travel time, but not more than two (2) hours maximum. Appropriate repairs shall be made within 24 hours. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others , the Contractor shall notify the Inspector. NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILLING THE REQUIREMENTS STATED ABOVE . 1.6 The City of Fort Worth, Traffic Services Division will furnish the traffic signal controller and cabinet. The Contractor shall connect all field wiring to the controller-cabinet assembly. The City will assist in determining how the detector loop lead-in cables are to be connected in the cabinet. The City will program the controller, the conflict monitor, detector units , and other equipment in the controller cabinet and turn on the traffic signals. The contractor shall obtain the signal cabinet from the City of Fort Worth, Traffic Services Division, 5001 James Avenue. The Contractor shall notify the Inspector at least 3-working days prior to picking up the controller-cabinet assembly. 1.7 The locations of traffic signal foundations , bases , conduit, detectors , etc., shown on the plans are approximate. The Contractor shall give the Inspector 48 hours notice of his intention to Traffic Signal Specifications -Part E June 201 O City of Fort Worth Page 2 establish the final location of any foundations , bases , conduit, detectors , etc., and have the locations approved on the ground by the Project Engineer or an authorized representative. 1.8 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 DIG TESS and all appropriate util ity companies as needed 48 hours prior to doing any work in the area including the following City of Fort Worth offices: a. City Utility Mains (Water, Sewer) 817-871-8275 b. City Traffic Signals , Street Lights and Storm Drains 817-392-8100 1.9 Whenever the work provided for and contemplated under the contract has been found by the Inspector to be completed to his I her satisfaction on any individual signalized intersection , or interconnected system of signalized intersections , as shown in the plans, final cleaning up of said signalized intersection has been performed and the traffic signal 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 intersection. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the contract. 2.0 MATERIALS 2.1 General Notes 2 .1.1 It is the Contractor's responsibility to furnish all materials necessary to complete each traffic signal installation, whether the item is specifically mentioned or not. All unspecified materials (i.e., electrical tape , bolts , and 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 Certain sections of these specifications list 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 equipment 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 of Fort Worth for reference . 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, then 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 furni shed by the Contractor shall become the property of the City of Fort Worth, effective upon successful completion of a 30 day test period. Except for materials supplied by the City, the Contractor shall have full responsibility for materials until the date of acceptance with respect to damage , theft, or loss. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page3 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. 2.2 Traffic Signal Heads Each traffic signal head supplied shall meet the following requirements: 2.2.1 The housing and doors of the signal head shall be made of die cast aluminum alloy in accordance with A.S.T.M. Specification B85-57T. Sandcast aluminum alloy shall be used for other parts of the signal head if in accordance with A.S .T.M. Specification B26-57T. The visors shall be fabricated from aluminum sheet conforming to the A.S .T.M. Specification B-209-57T. All miscellaneous parts such as hinge pins , lens clips, locking devices, etc. shall be made of a non-corrosive material. 2.2.2 The housing of the signal heads shall be constructed of interchangeable sections. All exterior mating surfaces shall be flat to assure waterproof and dust-proof assembly of sections. The top and bottom of the sections will have an opening approximately two (2) inches in diameter to permit the entrance of one and a half (1-Yz) inch pipe nipples. Each section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire mounting brackets. 2.2 .3 The door and lens housing shall be equipped with a watertight and dust-tight molded neoprene gasket. The door of each signal section shall be attached to the housing in a watertight and dust-proof manner. Non-corrosive hinge pins and two (2) wing screws will be furnished on each door for opening and closing without the use of special tools. These hinges and screws shall be of such design as to allow even gasket pressure . 2.2.4 Each signal head section shall be furnished with a detachable tunnel type visor unless otherwise specified. Visors shall be a minimum of ten (10) inches in length ( depth) for twelve (12) inch signals , or a minimum of seven (7) inches in length (depth) for eight (8) inch signal heads where specifically called for in the construction plans. Visors shall be attached to the door assemblies in a manner that facilitates field removal and installation. Visors shall be fabricated from aluminum and shall not form a complete circle and shall have the bottom open, unless louvers are required. 2.2.5 Traffic signal housing shall be furnished with LED inserts that comply with section 2 .3 of these specifications and shall be in the standard red , amber and green configuration as specified by the most current version of the "Texas Manual on Uniform Traffic Control Devices " (TMUTCD). 2.2.6 A screw down type terminal block shall be provided with each signal head for facilitating field wiring. The pigtail leads from the lamp receptacles shall be connected to a common terminal block within the head assembly. Each terminal block will be at least a si x (6) position, twelve (12) terminal strip securely fastened at both ends to the signal housing . 2.2.7. All traffic signal heads shall conform to the requirements of the most current version of the Texas Manual On Uniform Control Devices in color and arrangement. The housing and outside surface of the visors shall be "Federal Yellow" in color. The inside surface of Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page4 visors shall be a "Dull" or "Flat-black" color. The outside surface shall have a minimum of two (2) coats of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O .YP 47/15/3, per FAA Specification L-802-B and ASTM D 1535. 2.3 LED Traffic Signal Lamp Unit 2.3.1 This specification describes the minimum acceptable design and performance requirements for a 12 in. (300mm) or 8 in (200 mm) LED (light emitting diode) traffic signal lamp unit. The equipment furnished shall conform to these Specifications . Further, the equipment shall conform to the applicable requirements of: the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); and other applicable standards and specifications. (A) The LED traffic signal lamp unit shall comply at a minimum with the Institute of Transportation Engineers (ITE) specification for Vehicle Traffic Control Signal Head -Light Emitting Diode (LED) Circular Signal Supplement (YTCSH); adopted June 2005, for circular indications and Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules for arrow indications . (B) The LED shall have an "incandescent" look , using the minimum number of LED's that comply with the ITE specification. (C) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). (D) The manufacturer's name , serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. 2.3 .3 Documentation Requirements (A) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (B) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these specifications in accordance with ITE VTSCH Part 2. 2.4 Signal Head Louvers 2.4.1 Louvers shall be provided for those signal sections indicated in the plans. All louvers shall Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 5 be of such design as to provide visibility of the lens for the intended lane of traffic as indicated by the plans and block visibility to all other lanes. 2.4.2 The internal arrangement of each louver shall consist of 5 vanes or 7 baffles with 7 degree cut-off right of center, or unless specifically call for in the plan set. All louvers or baffles shall have a flat black finish. Each louver or baffle shall be of suitable weight and size to fit inside the full circle visor furnished for the intended signal section. 2.4.3 Louvers shall be secured by rivets to the visor. Baffles shall be secured by sponge 0-rings. 2.5 Traffic Signal Head Mounting Hardware 2.5 .1 Mast Arm Mount Signal Bracket, 1-Way Cable Mount The product bid shall be equal to or better than the mast arm mount signal bracket, 1-way cable mount, for 3 to 5 section head with 84" cable and 74" long gusseted tube manufactured by Pelco, part no. AB-0125. General Specifications are below. 2 .5.2 Mast Arm Mount Signal Bracket, 1-Way Cable Mount, Clamp Assembly The product bid shall be equal to or better than the mast arm clamp assembly with 84 " cable manufactured by Pelco, part no. AB-3009. General Specifications are below. 2.5.3 Mast Arm Mount Signal Bracket, 2-Way Cable Mount The product bid shall be equal to or better than the mast arm mount signal bracket, cluster cable mount, for 5 section signal head with 84 " cable manufactured by Pelco , part no . AB- O 138. General Specifications are below. 2 .5.4 General Specifications for Traffic Signal Head Mounting Hardware (A) The bracket shall be completely adjustable such that it is capable of rotational adjustment about the bracket axis, vertical adjustment, rotational adjustment about the mast arm and rotational adjustment right & left from the vertical plane. (B) The bracket shall be provided with aircraft type stranded cable for fastening the bracket to the supporting arm or structure. The bracket shall be easily adjustable to fit all sizes of round, octagonal , elliptical or other shaped structure without special tools or equipment. (C) The bracket shall attach to the signal in a clamping manner holding the signal both top and bottom in order to assure maximum rigidity. For the one-way cable mount, a standard bracket shall accommodate all major signal manufacturers' signals from a three (3) section I-way 8" and 12 " signal through a five (5) section 1-way 12 " signal and any combination thereof including 3M and ICC configurations. For the two-way cable mount, a standard bracket shall accommodate all major signal manufacturers ' signals from a three (3) section 2-way 8" signal through a three (3) section 2-way 12 " signal and any combination thereof including 3M and ICC configurations. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page6 - (D) All electrical wiring shall be completely concealed within the bracket. The vertical support shall be a gusseted "C" shaped extruded aluminum tube to accommodate the signal cable regardless of vertical positioning of the tube . (E) Upper & Lower Arms: Shall be cast from 319 aluminum or equivalent. The lower bracket arm shall be internally threaded to accommodate the threaded vertical support tube. The lower arm shall be furnished with ABS plastic covers, which will slide and snap into position without the use of fasteners or tools. All upper and lower arms shall have 72 tooth serrations cast into the arm to assure a positive lock with signal housing and shall be secured about their rotational axis with setscrews. Both upper and lower arms shall have a tri-bolt arrangement for attachment to the signal housing. Opening in the lower arms shall accommodate a minimum of 3, 12 conductor 14 gauge cables. (F)) Vertical Support Tube: Shall be a double gusseted tube extruded from 6063-T6 aluminum alloy or equivalent and have a cross section. Each tube shall be complete with a vinyl closure strip and be threaded on one end to accommodate the lower arm assembly. (G) Mast Arm Clamp Assembly: Both male and female halves shall be cast from 713 aluminum alloy or equivalent. The male clamp half shall be secured within the female half, utilizing a spring steel retainer ring. Such assembly shall provide an unobstructed center of 2 3/8 " minimum diameter, allowing for 360 degree rotation of the clamp assembly. There shall be no internal cross bracing assembly obstructing the center opening . (H) Aircraft Type Stranded Cable: Shall be fabricated in one piece with a minimum diameter of 3/16" either galvanized or stainless steel. The cable shall be complete with 7 /16" stainless steel clamp screw permanently attached to each end. Each clamp screw shall be fitted with a stainless steel hex nut , SAE flatwasher and an aluminum- bearing washer. The clamp screw shall be flattened on two opposite sides for wrench accommodation. The stranded cable shall be of sufficient length to fasten the clamp assembly to a minimum pole diameter of 8.6". (I) Hardware: Each bracket shall be complete with all necessary bolts , washers , gaskets , etc. to allow assembly of the signal to the bracket and the bracket to the mast arm. (J) Finish: All aluminum parts shall have an Alodine ( or equivalent) finish. All steel parts shall have a federal yellow zinc di-chromate finish. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 7 2.6 International Pedestrian Signal Housing 2.6.1 These specifications cover the minimum requirements for a single-section pedestrian signal housing with international hand/walk symbol. The housing shall be fitted with an LED module that has an incandescent look and complies with Section 2.7 of these specifications. 2.6.2 The housing shall be a one-piece corrosion resistant aluminum alloy die-casting with integrally cast top, bottom and sides that are weather proof and dust-tight. It shall be right & left drilled for clamshell attachment and shall have top and bottom ports that are opened and capped and will accommodate standard 1 W' pipe . 2 .6.3 The approximate size of housing (including body, door, and ears) shall be 18.5 "H x 18 .75 "W x 8"D. 2 .6.4 The doorframe shall be a one-piece corrosion resistant aluminum die-casting. 2.6 .5 The unit shall be powder coated federal yellow. 2 .6 .6 The unit shall have a black z-crate visor that fits inside the assembly door and is secured with screws to minimize movement. 2 .6.7 It shall have a standard three-position terminal block, pre-wired to receptacles to permit easy field installation of a power supply. 2 .6.8 All necessary hardware shall be provided with housing. Rivets shall be aluminum and bolts , lock washers, screws , eyebolt assembly and pins shall be stainless steel. 2.7 LED Pedestrian Signal Lamp Unit LED pedestrian indications must meet the following requirements: The equipment furnished shall conform to these Specifications. Further, equipment supplied shall conform to the applicable requirements of: the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); and other applicable standards and specifications. 2. 7 .1 General The single combination WALK (man) and DON'T WALK (hand) LED unit shall be designed to retrofit existing pedestrian signal housings without the use of any special tools . (A) Installation of a retrofit replacement LED traffic signal lamp unit into an existing signal housing shall only require removal of the existing lens, reflectors , and incandescent lamps , fitting of the new unit securely in the housing door, and connecting to existing electrical wiring or terminal block by means of simple connectors. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page8 (B) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). (C) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards . 2.7.2. Physical and Mechanical Requirements (A) The LED traffic signal lamp unit shall fully conform to Institute of Transportation Engineers (ITE) Equipment and Materials Standards, Vehicle Traffic Control Signal Heads (VTCSH) part 2: LED vehicle Signal Modules. 2.7.3 Documentation Requirements 2.8 2.8.1 (A) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation guide. (2) Contact name, address, and telephone number for the representative manufacturer, or distributor for warranty repair. (B) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these specifications in accordance with ITE VTSCH Part 2. Pedestrian Signal Head Mounting Hardware Each pedestrian signal head mounting hardware must meet the following requirements: The pedestrian signal head mounting hardware shall be the clamshell mount type equivalent to or better than the clamshell #4805 manufactured by McCain. 2.8.2 The subject mounting hardware shall be a two piece, cast aluminum alloy assembly. The two separate castings shall be joined in the final assembly by the use of stainless steel spnng pms. 2.8.3 The pole half of the assembly shall be designed to adapt to a wide range of pole configurations ( 4 inch minimum diameter). 2.8.4 Unit construction shall allow band-it type mounting. Band-it type mounting shall be permitted by two recessed slots near the top and bottom of the pole half of the assembly . 2.8.5 The pedestrian assembly shall be capable of being mounted on the pole by lining up the mounting pins of the pole half with the mounting ears of the pedestrian assembly and lowering it into position. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page9 2.8.6 Three sets of screw terminal pairs shall be located on a terminal block in the upper third of the head half of the clamshell assembly. 2.8.7 A closed cell neoprene sponge gasket shall be provided on the mating surfaces of the two halves of the assembly to compete the rain-tight construction. 2.9 Pedestrian Push Button Assemblies 2.9 .1 The product bid shall be equivalent to or better than the Bulldog pushbutton BDLM2-Y with Bulldog Pole Mount BDPM-X manufactured by Polara and shall meet the following specifications. 2.9.2 Button must be highly vandal resistant and pressure activated with essentially no moving parts. Button must be able to withstand an impact from a baseball bat or hammer. 2.9.3 Button housing must be cast aluminum powder coated federal yellow. 2 .9 .4 Button cap must be made of 316 stainless steel. 2.9.5 Switch must be solid state electronic Piezo switch rated for 100 million cycles with no moving plunger or moving electrical contacts. 2.9 .6 Button must have LED to give indication of button being pushed. 2.9.7 Button must give a two toned beep indication of button being pushed (one tone for push, one tone for release). 2.9 .8 Button must have built in surge protection. 2.9.9 Button must be able to hold the call for a minimum of 5 seconds . 2.9 .10 Button must operate immediately after being completely immersed in water for 5 minutes. 2.9 .11 Button must not be able to allow ice to form such that it would impede function of button or button cap. 2.9 .12 All switch electronics must be sealed within the cast aluminum housing. 2.9 .13 Button must have raised ridges to protect the button from side impacts. 2.9 .14 The button shall come complete with a aluminum round housing to be mounted to the signal pole. The housing shall be cast aluminum powder coated federal yellow. 2.9 .15 All necessary pole mounting hardware shall be supplied. 2.10 Luminaires 2.10.1 When luminaires are to be installed on steel mast arm poles, a separate fusetron link shall be provided in the signal pole access compartment. The conductors from the pole base to the Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 10 luminaire shall be #8 XHHW wire . Luminaires shall have a multi-tap (120 / 240 volt) ballast. 2 .10.2 The luminaire head shall be a 'cobra' type with drop lens . Each unit shall come with a photo cell switch mounted on the top. Each luminaire shall contain a 200 watt high pressure sodium bulb. 2.11 Conduits and Related Hardware 2 .11 .1 Conduit: All polyvinyl chloride conduits , including elbows and couplings shall be schedule 40 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. 2.11.2 Rigid metal: Rigid metal conduit shall be steel , hot-dipped galvanized inside and outside. 2.11.3 Weather heads shall be made of aluminum and may be the threaded or the clamp on type. 2.12 Detector Cable 2.12.1 Detector Loop Wire: All detector loop wire shall be #14 A WG, or better if required on the traffic signal layout sheet, stranded, type XHHW one (1) conductor cable. 2 .12.2 Detector Lead-In Cable: Loop detector lead-in cable shall be a single four (4) conductor No . 18 AWG, shielded cable. One (1) cable shall service each loop where practical. 2.13 Multi-Conductor Cable 2.13 .1 All cable for intersection signalization shall be multi-conductor capable of operating at 600 volts maximum, and suitable for use at conductor temperatures not exceeding 75 degrees C (167 degrees F). 2.13.2 Multi-conductor cable shall be either stranded IMSA 20-1 , #14 AWG, stranded copper wire , IMSA 7-1 , #16 AWG, stranded copper, or IMSA 5-1 , #16 AWG, stranded copper. The copper wire (before insulating) shall meet the requirements of the latest American Society for Testing and Materials (ASTM) standards for uncoated wire. 2.14 Power Lead-In Cable 2 .14.1 Power lead-in cable shall be stranded RHW copper wire and suitable for A/C electric service. 2.14.2 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 ofIMSA and NEC standards. 2 .14 .3 Conductors shall be stranded , anneal coated copper. Copper wire before insulating or Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 11 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 edition of ASTM B-8 . 2.14.4 Insulation shall consist of cross-linked thermosetting polyethylene, meeting the requirements ofIMSA and listed by UL as type USE RHW-75C. 2.15 Ground Boxes 2.15.1 General Requirements All ground boxes specified for use at signalized intersections shall satisfy the following general requirements : A.. The top surface of the ground box cover shall have a minimum co-efficient of friction of0.5. B . Boxes shall be stackable for extra height. C. Boxes shall be manufactured from Reinforced Polymer Concrete (RPM) composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. Side walls may be reinforced polymer. D. Enclosures and covers shall be rated for a minimum of 5000 lbs. strength over a 10 in . (250 mm) x 10 in. (250 mm) area. All components shall be designed and tested to withstand temperatures as low as -20 F (-4 C). The size and dimensions of the required ground boxes shall be shown on the Ground Box and Detector Details sheet in the plan set 2.16 Traffic Signal Structures 2.16.1 Unless specifically required in the construction plan set, all traffic signal mast arm poles shall be furnished by the City. If the plans call for traffic signal structures to be supplied by the Contractor, then the strict compliance with the designs, dimension, strength, and material quality specified in the standard detail sheets and the construction plan set shall be exercised to assure structural consistency of all components. 2 .16.2 All pole shafts and mast arms for this project shall be marked with the identification numbers from the traffic signal layout sheets on the plans to facilitate assembly of these items in the field. For projects with multiple intersections, the pole shafts and mast arms shall be identified by intersection. All steel mast arms ranging above 36 ft . (11.0 M) to 60 ft. (17.8 M) in length shall be provided with aluminum vibration dampers. All components of Traffic Signal Structures listed in this subsection shall be hot dipped galvanized to resist corrosion, unless otherwise required in the construction plan set or bid documents. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 12 High Strength Galvanized Steel Bolts: The allowable working stresses for A325 bolts shall be given in the AASHTO Streetscape Structure Specifications for Structural Joints using ASTM A3250-N or A490-N bolts. 2 .16.2 Mast Arm Pole Shaft Each traffic signal mast arm pole shall be fabricated from a one piece high strength steel sheet, and shall have no more than two longitudinal full length high frequency resistance welded joints and no horizontal welded joints except at the base of the pole. All welds shall have a smooth and consistent external surface appearance. All traffic signal poles shall have a uniform taper. All poles shall have a minimum of 50,000 PSI yield strength. Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable . The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. 2.16.3 Mast Arm Each traffic signal mast arm shall be constructed from a one piece high strength, steel sheet with a guaranteed minimum yield strength of 50 ,000 PSI. Arms over 40 ft. (12.2 M) may be two piece but shall arrive at the job site and City yard as welded one piece. The certifications from the vendor on the steel must indicate a minimum of 50 ,000 PSI yield strength after fabrication. Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. All mast arms shall have no more than two longitudinal full length high frequency resistance welded joints. All welds shall have a smooth and consistent external surface appearance. All mast arms shall have a uniform taper. 2.16.4 Luminaire Arm All luminaire arms shall be fabricated in accordance with the pole detail sheets included on the plan set. 2.16.5 Pedestal Structures All pedestal structures for mounting pedestrian signals or median-mount traffic signals shall be furnished with a transformer base, pole cap, and all necessary hardware for proper installation. Height of pole shall be set in the construction plan set, but shall not exceed 15 ft. (4.6 M). 2.16.6 All other hardware necessary for complete installation of traffic signal structures, i .e., simplex plates, pole caps, transformer bases, anchor bolts, etc. shall be hot dipped galvanized and conform to the design, dimension, and strength requirements of said items as indicated on the Traffic Signal Pole and Mast Arm Assembly detail sheet. All hardware shall be packed on a per pole basis. 2.17 Foundations 2.17.1 All foundations shall be built in accordance with the requirements stated in the standard detail sheets of the plan set. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 13 2.18 Hardware Paint 2 .18 .1 The paint to be applied to existing non-galvanized traffic signal structures shall be a durable iodized alkyd enamel with high gloss finish. The drying time shall be approximately three hours with an average dry film thickness of 1.4 mil. The paint quality shall allow for application on surfaces at temperatures as low as 20 F (7 C). 2.18.2 Hardware paint color shall as called for in the construction plans set or bid documents. 2.19 Grounding Conductor and Ground Rod 2.19 .1 The grounding conductor shall be a #8 A WG solid copper wire. The conductor shall be bonded to all ground rods. 2.19.2 Ground rod electrodes shall be copper-bonded steel being at least 5/8 m. (16 mm) in diameter. All ground rods shall be a minimum of 8 ft. (2.4 M). 3.0 INSTALLATION OF TRAFFIC SIGNAL COMPONENTS 3.1 Installation of Electrical Service 3 .1.1 The Contractor shall install all electrical service connections including conduit, pole risers , meter base, breaker box, breakers etc., in accordance with NEC standards and specifications. Installation of conduit and wire in to the Power Company vaults shall be per the Power Company specifications. 3 .1.2 Unless otherwise called for in the plans, the power connection shall be made to a 120-240 volt, two-phase, 60 cycle AC supply. The wire used for the power connection shall be #8 A WG or better (if specifically required on the traffic signal layout plan sheet) stranded and shall be insulated for six hundred (600) volts. One circuit shall supply the controller cabinet and the other shall supply any roadway lighting. The grounding wire shall be bare copper, the common wire shall be white-coded and the power shall be black-coded . 3.2 Installation of Conduit 3 .2 .1 The Contractor shall provide and install underground cable facilities required to complete the construction plan set. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. 3.2.2 The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. 3.2.3 When Boring is used for under pavement conduit installations, the maximum allowable overcut shall be 1 in. (25 mm) in diameter. 3.2.4 When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 in. (457 mm) as measured from the intended target point. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 14 3.2.5 The use of a pneumatically driven device for punching holes beneath the pavement ( commonly known as a "missile") will not be permitted on this project. 3.2.6 Conduit installed for future use shall have a non-metallic , nylon type pull string and shall be capped using standard weather tight conduit caps , as approved by the Inspector. This work shall not be paid for directly but shall be considered subsidiary to this item. 3.2.7 The contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. 3.2 .8 New Conduit (A) Unless otherwise shown on plans or standard detail sheets , all underground conductors shall be 40 PVC conduit. All conduit or raceways above ground shall be rigid metal. All conduit and fittings shall be of the sizes and types shown on the plans. Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. (B) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit (C) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the sol vent--weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the plan sheet. (D) All conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Field cuts shall be made with a hacksaw 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 conduit. 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. All couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid 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-size 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. (612 mm) depth below the curb grade in the sidewalk areas, or 18 in. ( 450 mm) below the finished street grade in the street area. (E) 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 Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 15 concrete shall be placed until all of the conduit ends have been capped and all box openings closed. (F) PVC conduit, which is to be placed under ex1stmg pavement, sidewalks, and driveways , shall be placed by first providing a void through which the PVC conduit 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 permitted only to lubricate cuttings. Water jetting will not be permitted. (G) 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 Traffic Services Manager or designee for the Contractor to cut the existing pavement. Pits for jacking and boring shall not be closer than 2 ft. (612 mm) to the back of the curb or the outside edge of the shoulder. The jacking and boring method used shall not interfere with the operation of streets, highways, or other facilities, and shall not weaken or damage any embankment structure, or pavement. (H) Backfill -Compaction & Density Test for All Ditchlines 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). (I) The Contractor shall provide adequately bent conduit and shall properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. (J) All conduit runs shall be continuous and of the same material (metal only or PVC only). Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). (K) Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. Metal conduit and fittings shall have the burrs and rough places smoothed. Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 3.2.9 Existing Conduit (A) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 16 (B) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the engineer. Repair of this conduit will be paid for as "extra work" on a Change Order (C) The Inspector shall be notified prior to disconnection or removal of any existing cable. 3.3 Installation of Cable 3 .3.1 General (A) 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 or designee 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. (B) 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 tension in each case. (C) 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. (D) All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. A conduit run measurements 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 cables, 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 responsibility to record accurate measurements of all cable lengths . (E) The manufacturer's recommended maximum pulling tensions shall not be exceeded Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 17 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 available wire pulling compounds that are suitable for PVC sheathed cables. They shall consist of soap, talc , mica, or similar materials and shall be designed to have no deleterious effect on the cables being used . (F) Cables shall be neatly trained to their destinations. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed . Larger radius bends are required for such conditions. 3.3 .2 Wire and Cable (A) 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 Controller Cabinet Wiring (A) Wiring for the controller cabinet shall consist of connecting (1) signal wires, (2) loop detector wires, (3) power wires, ( 4) ground wires , and ( 5) pedestrian push button wires to their respective terminals in the cabinet. In the controller cabinet, stranded signal conductors from the field shall be stripped back and a solderless terminal connector ( spade lug) shall be attached by means of a crimping tool. These terminal Connectors shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be completed as shown on the wiring diagrams and in the instructions furnished with the controller by the manufacturer. (B) All field wiring in cabinets shall be neatly installed . Incoming cables shall be trained to their destination and neatly laced together. All spare wires shall be trimmed and neatly coiled with the ends taped. Detector lead-in cables shall have their insulation jackets removed from their terminal strip connection to the bottom of the cabinet. (C) Pedestrian push buttons shall have a ground wire that is completely isolated and independent from all other ground wires. This wire shall be connected to the designated terminal in the controller cabinet. A pedestrian isolation board shall be in place. 3 .3 .4 Signal Head Wiring (A) Conductors shall run as follows: Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 18 1. An unbroken 20-conductor cable, one #10 AWG neutral cable and one bare #8 shall run from the controller cabinet to each pole pier. 2 . An unbroken seven (7) conductor, #16 AWG cable shall run from the signal pole base to each 5-section, 4-section signal head, or the 3-section head located at the end of mast arm; and an unbroken five (5) conductor, #16 AWG cable to each other 3- section or pedestrian signal head. Two (2) signal conductors, #16 AWG shall run to each pedestrian push button. (B) Each cable shall be identified as referenced on the pole wiring detail sheet provided in the construction plan set with permanent marking labels (panduit type PLM standard single marker tie, Thomas and Betts type 548M or equivalent) at each ground box, pole base and controller. 3.3.5 Luminaire Wiring Two (2) #8 cables shall run from service disconnect in parallel around the intersection as on the traffic signal layout sheet of the construction plan set. Luminaire wiring connection may be made in the nearest ground box to the traffic signal pole; such connection shall be placed in a water tight seal. If more than three wires are splice together in the traffic signal cabinet then a Kearney connector shall be used as required in Section 3.3.7 (B) below. 3.3.6 Terminals (A) The ends of all stranded wires from the controller cabinet and from the signal heads shall be twisted at least three turns and wire nut applied in the base of the signal structure. 3.3.7 Splices (A) Splices are strictly prohibited inside conduit runs. Detector cables shall not be spliced at any point except where transitioning from #14 XHHW loop detector cable to lead- in cable (see Section 3.5.4). Signal cables are to be spliced only at locations that are specified in the plans. Splicing signal cable in pull boxes shall not be permitted. (B) Splicing 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 trained to their final position and cut to proper lengths. The cable's jacket and insulation shall be removed as required. In 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 four ( 4) wires shall be spliced together using "Scotchlock" connectors and the wire shall be twisted. If more than four ( 4) wires are connected, then a Kearney 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 Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 19 connection with green electrical tape . Heating the connection with a direct flame will not be permitted for cable gauge less than #14. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning the outside jacket in order to remove the wax finish. Then approved thermo-setting materials shall be used to provide a water tight seal. (C) The Inspector shall 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 considered 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 fail to meet these requirements , then ten more splices shall be selected at random by the Inspector for examination. 3 .3. 8 Identification of Signal Wires and Cables (A) IMSA color coded signal cable shall be used for all signal systems . Colors shall be continuous from the point of origin to the point of termination. (B) Each signal cable, detector lead-in cable and communication cable shall be designated with permanent marking labels or (panduit type PLM , Thomas and Betta type 548M standard single marker type or equivalent) and color coded tape at each pull box and in the controller cabinet. 3.4 Grounding 3.4.1 There shall be a properly installed and connected ground rod for each controller cabinet, power drop and signal 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. 3.4.2 Grounding Connectors and Electrodes (A) When the location precludes driving a single ground rod to a depth of 2.4 m (8 feet), or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 6 A WG copper wire. (B) Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive , fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 20 (C) Each grounding rod shall be driven into the ground to a depth sufficient to provide the required resistance (10 ohms) between electrodes and ground. 3.5 Vehicle Detector Loop Installation 3.5.1 Detector lead-in cables shall be identified as shown on the plans (phase 1, etc.) with permanent marking labels (panduit type PLM, Thomas and Betts type 548M standard single marker tie or equivalent) at each ground box, pole base , and controller. 3.5.2 It is required that all work related to the installation of a particular detector loop, with the exception of the layout task, shall be completed in the same work day . All loop installation work shall be performed during off-peak traffic hours. Loop installation shall not be made during any type of precipitation. 3.5.3 Installation of detector loops shall be in accordance with the plans. Lead-in saw cuts from the street to the pull bo x shall maintain a maximum separation from other loops of 12 in.(500 mm) and a minimum separation of 6 in. (150 mm) from other lead-in saw cuts. The saw cut depth, as specified in the standard detail sheets of the plan set shall be consistent, including the entry point into the curb . The maximum number of wires placed in a single saw slot shall be four ( 4) wires. Each lead-in shall enter the curb through a separate hole. 3.5.4 3M Loop sealant or approved equal shall be used to seal all loop wire within the roadway . 3.5 .5 Detector lead-in cables shall be run continuously without splices from the curbside ground box to the controller. If splices must be made , they shall be solder connected and the splice connection shall be insulated and waterproofed with 3M DBR-6 Direct Bury Splice Kits or approved equal. Splices at the curbside pull boxes shall be made in the same manner ( see Section 3.3.6). Splices in detector cables must be pre-approved by the Inspector in writing. 3.5.6 In all cases where detector loop lead-ins pass from pavement through a curb to an existing ground box for a splice point, conduit shall be installed from the curb entry point up into the ground box. A minimum one inch diameter conduit shall be provided from the curb entry point to the ground box for each loop . 3.5.7 All loop wire from the loop in the street to the ground box shall be tightly twisted a minimum of 5 times per foot (16 times per meter) as it is placed in the lead-in saw cut. 3.6 Concrete Foundations for Signal Structures 3.6.1 All foundations shall be staked by the contractor and approved by the Inspector prior to excavation. While staking the pole locations , the contractor, along with the Inspector, shall be cognizant of pedestrian needs by verifying the location of the push buttons and the pedestrian heads. 3.6.2 Concrete foundations for signal structures shall be located so that the closest face is a minimum of 3 ft. (900 mm) from the face of the nearest vertical curb. The Contractor shall probe before excavating foundations to determine the location of utilities and structures. Foundations shall be paid for once , regardless of extra work caused by obstructions. The Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 21 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 certain 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. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats 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 until 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 with material equal to the original composition. 3.6.6 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. 3.6.7 No concrete shall be placed when the atmospheric temperature drops below 40 F (40 C) (temperature reading taken in the shade away from artificial heat) unless permission to do so is given by the Inspector. 3.6 .8 The City shall supply to the contractor the controller cabinet anchor bolts and specific cabinet templates. The cabinet door shall generally open away from the intersection. 3.6.9 Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that the pole is intended to serve. 3.6.10 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 Traffic Signal Structures 3.7.1 The Contractor shall install all traffic signal structures in accordance with the plans. Deviation from the plans because of physical obstructions , such as overhead utilities or in appropriate mast arm length to fit a relocated foundation, shall be worked out with the Inspector and approved prior to installation. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 22 Poles shall have nuts on top and bottom of the pole base plate . Anchor bolts for mast arm signal poles shall be set so that two are in tension and two are in compression. The traffic signal pole heights and mast arm lengths shown on the plans and in the material summary are to be used for bidding purposes only. Prior to fabrication , the contractor, in cooperation with the Inspector, shall make field measurements to determine the actual pole height necessary to ensure a vertical clearance of 17 Ft. (5.2M) minimum, and 19 ft. (5.8M) maximum from the roadway surface to the bottom of the lowest point on the signal head assembly or mast arm and to determine the mast arm lengths required to mount the traffic signal heads over the traffic lanes. The masts arms shall be straight and level in the area where the signal heads are attached. These field measurements and evaluations shall be determined from the actual field location of the pole foundations, considering all above and below ground utilities and the existing roadway elevations and lane widths . 3.7.2 Transformer bases for pedestal poles 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 traffic signal 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. Where parts 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 bolts 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 reaming. 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 parallelism . Bolt heads and nuts shall be drawn tight against the work with a suitable wrench not less than Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 23 15 inches long. Bolt heads shall be tapped with a hammer while the nut is being tightened. 3. 7. 7 Field Painting of Structures : Surfaces where the shop coat of paint has been damaged shall be retouched after installation in compliance with Section 2 .20.1. 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 signals heads , signs, pedestrian pushbuttons and their mounting hardware to keep paint from splashing onto these components. Masking shall be removed after completion of the painting process. A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. All structures shall be air blasted using high pressure air to remove peeled paint and dust prior to application of new paint. 3.7.8 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 mill 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 tightening takes place by the "tum-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. 3.7.9 Grouting: The Contractor shall perform all work required to complete the grout work associated with installing the signal structure and furnish all supplementary items necessary for its proper installation. 3.7.10 Where signal poles and/or mast arms exist on raised foundations that are to be removed and installed on new foundations, the Contractor shall store these poles , mast arms , street lights , and wiring until they can be installed on their new foundations. 3.8 Installation of Signal Heads, Pedestrian Heads and Pedestrian Push Buttons 3. 8 .1 The Contractor shall be required to assemble all signal head units as specified in the plans or as directed by the Inspector. Signal and pedestrian heads shall be securely tightened immediately after signal head assembly has been installed. If any signal head assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the signal head assembly to the satisfaction of the Inspector. 3.8.2 The Contractor shall mount signal heads level and plumb. The Contractor shall position and secure the signal heads so they are visible as stipulated , in Table 4-1 of the TMUTCD. 3.8 .3 All signal heads or parts of heads not in operation shall be covered with burlap or fabric material until placed into operation . When the signal heads become operational , all existing heads no longer required shall be removed immediately. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 24 3.8.4 Pedestrian head assemblies installed such that the wiring to each head shall pass from the mast arm through the signal head bracing or attachment hardware to the signal head. No exposed cable or wiring will be permitted. 3.9 Controller Cabinet Preparation 3 .9 .1 Each controller cabinet shall be modified for use at a specific intersection in accordance with the instructions included in the plans. Each cabinet shall be prepared and tested for on-the- street use by the Traffic Services Division of Transportation and Public Works Department prior to field installation of the cabinet. 3.9.2 All wiring modifications made in conjunction with preparing the cabinet for use at a specific intersection shall be documented on the cabinet prints for that intersection. 3.10 Installation of Microwave Detector Units (Does not apply to this contract.) 3.10.1 Microwave detector units shall be installed as shown the Signal Layout Sheet of the signal construction plans. 3.10.2 The Contractor shall provide a technician to assist with adjusting and aiming the detector unit at the time of traffic signal turn-on , in order to comply with Engineer 's desired detection areas as shown on the construction plans. 3.11 Installation of Video Detection Units 3.11.1 The Contractor shall install the video cameras m accordance with the manufacturer 's recommendations in order to achieve the detection areas as shown on the construction plan sheets. The camera mounts shall be neat and plumb . The detector unit outputs shall be programmed by a manufacturer representative at the time of signal turn-on in accordance with the detector table shown on the construction plan sheets . 3.11.2 Video detection camera cables shall be installed in the conduit system at the same time as the other signal cables in accordance with Section 3.3.1. 3.12 Installation of Emergency Vehicle Detection Units 3 .12.1 Any emergency vehicle detection (EVD) equipment required in the construction plan set will be supplied by the City. Where practical, EVD receiver units shall be mounted to a rigid metal arm supplied by the City and banded to the mast arm pole upright on the intersection comer designated on the Traffic Signal Layout sheet of the plan set. The Inspector shall determine if the roadway sight line permits this type of EVD installation. Otherwise the EVD receiver units shall be mounted on the mast arms for the intersection approaches as designated on the Traffic Signal Layout sheet of the plan set. 4.0 INSTALLATION AND RELOCATION OF TRAFFIC SIGNS AND DAMPERS 4.1 The contractor shall furnish , install and relocate existing signs as shown in the plan set. Mast-arm signs shall be mounted with astro-sign brae or signfix aluminum channel or Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 25 equal as approved by the engineer. 4 .2 Metro street name signs shall be mounted level with the ground as shown on the standard Construction detail sheets. 4.3 Dampers shall be installed using Astra Sign Brae or Signfix Aluminum Channel or equal. 5.0 PRESERVATION OF LANDSCAPING, SPRINKLER SYSTEMS, AND PRIVATE PROPERTY 5 .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 . 5.2 The contractor shall relocate the ex isting EVD equipment. 5.3 No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 5.4 Removal of mail boxes in the way of construction requires 48 hours advance notice to the post office. 6.0 REMOVAL OF MISCELLANEOUS ITEMS 6.1 Removal and Salvaging of Traffic Signal Equipment All salvage materials will be delivered by the Contractor to the City at a location designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. The Contractor will ship and handle all salvage material (heads, poles, cabinets, cable, signs, amplifiers, etc.) in a manner so as to prevent damage to these items. Signal heads will be removed from poles prior to shipping. All cables must be secured in controller cabinets to prevent damage during shipment and handling. All screws will be tightened into their respective slots to prevent loss during shipping. The controller and all supplemental control equipment (conflict monitors, detector amplifiers, load switches , etc.) will be removed from the cabinet prior to cabinet remov al and given to the Inspector at the time of the signal turn- on. 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 will have three (3) working days to make repairs or supply like items, at his/her expense, for damaged items. If the Contractor fails 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. 6.2 Removal and Replacement of Curbs and Walks Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 26 (A) Contractor shall secure permission from the Inspector before cutting into or removing any walks or curbs which might be required during construction. (B) Where possible, dig under sidewalks. If the Contractor chooses to remove or cut the sidewalk, the concrete must be sawed and broken out and then restored to an equal or better condition than the original. 6.3 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. 6.4 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 the ground box to be removed shall be cut back to a minimum of 12 inches below the natural ground surface. 6.5 Removal of Signs The existing stop sign panels, or any grounded mounted signs, as -shown on the plans , will be removed after the traffic signals are placed in flash and before the signal is turned to full colors by City forces. 7.0 SAMPLING AND TESTING 7.1 General Notes (A) Initial testing of all materials, construction items , or products incorporated in the work will be performed at the direction of the City 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. (B) 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. (C) 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. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 27 (D) 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 require , for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge . 7.2 Concrete (A) All concrete materials , reinforcing steel , and preparation shall be in accordance with the requirements of the City of Fort Worth Standard Specifications for Street and Storm Drain Construction . 7.3 Vehicle Detector Loops (A) Prior to termination of the loop lead-in in the controller cabinet an installation test shall be made by applying not less than 500 volts DC to the completed detector loop. A minimum resistance of 1 megohm shall be obtained by use of a meger. (B) After the above tests are completed and the lead-in cable has been terminated in the cabinet, the Contractor shall assist the Inspector in determining the loop inductance of each loop detector. A detector loop analyzer shall be used to determine the total inductance of the loop in the pavement and its associated lead-in cable as well as to determine the percentage shift in loop inductance for various size vehicles that actuate the detector. 7.4 Signal Cables (A) The Traffic Services Manager or designee may require that all cables shall be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts DC applied to the conductors . (B) Each conductor in the multi-conductor signal 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 megohm . 7.5 Controller Cabinets (A) If the controller cabinet is to be supplied by the Contractor for this project, the cabinet shall be tested at a facility located within the Dallas/Fort Worth area. (B) The Contractor shall notify the Inspector or his representative a minimum of three working days prior to beginning the test period of his intent to test a cabinet or group of cabinets. At this point, the City may schedule an inspection team and notify the Contractor of the earliest date and time the team can visit. (C) Each cabinet shall be tested with a controller unit for a minimum of 24 continuous hours. The cabinet test will include conflict monitor functions , detector unit function Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 28 and load switch operation for conformance with cabinet hardware specifications, etc. The cabinet must successfully pass all items. Otherwise the test is restarted for another 24 hour period. 8.0 WARRANTIES/GUARANTEES 8.1 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 . 8.2 All faulty equipment shall be repaired within 15 working days of the Contractor being notified . 9.0 TRAFFIC SIGNAL MAINTENANCE DURING CONSTRUCTION 9.1 While performing work under this contract, the Contractor bears the sole risk of loss for damages to or destruction of any traffic signal 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 an intersection by the City . 9.2 The Contractor's responsibility for full operation and maintenance of all traffic signal equipment shall begin when he starts any type of work which effects active intersection control at the first intersection and shall extend through the period of final project acceptance of each intersection. This maintenance responsibility includes existing controllers/masters , existing interconnect and cabling systems, existing signal indications , existing vehicle detectors , new controllers/masters, new signal hardware , new cabling systems , and other hardware elements which are considered part of either the existing or the new traffic signal system. 9 .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 placing the intersection on flash , replacing load switches or detector amplifiers , erecting temporary control devices, requesting immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation . Such action will in no way relieve the Contractor of his operation and maintenance responsibility. 9.4 The Contractor shall be required to notify the Inspector or Traffic Services Division at least 24 hours in advance of any planned controlled change-outs or any other operational procedures. 10.0 BARRICADES 10 .1 The Contractor shall be required to obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division , 311 W 101h St. The traffic control plan (TCP) Traffic Signal Specifications -Part E June 2010 City of Fort Worth Page 29 for this project shall be as detailed on the Traffic Control Plan Detail sheets of the plan set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 10.2 If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish 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. 10.3 In addition, the Contractor shall be held responsible 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. 10.4 Subject to the approval of the Inspector, portions of this project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. 10 .5 Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway 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 engineer. 10.6 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 directed by the engineer. 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. 10 .7 The contractor will not be permitted to commence work on the road before sunrise and shall arrange his work so that no machinery or equipment shall be parked closer than 30 ft. (9 .14M) to the traveled roadway after sunset except as authorized by the engineer. 10.8 The contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. 10.9 The use of rubber-tired equipment will be required for moving dirt and other materials along or across paved surfaces. 10 .10 No lane closures will be allowed prior to 9:00 a.m . or after 4:00 p.m., Monday thru Friday unless otherwise directed by the engineer. 10.11 If at any time the existing traffic signals become inoperable , the contractor shall provide portable stop signs with two orange flags, as approved by the engineer, to be used for traffic control. 11.0 PAYMENT FOR FURNISHING AND INSTALLING CONTRACT ITEMS Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 30 11.1 The writ bid price shall be full compensation for placing and testing all materials as well as use of equipment, tools , labor and incidentals necessary to complete the work. Portions of the work that have not been approved by the Inspector will not be considered complete and payment shall be withheld until the Contractor has completed the work to the satisfaction of the Inspector. 12.0 EXPERIENCE AND QUALIFICATIONS 12.1 The Bidder may be required to supply a list of cities, towns, etc., where previous Contract work as been completed. 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 may not be accepted . 12.2 The Bidder shall also furnish information, as outlined above on each major subcontractor (i.e. manufacturer or fabricator of traffic signal structures , etc.) that will participate in this project. The City reserves the right to reject any and all subcontractors. 12.3 The City reserves the right to reject any and all bids and to waive formalities. Traffic Signal Specifications -Part E City of Fort Worth June 2010 Page 31 PARTF STREET LIGHT SPECIFICATIONS The City of Fort Worth's "Standard Specifications for Street and Storm Drain Construction" will govern this project, except as modified by the Contract Documents and the plans . A copy of these Standard Specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth , TX 76102 . "Texas Department of Transportation Standard Specifications for Construction o(Highways. Streets and Bridges ", latest edition, are also referenced by the plans and Contract Documents for signal installations. "Standard Specifications for Public Works Construction", latest edition, as published by the North Central Texas Council of Governments (NCTCOG) shall cover any remaining items not included by the Fort Worth or TxDOT Standard Specifications or modified specifically by the plans or Contract Documents. Detailed Specifications for Street Light Installation 1.0 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 go vern 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 control (Appendix A). 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 specified 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 ~ minimum of 48 hour notice. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 1 The Contractor's responsibility in regard to street light installation work shall consist 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 miscellaneous 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 equipment supplied by the City. 1.3 .2 Maintaining existing lighting system operations including 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 technician 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 repairs. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received 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 equipment supplied by others, the Contractor shall notify the Inspector. NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILLING THE REQUIREMENTS STATE D 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 Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 2 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 dri v ers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPE RA TE THIS E QUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 3 (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 requir ed 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 Puts , 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 materials supplied by the City, the Contractor shall have full responsibility for materials until the date of acceptance with respect to damage, theft, or loss. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 4 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 de v iations 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 Yi 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 withstand test loads equivalent to a velocity pressure of 23 .0 PSF at the nominal mounting height above ground line with appropriate coefficients 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 oflength, or not more than 1/16 inch in any four-foot section of pole. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 5 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 form , the standards shall be furnished with an aluminum "Breakaway Base ." 2.2.3.3 Breakaway Transformer Base: A cast aluminum 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 v ertical 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 wind loading requirements and , as a minimum, withstand 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 B108 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 opening . 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 Luminaire 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 pole 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. Luminaire 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 hav e a simplex fitting plate conforming to the "Street Luminaire Pole Details" sheet as provided. The plate shall have two-Yi 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. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 6 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 W' 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 refractor 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 refractor shall be crystal clear glass with refracting prism (IES Type III , 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 Detailed Specifications for Street Light Installations -Part F June 2010 City of Fort Worth 7 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) 100 150 200 250 400 1000 145% of Normal lamp Wattage 145% of Normal lamp Wattage 130% of Normal lamp Wattage 130% of Normal lamp Wattage 130% of Normal lamp Wattage 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 Rating, 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 minimum 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 circuit voltage wave. 2.3.4 Receptacle for Photo Electric Eye Lurninaires with 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 specifications and description: 2. 4 .1.1 Dimensions: The lantern shall be approximate! y 3 3 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 with any part of the acrylic globe. Each style of globe shall be available to purchase with or without the lantern. All mounting hardware and screws shall be stainless steel. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 8 2.4.1.3 If finial is requested, the finial 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 silicon 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 Lightning Inc . Globe# FP127. 2.4.1.5 Globe II: This 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 III refractive pattern with house side 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 Dynamic 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 III: 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 III or Type V refractive pattern . It shall be composed of a clear impact-resistant acrylic material that is ultra-violet resistant for up to 10 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 Adv ance 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. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 9 • 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 outside 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 Luminaire 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) slip holes for mounting on four anchor bolts . The base flange shall be provided with at least Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 10 an 8-inch diameter hole for conduit projection. Le veling 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 with the dimensional requirements as set out in the "Street Luminaire Pole Base Detail Sheet" as provided. 2 .5.7 Finish: 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 fi e ld touch-up after installation. 2.6 Conduits and Related Hardware 2 .6 .1 Conduit: All polyvinyl chloride conduits, 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 edition of ASTMB-8. 2 .7.4 Insulation shall consist of cross-linked thermosetting polyethylene, meeting the requirements ofIMSA 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 height. 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 reinforced polymer. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 11 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 f oundations shall be continuous pour in place . 2.10 Hardware Paint (Section 2.10 is for information on ly 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 finish coat color shall be specified on each task order and will vary accordingly. The follow descriptive names of finish coat colors are permissible within the City: • Brick Red (RAL 3009) • Black Green (RAL 6012) • Yellow Olive (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 Universal Primer or approved equal. This is a 100% acrylic primer for all types of surfaces, including galvanized finishes. 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 Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 12 2.11 approximately three hours with an average dry film thickness of 1.4 mil. The paint quality shall allow 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 A WG solid copper wire. The conductor shall be bonded to all ground rods. 2 .11.2 Grounding rod electrodes shall be copper-bonded steel being 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 Appendix 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 submit a sample unit for review and appro val by the Traffic Services Manager 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 direct 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 conduit, 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 facilities required to complete the construction plan set. The Contractor will be required to coordinate with all local utility companies , long distance communication companies , City utilities , railroad companies, and Dig Tess , if applicable, to ascertain exact locations of conflicting underground services. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 13 - 3.2.3 3.2.4 3.2.5 3.2.6 3.2.7 3.2.8 The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. When boring is used for under pavement conduit installations, the maximum allowable overcut shall be 1 in. (25 mm) in diameter. When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 in. (457 mm) as measured from the intended target point. 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. 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. 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 fittings shall be of the sizes and types shown on the plans . Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 3.2.8.2 Conduit terminating 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 conduit. 3.2.8.3 Exposed vertical conduit shall be galvanized 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 cable 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 conduit. 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 their ends of connected conduit together to produce a good rigid 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 Detailed Specifications for Street Light Installations -Part F June 2010 City of Fort Worth 14 by the Inspector, the Contractor shall draw a full-size 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 conduit 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 permitted only to lubricate cuttings. Water jetting will not be permitted. 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 jacking and boring method used shall not interfere with the operation of streets, highways, or other facilities, 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 .8.10 The Contractor shall provide adequately bent conduit and shall properly Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 15 excavate so as to prevent damage to the conduit or conductor by a bend radius 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 continue with the same material (metal to metal or PVC to PVC). 3.2.8.12 Each length of galvanized rigid metal conduit, where used , shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. Metal conduit and fittings shall have the burrs and rough places smoothed . Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 3.2.9 Existing Conduit 3 .2 .9.1 Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 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 tension in each case. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 16 3 .3 .1.3 In existing conduit where new cables are to replace existing cables, the ex it 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 cables, 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 responsibility 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 adequat~ly lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be one of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 3.3.1.6 Cables shall be neatly trained to their destinations. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. 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 Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 17 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. Incoming cables shall be trained to their destination and neatly laced together. 3.3.4 Luminaire 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 circuit 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 Luinaire Electrical Connection Details. 3.3.5 Luminaire 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-line 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.l Splices are strictly prohibited inside conduit runs and , if made in ground boxes , must be made water tight. All splices shall be made only at locations that are specified in the plans. 3.3 .7.2 Splicing 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 trained 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 remo ved. 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 wire shall be twisted. If more than two (2) wires 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. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 18 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 considered 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 fail to meet these requirements , then ten more splices shall be selected at random by the Inspector for examination. 3 .4 Ground Boxes 3.5 3 .6 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 Grounding Connectors and Electrodes 3.5.2.1 When the location precludes 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 required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 6 AWG copper wire . 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 grounding rod shall be driven into the ground to a depth sufficient to provide the required resistance (10 ohms) between electrodes and ground. 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 determine the Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 19 3.7 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 ex plosives will not be permitted . 3.6.4 Foundations shall be constructed to the dimensions shown on the plans. The Contractor is required to make certain 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 vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats 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 until 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 with material equal to the original composition. 3.6.6 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 . 3.6.7 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. Installation of Lighting Structures 3. 7.2 The Contractor shall install all structures in accordance with 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. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 20 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 bolts 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 reaming. 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 parallelism. Bolt 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 with 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 mill 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 tightening takes place by the "tum-of-bolt" method. Any bolt tightened by the calibrated wrench method ( or by torque control) shall have a hardened washer Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 21 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 installation. 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 splashing onto these components. Masking shall be removed after completion of the painting process. A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. All structures shall be air blasted using high-pressure air to remove peeled paint and dust prior to application of primer coat. 3.7.8 Where poles and/or mast arms exist on raised 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 ofLuminaires 3.8.1 Luminaires shall be securely tightened immediately 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 mailboxes in the way of construction requires 48 hours advance notice to the post office. 5.0 REMOVAL OF MISCELLANEOUS ITEMS 5.1 Removal and Salvaging of Existing Lighting Equipment 5 .1.1 All salvage materials will be delivered by the Contractor to the City at a locations designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 22 5 .1.2 The Contractor will ship and handle all salvage material in a manner so as to prevent damage to these items . Luminaires 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 will have three (3) working days to make repairs or supply like items, at his/her expense, for damaged items. If the Contractor fails 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. 5 .2 Removal and Replacement of Curbs and Walks 5.2.1 Contractor shall secure permission 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 cor1struction 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 Initial testing of all materials, construction items, or products incorporated in the work will be performed at the direction of the City 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 Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 23 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 require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made . The Contractor shall furnish adequate samples without charge. 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 termination . 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 bears the sole 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 which effects operations of existing lighting systems and shall extend through the period of final project acceptance . Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 24 This maintenance responsibility includes ex1stmg cabling systems, existing lighting systems -including lamps, new controllers, new hardware, new cabling systems, and other hardware elements 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 PERMITTING 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 furnish 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 responsible 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 with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. 9.5 Barricades and signs shall be placed in such a manner as to not interfere with 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 directed 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 machinery or equipment shall be parked closer than 30 ft. (9 .14M) to the traveled roadway after sunset except as authorized by the engineer. Detailed Specifications for Street Light Installations -Part F June 2010 City of Fort Worth 25 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 will 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 expenditures. 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 City. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 26 PARTG CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW CONFLICT OF INTEREST QUESTIONNAIRE EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CITY OF FORT WORTH CONTRACT F-1 -.-• ·-. . , ..... .- DESCRIPTION OF OPERATIONS SECTION CONTINUED DATE 11/9/2010 CERTIFICATE HOLDER: INSURED: CITY OF FORT WORTH Durable Specialties, Inc. 1000 THROCKMORTON 2303 Paddock Way Drive Grand Prairie TX 75053 FORT WORTH TX 76102 DESCRIPTION OF OPERATIONS CONTINUED: the policy. DOC (10/2003) Page 3 of 3 .- CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: OCTOBER 192 2010 NAME OF PROJECT: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS TO BE DETERMINED PROJECT NUMBER: TPW-TS-2010-00030 IS TO CERTIFY THAT: DURABLE SPECIAL TIES, INC. is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bod ily Injury : Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage : Ea. Occurrence : $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea Occurrence: $ __ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea. Person: $ Ea. Occurrence : $ Property Damage: Ea. Occurrence: $ Bodily Injury : Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered : ----------------------------------- Des c rip ti on of operations covered:----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured , the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached . · The C ity , its officers, employees and servants shall be endorsed as an additional insured o n Contractor's insurance policies excepting employer 's li a bility insurance coverage under Contractor's workers ' compensation insurance policy . Agency Insurance Company: ___________ _ Fo rt Wo rth A gent By __________________ _ Title ------------------Address _________________ _ 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 employed on City of Fort Worth Department of Transportation and City of Fort Worth Project No . TPW-TS-2010- 00030. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR DURABLE SPECIAL TIES, INC. Title: x{Q~·1c\g,a"t Date: \ \-l5-)'D °""' A u..~efore me, the undersigned authority, on this day personally appeared ...J-\'.'T1r~C-&~Q..O , known to me to be the person whose name is subscribed to the foregoing strum nt, and acknowledged to me that he executed the same as the act and deed of DURABLE SPECIAL TIES, INC. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this ,o ~ay of N~wer.20 j Q Bond No. 2454736 PERFORMANCE BOND THE ST ATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OFT ARRANT § Great American Insurance That we (I) DURABLE SPECIALTIES, INC. as Principal herein, and (2fompany of New Yorka corporation organized under the laws of the State of (3) New York 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 Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: ONE MILLION THREE HUNDRED AND FIFTY EIGHT THOUSAND DOLLARS AND ZERO CENTS ... ($1,358,000.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 19 of OCTOBER, 2010 a copy of which is attached hereto and made a part hereof, for the construction of; 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARJOUS LOCATIONS TO BE DETERMINED NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold hannless 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; otherwis e, 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 liabilities on this bond shall be detennined 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 !2 of OCTOBER, 2010. ATTEST: Ji, ~ /- ~lA/vwv 7~ (Principal) Secretary (SEAL) J2ozt~~ _ . T'1 Address ~ x. (SEAL) PO BOX 535969 GRAND PRAIRIE. TEXAS 75053 15305 North Dallas Parkway, Suite 1100 Addison, TX 75001 (Address) NOTE : Date of Bond must not be prior to date of Contract ( t) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety / ..... , ew York Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. 15305 North Dallas Parkway #1100, Addison, TX 75001 (Address) GREAT AMERICAN INSURANCE COMPANY OF NEW YORK NewYork Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No. O 16961 POWER OF ATIORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name JACK M . CROWLEY WAYNE A COBLE PATRICIA A. SMITH Address ALL OF DALLAS.TEXAS This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. Limit of Power ALL $75,000,000 IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of OCTOBER 2009 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK STATE OF OHIO, COUNTY OF HAMILTON-ss: DAVID C. KITCHIN (513-412-4602) On this 22ND day of OCTOBER 2009 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated July 27, 1995. RESOLVED: That the Divisional President, the Divisional Senior Vice President, the several Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds,· undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at anytime. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, EVE CUTLER ROSEN, Senior Vice President, General Counsel & Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of July 27, 1995 have not been revoked and are now in full force and effect. Signedandsealedthis 19thdayof October , 2010 S1185E (4/08) THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond #2454736 PAYMENT BOND KNOW ALL BY THESE PRESENTS: Great American Insurance That we, (1) DURABLE SPECIALTIES, INC., as Principal herein, and (2fompany of New York --~ a corporation organized and existing under the laws of the State of(3) New York as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MlLLION THREE HUNDRED AND FIFTY EIGHT THOUSAND DOLLARS AND ZERO CENTS ... Dollars ($1,358,000.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors , administrators, successors and assigns, jointly and s everally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 12..day of OCTOBER, 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES ATV ARJOUS LOCATIONS TO BE DETERMINED 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 th e work under the contract, 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 liabilities on this bond shall be determined 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 representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this .!2 day of, OCTOBER. 2010. ATIEST: DURABLE SPECIAL TIES INC. PRING AL G11d1~ (Principal) Secretary PO BOX 535969 GRAND PRAIRIE, TEXAS 75053 ~~·, Secret3f\'PatriciaA.Sniirn ~ Great Amedcan Insur ~ York :~REW Name: Jack M. Crowley Attorney in Fact NOTE: (1) (2) (3) Address: 15305 North Dallas Parkway Suite 1100 Addison, TX 75001 Telephone Number: 972 -385-9800 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, 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. GREAT AMERICAN INSURANCE COMPANY OF NEW YORK NewYork Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513 -369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No. 0 16961 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoi~t the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name JACK M. CROWLEY WAYNE A COBLE PATRICIA A. SMITH Address ALL OF DALLAS.TEXAS This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. Limit of Power ALL $75,000,000 IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of OCTOBER 2009 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK OAVID C. KITCHIN (513-412-4602) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 22ND day of OCTOBER 2009 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated July 27, 1995. RESOLVED: That the Divisional President, the Divisional Senior Vice President, the several Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds,· undertakings and contracts of suretyship, or other written obligations in the nature thereof,· to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, EVE CUTLER ROSEN, Senior Vice President, General Counsel & Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of July 27, 1995 have not been revoked and are now in full force and effect. Signedandsealedthis 19thdayof October , 2010 S1185E (4/08) Bond No. 2454736 MAINTENANCE BOND THE ST A TE OF TEXAS § COUNTY OF TARRANT § Great American Insurance That DURABLE SPECIALTIES, INC. ("Contractor"), as principal, and Company of New York __ ...._ a corporation organized under the laws of the State of Ne w York , ("Suretyn). 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 MILLION THREE HUNDRED AND FIFTY EIGHT IBOUSAND DOLLARS AND ZERO CENTS... Dollars ($1,358,000.00), 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 , ass igns 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 19 of OCTOBER, 2010, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT VARIOUS LOCATIONS TO BE DETERMINED the same being referred to herein and in said contract as the Work and being designated as project number(s) TPW-TS-2010-00030 and said contract, including all of the specifications, conditions , addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS , in said Contract, Contractor binds itself to use such materia ls 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 (2) years ; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Eng ineering , it be necessary ; and, 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 its 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!! counterpart(s), each of which shall be deemed an original, this 19 day of OCTOBER, A.D .2010. ATTEST: (SE AL) Secretary ATTEST: (SEAL) ~~~~ DURABLE SPECIAL TIES INC. Contract CJ.I) ., Title: _ __,_......,..""--''-"'---'--------<"'-- Great American Insurance Company of New York Surety Title: Attorney-in-Fact 15305 North Dallas Parkway, Suite 1100 Addison, TX 75001 Address GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 4 5202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No. 0 16961 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That t he GREAT AMERICAN INSURANCE COMPANY OF NEW YORK , a corporation organized and existing under and by virtue of the laws of the State of New York , does hereby nominate, const itute and appoint the person or persons named below its true and lawful attorney-in -fact, for it and in its name, place and stead to execute in behalf of the sa id Company, as surety, any and all bonds , undertakings and contracts of suretysh ip, or other written obl igations in the nature thereof; provided that the liabil ity of the said Company on any such bond, undertaking or contract of suretysh ip executed under this authority shall not exceed the limit stated below. Name JACK M. CROWLEY WAYNE A COBLE PATRICIA A. SMITH Address ALL OF DALLAS .TEXAS This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact nam ed above . Limit of Power ALL $75 ,000 ,000 IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate offi cers and its corporate seal hereunto affi xed this 22 day of OCTOBER 2009 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK DAV ID C . KITCHIN (513-41 2-4602) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 22ND day of OCTOBER 2009 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati , Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated July 27, 1995. RESOLVED: That the Divisional President, the Divisional Senior Vice President, the several Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds,· undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their a uthority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, EVE CUTLER ROSEN, Senior Vice President, General Counsel & Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of July 27, 1995 have not been revoked and are now in full force and effect. Signedandsealedthis 19thdayof Oct o ber , 2 010 S1185E (4/08) THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 19 day of OCTOBER A .O., 20!!!, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, DURABLE SPECIALTIES, INC., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: I. 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: 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES ATV ARIOUS LOCATIONS TO BE DETERMINED 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of th is contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( I 0) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable d liJi,,....,,.,~,,..<A Att"r""'tfl commencement thereof and to fully complete and finish the sa me ready for the inspecti the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort Worth within a period of One Hundred & Eighty (180) days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and 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 $200 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fix ed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or 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 the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 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 Owner, its officers, servants and employees, from and against any and all claims or s uits 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 .. 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 Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor a gain st whom a claim for damages is outstanding as a re s ult of work performed under a C ity Contract. 7. T he C ontractor agree s, o n the execution of thi s Contract, and be fore be OFFICIAL RECORD CITY SECRETARY exe c ute and deliver to sa id C ity o f Fort Wo rth goo d and s uffici e nt s urety ~o-n~s _,...o-r.....,.,,t -e--,.a-,..,.,t ,_,,_u..., pe rfo rmance of the term s a nd s tipulation s o f the Contract a nd for the pay ment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be for I 00 percent ( I 00%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City 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 successful bidder hereto attached and made a part hereof. Payment will be made in 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 (including/excluding) alternates n/a, shall be ONE MILLION THREE HUNDRED AND FIFTY EIGHT THOUSAND DOLLARS AND ZERO CENTS ... Dollars, ($1,358,000.00). 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 else by said Contractor without the written consent of the Director of the Department of Engineering. 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 . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be s igned in 1 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in 1 counterparts with its corporate seal attached. Done in Fort Worth , Texas, this the 19 day of OCTOBER, A .D, 2010. OFFICIAL RECORD CITY SEC~ETARY FT. WORTH, TX APPROVAL RECOMMENDED: 4V£~ .~ILLIAM~~- DIRECTOR, DEPARTMENT OF TRANSPORT A Tl ON/PUBLIC WORKS ATTEST: DURABLE SPECIALTIES, INC. PO BOX 535969 GRAND PRAIRIE, TEXAS 75053 CONTRACTOR TITLE ry , 1) I PyJx, 535 C,(A 0J van cl f1W f1 f 11&. 15053 t:Jtq ADDRESS Nove mber 1960 Revi sed May 1986 Re vi sed September 1992 Rev ise d March 2006 CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER contract Authori z a tioa \C) h'i \\"t> Dat B CITY SECRET ARY (SE A L) APPROVED AS TO FORM AND LEGA ~ SST.CTY ATTORN EY OFFICIAL RECORD CITY SEC~ETARY FT. WORTH, TX 1,. r DURABLE SPECIALTIES, INC. P.O . Box 535969 Grand Prairie , Texas 75053-5969 972-296-6324 CITY OF FORT WORTH PI TRCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TX 76102 2010 SIGNAL GRANT TASK ORDER CONSTRUCTION SERVICES AT V ARIOlJS LOCATIONS CITY \\'IDF CITY PROJECT NO. TP\\'-TS-2010-00030 Bid Ti t le and N umber: City of Fort Worth Finance Department • Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 E mployee Signature: ----------:---b-f-''--------------------------'-=---- 1 \. PARTH TRAFFIC SIGNAL GENERAL NOTES AND DETAIL SHEETS TRAFFIC SIGNALS Each signal install alioo con1i1t1 of Iha following ~incii,11 111111: 1. I. lutll~ Cllllrolltr CIIHall, tlldlor boll,, 1191111 polll , IWI Ital, all sifNI ligftl , t1911 ,ostl, Slrtll lifM n, 111d llfffl lighl HH1 and 1lldriul peffllll ltffice If lllown on pl1111 . I. 2. h11 llhini) 111d ia1Wli11g 1ig1M Mada, ptd111riaii kids, pt611trilll kdona •illl illt19ral fllu, COM11it, grouM bo1u. dellelor loops, 1l9111l cabll ,ground rod11ndmul1rm1tablli1111 wftll 1K1Mnlillghardw1r,. 1. l. Furnl1hl119 IM pl1Cirt9 ,u concr,11 Hd r1lnforclng IINI tor UM IIQHI polt fou11d1ti0111 Hd C1bin1t lo1111d1Uon1 1fld g101,1nd boa IPIOIII . t. t Fur-.!1111119 1114 iftsttll~ HJ other ltn11 not Htttd 1llovt wtilch 111 &Ndtd lo proYidt, coapl11t tr11'K li9A1I wittl wellidt dtlK!iOfl (Loop Otltctor1 Of VIVIDS 01 lll lcroloo p Probt1) 11 Cllltd lor In IN plant 111d aptdllclUoa1 . Th CotltlrldOf W W nolity Traffic StnicH OiYiaiOfl (117·312-7731) 1t 1t111 ON Wffl pno, to 1tlrtiftg wort on Uli1 project . E~ulpment s11pplitd br Ult Cilr will l>t 1t1illbl1 for pick up from !lit T1wport1liOl'IIPublic WorU (TIPW) W111bOUH 11 M101 JamH A,enu, and/or ll'll 8rtnlllfl Strrita Ctttltr •t 2500 lrtnnan Awt . 711N . TIit projKI l111p1ctor 11111111tllorizt all equipm111t pickupi . t Con1t,ctor will onJr bt lllowtd to •ork ftoa 1:00 u1. to uo p.•. ulltu OlNl'liM uttlorizff IIJ En9in11r. S. EJl1Ung1ijntltqulp11tnt1ll1Ur111ainlnpl1e11ndo1*lli~u11Ul11Ptq11Jp11111tlllnpl1ct1nd,"4ytoopefllt. ElJ1t1,g 1topll9n11ndpotll rlllbt r1•oftdbJCltrfor,111torbtlor1thtllgn1lh1m-on. Unlt11 dlrtf.ltd bJ lht Engillttf, 1i9nal1 1h1n bt plactd in twll op1r1tion NlwNn 1:00 1.111. 11M1 12:00 p.•. (nOOft) on Monday lllr0119h Tllur1d1r only. A flpflHnlltin lroa 111, Tr1ffk Strvi1.11 Oi,illon Pall bt P,I Hll dt• lM •lfMII ii plef.ld ill oper1tio,;. TIit Contractor wll canlact T,afflc S1rvlca1 Olrlll03 (117·312-7731) lo'"'"" llltt 111d d1t1 of lf8nll luni-on . I. THI period for 1lgnal1: Dllct lH ptt11an1nt li9111l1 hvt IINI inslalltd and placed ii operalioA, thtJ &11111 operall conlinuo111ly !or 1 111ini111111110130c11tndud1y1h1111ll1f1ctory1Hnntr. Dllringlht!Hlpt1lod,tll1Contmtor1hatlr1p1ir1nr1S111functlo'11to,quip111nl 111,upplltdo,iUllprojfa. NiJlaihirttd111i1111btJO d171willt11H ~tlNl"'iocllolllrtoJ1r. FOUNDATIONS Ol1111n1lon1 1hown on pl1n1 for location, ol 1ign1l lound11ion1 , conduit, lfld otllu iltmt 1111r bt nritd to •ttl local f.Oflditlont, tub/tel loapprowalol£nginttr. ?. C<1111r1elo11ll1Hconl1cttll1Citrprio,topou,in9cabin1I round1tlonto b11ur1th1t11mpl1tu111dboltp1Utrn1utcorr1ctfo,t1p1of "bl11 1tbtin91 up pli1d. TbCltywi11111pplJctbin1IIOW1d1tion1ndlorbolt1. l. Ho1l9n1lpol111h1llbtplat1donfound1Uonsp,lort0Hmday1follow!ngpo11ring of1.0ntt111 . t Colltmtor shall ci11n up and rtaofl fro11 .oR ar11 all loo n 1111t1rill ruulUng from 1.0nstrucUon operalion111ch day btfora woR is 1u1p1nd1d. $. Controlltrt1birl tllound1tion1nd1pr0Ath1llbldm'A'concrtl1. I . Conlrolttrubl111tcon1.r,111pronlll1Uba1ub1ldi1ry10111tbldiltmlo1tlltcontrolltr"bin1tlGU1datio11. CONTROLLER ANO CABINET I. Contr,cto,1h1Uln1t1llcont,o11erublr!1t1ndconflld1Hlitldrlru . 2. CIIJwlHlntllll tlgnal U111ln 911dp109r111cant1oller.conflld111onltor,and 1od111. CONDUIT Rlg id11tlllcondui1(2'J1ll1llbtu11dl0Jf.onduit1lllciltdtowoodpolt1unot1donplan1. ?. A canlinuo111 grou ndtd 111lt• ,111~ bt prowlotd ln PVC COflduit bJ runni11g 141 b111 capplf wilt iR canduil btlwpn lound1Uon1 and groundlog1t11ehfoundaUon9roundrod . l. II 61 1, dtllnniHd u.11 ii it i•pmlical to pl11.1 conduit bJ boring won 111fltt 01 roadrar, op111 trtndl 111tllod NJ bt u11d jwMh tht ,ulllollullon ol 1111 EnglnN<) 11110 1ddmon11 ml to 111, CIIJ. In 1111 1ml 1~11 opta lttndl 111ttllod r, ultd , 111, lttndl 111,u bt ,eco111tn1cltd II III01111 In the City of For1 Wllrth S1111dard Sptafkationt for SlrHI ud Sin Drain CoMtruction for ttendl rapair ol ltle nriou1pev11nnllJp11 . SIGNAL HEADS I. All1'9111J hudalllallbe1.aJ1rNwitll1pproffd1Ultrialfr0111Mli111ofin1llMlliolllfllillllttig11l i1pllCldl1opt11ti011. 2. All1ig111lll11d1U1chmtnl11llallbld11Jgn1d111chlhlllh1wirin9 lo11cllll11nal llud 1hllp1wlroalllt •Nl1n1Ul rough1rainliglll connKlor (CruH Hindt, 1tr1lght bodr allt thr11d, Par1 No . CGB217 or 1ppro,td equal) lo tht tifHI hud bracing or attldlll'llfll hard•lft lo 1M •ifll•I htld . A tlUH IIIOUnl of 11pottd 'mrig ,11,11 for 11 I drip loop . l . Conllldof 111111 111W,y all 1191111 1n4 ptdHltl1t llNd IIDVfllklg hard•att. a.111-Slltll l'IOllnlJ1g 1u111bllu lllaU Ot 11Md !or ptdalri1n lndlulion,. t Slgnal HHdl (all di1play1) 1nd ped11tr/1n Wilk 1nd Don't Walk heads 1h1ll1hav, L.E .D. lnttrta supplied by the contr1ctor. Atl l.E.D. aignat Indications shall VEHICLE DETECTORS / VIVDS (Video Imaging Vechici e Detection Syst1m) Yehiclt Olltclor loopt fAIH bt ln1t1Utd in KCOl'dl!K.I with tilt lftllrltctioa IIJDllll in -Ill P'int ot II dirtdtd •1111t En11inttr. loo, Nltdor lud~II tlbln IMII bl NII COfltiftlloullJ widloul ~ fnNI tlle Qirblife pwll bell lo tllt e:onlrDlltr. bdl loop fflKlor llld•ill ublrl 111111 M llatt4 l11sidl lllt to11ltoller tlllilltl • IOOfl IIOlllion II gon OIi .. illllllClloll llJD411. Oo IIDl run loop detlt\of wlru Of loop IHd·WI wirn acrou up1ntiol joinll or acrou I joint of two clifftrtnl paw1at1I IJj111 . VIVOS: TIit Contrador uiM l111lll, ala ud pr09r .. 1U ,ldlo dlt1don (indudilli fldto cailt) n sllon on 1111 plm. Fumilll and in1t1II HON-I NTRUSIVE MICROlOOPS upllINm of 11op blr H 1hown on IAt pi,na. MICROlOOPS tlllU bt 3M Model 702 or appro,td tqi,11 lad 111111 bt icif11Utd In 1uord11ct lrilll tlll 111t1~1durtr'1 rlCOIJNlldlliont. fldl ttl of lwo or lflrH llllcroloop Pfobtt till! b'fl I "4>111-fUfl Ullt, 1fbidl t/111 bl f.Olltill!iD411 'fithoul lplictl belwtN th '4M!lrolltr tabintl and 111, ground bo1 tdjlcanl lo 1M 111 of proitt. Such Clbl1 WII bt a11111rtd 111d paid for IIJ Ult nuabtr ol linur IHI lurn ithtd Ind in1IIJltd . Th• MICROLOOP PROBES 1h1II be mHaured ind paid for by the quantity of eech furnlahtd 1nd in1t1111d . The condu it bored under the ro1dway and the cabl11 1nd earlier mechan l1 m that are lnttrted into the conduit wm not bl m111ur1d bul will be considered as Incidental to lhe probH . The 111oci1ted vehlcie d1tectora to be inatalltd in the controH1r cab inet 1h1II bl furnl1hed by the contractor. Such delectora will nol be meaaured but will bt considered II Incidental to the prob11 . MICROLOOP ground bo111 111111 b1 uttd for Miaok>op,. Thul Of(lllnd bo111 uall have I depth 1ucll t111t th1 conduit and earritr 11tcillni,. 1h11 ii bOl1dundtrlfltroad•11111a1tbtltwtlwillllfllp,OOI. WAVETRONIX SMARTSENSOR'" ADVANCE SYSTEM TU City will hmttlll Wntllorlix S.1r1 StnlOt' ,_. AdHnf.l ,qulp1H11I and cablt unltu notld ollllrwlu on th• plant. The Conttaclor 111111 install tht Wntlronl.l: SaartS1n1orn• Achane. unll 11 1II01n 0111111 plans afld 11111 on, f.Ofltlnou cablt lroa 111.II wllil to tilt cablntl. OPTICOM EMERGENCY PREEMPTION EQUIPMENT TIit CitJ will luml1h Oplif.D11 Prttmplion a~uipmtnl: d1lectort , OpUco111 cable, and di1uimin1lor un ill when lllow11 on pl1111. TIie Contractor 111111 in1t1n !hi OpUcom d1t1clo11 on !hi m11I arm 11 1hown on lht plant, and run ont continuou, OpUca111 ttblt l1omlll1d1t,clorlollltQlli111t.Cil Jlrill111Ucoo111diou. 2. IIEY.: UPDATE NOTES FOR TRAFFIC SIGNS AND PAVEMEHT MAIIIONG$ ANO OPTICOM EMERGENCY PREEMPTION EQUIPMENT tY H. IELTRAN Ol·JO·OI. 1. IIEV.:ADO NOTU FOIi WAVETRONIX SMAIIT SENSoi.'"'AOVAACE tY H. IELTRAN 05 •2t.ot. meet the l1t11t lTE 1t1nd1rd1 1nd shall b• GE Lumination . All L.E.O. 1isin1l1 1h1U be of the lncand11c1nt app111anc1 . All Gr11n L.E.D. signal, ahall hue a clear lens . DEPT OF TRANSPORTATION ~T°\\oR AND PUBLIC WORKS TRAFFIC SIGNS AND PAVEMENT MARKINGS All lr1ffi, 1l9n1, th1lr poal1 with brukHIJ d11Jgn but lllown on 111, pl111 wm bt lurnialltd bJ t111 CitJ u1Vfl1 notff olhrwiH 01 U11 plm. All poll aftd 11111a111.wounltd 1f0111 i111n b1 lna11lltd bJ UttConlmtor. CIIJ will l1r1ltkMOUnli1g kardwtr1 for lllttro Signs onlJ. All 111H•lfll Nrti1191 will bl furlli•••d ind illtlllltd by tllt Collttador unltu HIid otfltnri11 o. Ille plln1. Wlltn 1hown on pl1n1 lht ptd11trl1n 111111 and pU1h button numbly t/laH bt equal to Ptlco numlltr SE -2011.al ,no Ult ,19n dt1lgn 1ttd R10-48 ,hall bt Ptlco nullitr SF-1011-S or 1q111I. Tht Plllh ButtOfl IMN bt equal lo Pol1t1 Engfn N rlrig, In,. part n1111b1r 80lM2 ·Y. TRM'FIC SEftVICES DIVISION GENERAL NOTES (Sheet 1 of 2) "-!~1.11.AOiN.l."11·,.11_.1 I __ ...... 1HH1N11v1111111N1LL 011111 : t-u_., I 01111111,...,,...,. •• , 1 .,.,n••· 2 o1 EXISTING UTILITIES 1. Appro•lm•I• loc1t1on and dlmen1 lon1 of known underground utm u .. hH bHn ,hown on lh1 plan, lhHtl tor .. ch lnt1rHcllon . Th• Eng lnHr 111umH no r"pon1lbillty for the accuracy of tht ulillty loc,llon, shown on tht pl1n1 , 2. Contt,cl o, .~.rl COD!act tltt loU0'1119 llllllty COIIIPIIIII• IIMI .... clN -H b in ,,1or lo dol19 HJ .on. II IRJ loceliOM: 2.1. Atmot Er..ro -----------------------l•mtrgency No .:1800-817-8090) tor lln1 lo~tn: ----------------------l.f00•3«•1377 2.2. AT&T : -------------M00-216--1313 , ror un1 logit11 : 1.aoo..gaa.134, 2. 3. Cll1t1tt Communic11ion1 --------------------------· 1-188-937 -2<427 2.4. TXUEltctric ------------------------------------t-lU-:SIJ.1112 2.5. Cl~ ofF,n w.r,, Wlltr Dtpl. ----------------------· 11747 1-1218 2.8. CitJ ol fo1tWorttiTIPWOtpl.(T11ffic Sffllct1Divtlo1) 117-312 -773' jfu.: 117-392-2533) 3. ConU1c\01111111 be r11po11i~1 lor ~, lolltri19 11 u Mdilioql ml 1G lM City: 3.1. Preventing 1ny property d1m1ge to property owntf'1 pol11, fenc11 , ahruba , mellbox11, etc. Any damaged property will ba r11tor~ 11 directed by Eng ln11r. 3. 2. Land,cap lng and Sprinkler Sy,ttm • the contra ctor sht /1 ad just and repa ir any u:latlng landscap lng and Iha ,prlnklar 1y1t1m, H dlrectad by the Englnatr to allow for the ptacament or all signal equipment and 1ld1walk and ramp,. Thi, ,hall ba done In a manntr equal to or batter than the ar,11 adjacent to the damaged ar111 , Th i• wont 1haU bt con•ldtrtd aubaldlary lo tha contract. 3. 3. Prov iding ,ccua to all driveway, during conatrucllon. 3.4. Protecting an undarground and ovtrhud utlllllH and repa ir any damag11 . 4. No addit iona l payment will be made for rtlocaUon of any foundation, or condu it due to locallon of Hitting u1Wl i11. 5. Tuu Stat, law, Artlclt UJIIC, mak11 unlawful u,, opera tion of aqu lpmant or machlnt1 within 10 fttt of any ovtrhttd alt ctrlca t lint unltH danger aga lntt conla cl with high voltage overhead linH hH tlHn tfftcllvaly guarded aga ln,t purtuant to the provi,ion, of th• articla. Whan con,trucllon oparellon, raqu lrt work ing naar an ovtrh11d electrical lint, the Conlrtctor 1h1U contact tha ownar /oparato r of tht ovtrhttd eltctrlcal lint to makt adtqutlt arrangem t nlt and to l t ke necenary 11f1ty precaution, to 1n1ure that all law,, electrical Una own1r /opar1tor requ irement, and ,tandard lndua try 11fety practlcH art mtt. II. II any City of Fort Worth water utility ii In tha vicinity of a propo11d pol t foundat ion (w ith in 3.D fett), then th• Contractor will hand dig lo uncover tht wat11 llnt and verify thtl lht propoHd pol, toundttion lo"tlon i, 11ti1factory. Tht Con tract or ,hall bl liable for all damagH done , and rtttoralion to utilitlH 11 • rttult of hi11h1r oparallon,. 7. Watar and 11war rntln, mu,t bt locat,d pr ior to con,truction by conltcllng 871 -82 75. Any damagH lo th• utilllltt II a rttult of Contractor·, optralion ahall be rapalred by th, Conlrtclor', axpan11 . MATER IALS 1. City will provld• th• materiala thown on the Htlmate ,ummary ah11t(1) axcept il1m, with th• word CONTRACTOR l n tht FURNISH BY column. Contractor may be rtqulr1d to purchu, City 1upplled 1qulpment and mattrlal, from City. The colt for equipment furn ished by the City, to bt purc:hued by the Contractor from the City 1, 1hown on tht E1Umat1 Summtry thttt. 2. Contm tor shill provld, lttmt II nol1d on 111, 11Um11, 1um1111ry 1h11l{1) 11 nolld by the word CONTRACTOR tnd 111 1ddltion1l lltm1 not 1pecllladto compl11t lfl1 con11lualon ol 1!11 tr1flic1ignat TRAFFIC CON TROL 1. Tht Contractor ,hall aubmlt a Work Schtdult , Trtfflc Control Plan , tnd acquire, Strati U11 Parmil from Strt1t M1nag1m1nt, 11311 W. 10th Sltttl. 2. Th, Contractor ,hall bl r11pon1 lbl1 lor lh• 11f1ty ol pedttlrian, and molori,t, i n the artt of lh1 traffic ,lgnal conalrucllon all,. 3. Road, and tlrHtt •hall bt k1pt optn lo traffic at all tim11 . Contra ctor ,hall arrange con,trucllon 10 11 to clott only one Ian, of a roadway at a llmt. 4. All con111uctlon optrallon, ,hall ba conduc ted to provide min ima l Interference to traffic. All traffic ,lgnal equipment ln,tallatlon, ,hall bt arrangtd ,o II lo ptrmll continuou, mo vamtnl of traffic In all direction, 11 all timu. 5. Contrtctor ,hall bt r11pon1 lbl1 fo r tny 1lgn1g1 n1ce111 ry during con,tructlon. DRAINAGE Any ob,trucUon lo ax l,ting dra ln,gt dua to the Contraclor'a opera tion, wm be removed by lht contractor u requ ired by the Eng inHr at Iha Conlrtctor', exp1n11 . REFERENCES R1ferenc11 to manur,cturtra trade n,me or catalog numbtra tre for tht purpoat of identlfic,tion only. The Contracto r will bt permitted to furn lth tik t maltritl1 of oth tr mtnufacturtra provided lhty are ol 1qu1I or bttttr qutllty tnd comply with the 1pecUl c1Uon, lor 1h11 project and art approved by the Eng lnHr. STREET LIGHTS Etch ,trttl light ,hall bt lndtpendtnlly fund befort It ls conntcltd lo tht breaker (Ht Wiring Connection, Deta il, thttt; drewlng No . S5). CONCRETE POURS Contractor 1ha ll notify ln1pector In advan ce ol all con crete pourt. ln1p1ctor mu,t bt prtttnl whtn conctett i, placad on tht projact. WORK SCHEDULE The contrtctor can work on Saturday,, Sunday,, or Legal Holidays, providing that tht following requ irement, art mtl: ,. A requ11t to work on a 1p1cific Saturday, Sunday or Legal Holiday mu,t bt i'nada to the lntpactor no later than tht preced ing Thurtdty. b. Any wo rk to be don, on tht p10Ject on a tpaclfic Saturday, Sunday , or legal Ho liday mu,t bt, In lht opinion ol tht lnapeclor, tHtnllal to tht timely compleUon of 11\t project. A work day will bt dla,v.d for uch day work 11 performed . CABLE 1. Whtrt plan thHtt rtftrtnct a 1(1 co nductor cablt, tht Con tractor ,hall supply 1 20 condu ctor cablt at covered by bid lttm I 20 . l. The conlra ctor shall not lntltll Number 10 AWG neutral cable , 1ven if referenced on the plan t hHlt (rtftrtnct Iha WIRING CONNECTIONS DETAILS thffl). ELECTRIC SERVICE 1. The contractor t hall in,tall tht t lectrlc atNlc•: whi ch 1hall lnclud1 but, nol bt llmiltd lo 001,tnlng the eltclrical IINlce permit (collwavtd by lht city). 2. Tht City will 1uppl y !ht eltclrical P~Hltl StNict Unit and tnchor bolt, 11 ahown on !ht Eltclrlc Strvica Oet1 i1 1 Ptdettal SeNlct 1httl. 3. lnttall a ttparatt 2" 1ch1dule 40 PVC conduit for electric 11rvic1 wirH (I-Black 18 and 1-Wh ilt 111) from mtltr to algnal controller cabinet. DEPT OF TRANSPORTATION AND PUBLIC WORKS TRA l"FIC SERVICES DIVISION GENERAL NOTES (Sheet 2 of 2) H -H •n k ll· JGe!V,DU ll l •JHII .... _ .. , .. ,., Jot:UOllll ... 0 8 0 SIDE VIEW FRONT VIEW SIDE VIEW FRONT VIEW SIDE VIEW FRONT VIEW TYPE "A" (12 IN .) TYPE "G" (8 IN .) TYPE "B" TYPE "C" CABLE BLACK LETIERS 3/8• HIGH ASTRO BRAC ASSEMBLY WHITE BACKOROUNO VANDAL PROOF PUSHBUTTON ( MINIMUM 2 • DIA.} BY POI.ARA ENGINEERING , INC PART No . BDU.U-Y OR EQUAL THE 5"x7 3/'4" SIGN SHOWN (PELCO No. SF-101!ii-os OR EQUAL) SHALL BE USED ON MAST ARM POLES AND ON PEDESTAL POLES .THE PUSH BUTION SHALL BE INSTALLED 3'-8" ABOVE GROUND LEVEL PEDESTRIAN PUSH BUTTON SIGN DETAILS NOTES : 1. All SIGNAL HEAD LENSES SHALL BE 12" 1N DIAMETER UNLESS OTHERWlSE SHOWN . 2. VEHICLE SIGNAL HEADS SHALL BE MOUNTED W1TH •A&TRO BRACS" AND APPROPRIATE TUBING. ALL SIGNAL HEADS SHALL BE ALUMINUM. PAINTED FEDERAL YELLOW AND HAVE L .E.O. DISPLAYS MEETING THE LATEST I.T.E. STANDARDS. 3. ALL VISORS SHALL BE TUNNEL VISORS. UNLESS OTHERWISE SPECIFIED, 4. ALL POLE MOUNTED VEHICLE ANO PEDESTRIAN SIGNAL HEADS SHALL BE INSTALLED ON THE AWAY-FROM-TRAFFIC SIDE OF THE PEDESTAL OR MAST ARM POLE UNLESS ENGINEER APROVES OTHERWISE. 15 . PEDESTRIAN SIGNAL HEADS SHALL BE MOUNTED WITH "'CLAM-SHELL• MOUNTING BRACKET. e. THE PEDESTAL POLE TRANSFORMER BASE SHALL BE BREAKAWAY DESIGN BY PELCO PART No. PB -5335 OR EQUAL ANO SHALL CONFORM TO ASTM B2,41 STANDARDS. 7. THE VANDAL PROOF PUSHBUTTON (MINIMUM 2"' DIA.) SHALL BE POLA.RA ENGINEERING, INC . PART No. BDLM2-Y OR EQUAL. FINISH GRADE SIDE VIEW 0 8 G FRONT VIEW SIDE VIEW i y G FRONT VIEW TYPE "D" TRAFFIC SIGNAL HEADS TYPE "E" l __ L ,·.o--.l MAST ARM DRIP LOOP SIGNAL CABLE TYPICAL WIRING OF MAST ARM MOUNTED SIGNAL HEADS ,r ALUMINUM POLE PEDESTRIAN PUSH BUTTON WITH INTEGRAL SIGN ASSEMBLY (PELCO NO. SE-2011-08 OR EQUAL) VANDAL PROOF PUSHBUTTON { MINIMUM 2 . DIA.) BY POLA.RA ENGINEERING, INC PART No. 8DLM2-Y OR EQUAL. BRAKEAWA.Y BASE BY PELCO {PART No. PB-5335) OR APPROVED EQUAL. CONCRETE CONDUIT COPPER CLAD GROUND ROD FOR REINFORCING AND FOUNDATION DETAILS, SEE TYPE "'10' ANO 14' STANDARD"' ON TRAFFIC SIGNAL POLE FOUNDATION DETAILS SHEET. DETAIL OF PEDESTAL POLE ASSEMBLY AND FOUNDATION SIDE VIEW 0 8 0 @) @ FRONT VIEW TYPE "F " NOTE: FRONT VIEW TYPE "P" -fF-] SIDE VIEW PEDESTRIAN SIGNAL HEADS SHALL BE AS SHOWN (McCAIN PART No. M31826, OR EQUIVALENn , ANO SHALL BE EQUIPPED WITH EGGCRATE VISORS ANO L.E.D. INSERTS. PEDESTRIAN SIGNAL HEAD REV.: TU T CHANOU 01--011-07 l'r JOE RAOENZ DEPT OF TRANSPORTATION AND PUBLIC WORKS TRAFFIC SERVICES DIVISION MISCELLANEOUS TRAFFIC SIGNAL DETAILS _.,JO£ RAO£HZ-11•200f _.., ftONNIE VARNELL ._., 81 Dol.T&:11-ZOOCI TYP . PERM ISSIBLE TEMPLATE SPLICE 80% MIN. PENETRATION 11-4 " lt STEEL TEMPLATE WITH HOLES 110-GREATER THAN BOLT OIAMETER ----~.__} GROUND ROD 114" MIN OF BOLTSHANK SHALL PROJECT ABOVE CONCRETE z :i 7" R1 MAY EQUAL R2 IF PLATE IS WELDED OF 3 OR MORE SEGMENTS BOLT CIRCLE DIA. PI TCH SPIRAL, 3 FLAT TURNS TOP & 1 FLAT TURN BOTTOM. (SEE DESIGN TABLE FOR SIZE & PITCH.) CO PPER CLAD ST EE L GROUN D ROD LAID AT A 450AN OLE e FEET Ir"t--VERTICAL BARS IN GROUND OR AS DI RECTED BY ENGINEE R VE RTICAL BARS MA Y REST OH BOTIOM OF DRILLED HOLE IF MATERIAL IS FIRM ENOUGH TO DO SO WHEN CONCRETE IS PLACED DRILLED SHAFT DIA. ELEVATION FOUNDATION DETAILS (SEE DESIGN TABLES FOR SIZE & NUMBER) 1'-0 " /· CABLE ACCESS HOLES SHALL BE FIELD DRILLED TO THE RIGHT OF ASTRO-BRACS (FROM FRONT SIOE OF HEAD ). i ;; MAST ARM STAB ILIZER 18" X 49 • (SIGN BLANK) MOUNTED WITH ASTRO-BRA.C AT ALL MAST ARMS 40' AND LONGER SHALL BE FURN ISHED AND INSTA LLED BY CONTRACTOR. TYPICAL MAST ARM SIGNAL HEAD INSTALLATION ( REAR VIEW OF MAST ARM ) ANCHOR BOLT & TEMP LA TE SIZES BOLT ·BOLT TOP BOTIOM BOLT R2 R1 DIA.METER LENGTH THREAD THREAD CIRCLE 3/,4" 1'-6" ,. -14-118" 7-118" 5-5/r 1.112· 4•.9• .. 2.1,2· 15" .. e.112· 1-314" ,4 '-6" ,. 2-112" 17• 10· 7• 2· 4'-6" .. 2-112· 21 · 12-1/2" 8-112 " " MINIMUM DIMENSIONS GI VEN , LONGER BOLTS ARE ACCEPTAB LE HOOCKED ANCHOR (TYPE 1) 2 FLAT WASHERS & t LOCK WASH ER PER ANCHOR BOLT 2 SIDES (TYP) NUT ANCHOR (TYPE 2) ANCH OR BOLT ASSEMBLY INSTALLATION PROCEDURE : THREADS DF ANCHOR BOLTS SHALL BE COATED WITH PIPE JOINT COMPOUND PRIOR TO INSTALLATION OF UPPER NUTS WHEN ERECTING POLE . AFTER POLE 15 PLUMBED AND IN PERMANENT ALIGNMENT, THE EXPOSED THREADS OF PAINTED BOLTS SHALL BE CLEANED AND AN ADDITIONAL COATING OF ZINC-RICH PAINT APPLIED TO SEAL THE BOLT THREAD-NUT JOINT. ANCHOR BOLT THREADS SHALL BE TAPED PRIOR TO POURING CONCRETE . FOUNDATION DESIGN TABLE - REINFORCING DRILLED POLE STEEL FND. DR ILLED SHAFT SHAFT TYPE TYPE LENGTH (ft) DIA VERT SPIRAL BARS & PITCH 1 10 & 14 24" 4-#5 12 at 12" 5.0 2" 8 24" 4-#5 #3 116" 8 .0 3 ~ 42 30" 8-#9 #3 at 8" 10.0 4 43 ~ 36 " 10-#9 '3 at e· 12 .0 ~ 5 46 36" 12-#9 #3 at 6" 13.0 • SEE STREET LUMINAIRE POLE FOUNDATION DETAILS. NOTE: TYPES 41 , 43 , AND 45 HAVE ILLUMINATION (1) ANC HOR BO LT DESIG N DEVELOPS TH E FOUNDATION CAPACITY GIVEN UNDER FOUNDATION DES IGN LOADS . (2) FOUNDATION DESIGN LOADS ARE THE ALLOWABLE MOMENTS AND SHEARS AT THE BASE OF THE STRU CTURE . (3) IF ROC K IS ENCOUNTERED , THE DRILL SHAFT SHALL EXTEND A MINIMUM OF TWO DIAMETERS INTO SOLID ROCK AND HAVE A MINIMUM DEPTH OF 8'-0". ANCHOR BOLT DESIGN FOUNDATION I;' GROUND (1 ROD ANCHOR Fy SIZE BOLT DIA (kal) 5/8" x 10' 3/4" N.A. 6/8" x B' 1· N.A. 5/8" x 10' 1-1/2" 55 518" x 10' 1-3/4" 55 5/8" x 10' 2. 55 THE IEAL APPEARI NG ON THII DOCU MENT WAS AUTHORIZED 8Y MMU I A A. CON LIN. P .I!. 100402 ON 07..(11-09 DE SI GN ~;:- BOLT LOAD 2l APPLICATION !?~ CIR ANCHOR MOMENT SHEAR w DIA TYPE K-n Klpa :r 14 1/8" 1 N.A. N.A. PEDESTAL POLES to& 14 11 · 15" 17• 21· 1 N.A. N.A. STREET LIGHT 27 .5 POLES 2 87 3 18' TO 38 ' 27.5 MAST ARM POLES '2, 2 131 5 40' TO 48' 27.S MAST ARM POLES 21 2 190 7 52' TO 60' 27 .5 f----MAST ARM POLE S 2 1 1. 11:EV.: 7-ot-Ol ,-011: 011:0UHO Sill 6 LENGTH. AMCHOft •0t.T DIA •• AHCltOII I OLT TYl"E 1 ADDEO, Uf'Oo\TEO 10t.TO£T. IV H. l!LTIIIAH •. REY.: W 7-07 f OII OIIOUHO fllOO. Jl,r CKAMPfEII t, fOOHOATIOM NOTE IY JOE I\ADENZ 6. REV.: 11-17..ol FOR FONT TYl"E 6 IIZf. l ADO l"OI.E TTP'E 14 I Y JOE IV.OENZ 4. IIEV.: 1(1...:l0.04 FOR M CHOR I OU IIZI IV JOf. RAOE NZ S. UV •• 2Ml2 ,.OR MA.IT Aflllll a TMIUZEfll IY J OE IIIAO£NZ 2. UV.: •2M1 fOfl AHCHC>ft IOLT E.XTE NIIOM IY JOR IIAQENZ 1. l'tEV.: U •1f.OO ,Ofl ,o&.£ TYPfl 11,y JOE llAOENZ DEPT OF TRANSPORTATION AND PUBLIC WORKS TilAl',1c tERvteU t>1vu;10N TRAFFIC SIGNAL POLE FOUNDATION DETAILS ci,se..ao ,'f': J.T.R .• 11.\1 .. J.M.M. _ ... JOE AADE NZ ... n,,a..aooo -H. JIO NHI I VNUIEU ---= SIS 1 1/4" RM CONDUIT RG -11 CABLE STREET LIGHTING 2 • NO. e CONDUCTORS 2 • RM CONDUIT (V','HEN REQUIRED) SERVICE ENTRANCE 3 • NO. e CONDUCTORS 2 " RM CONDUIT METER 2 " RM CONDUIT BREAKER SOX lll~~C-----1/2" PVC CONDUIT 2 • RM CONDUIT 5/9" 1i: I ' COPPER CLAD STEEL GROUND ROD FOR METER SERVICES (POLE & PEDESTAL TYPE&). WOOD SERVICE POLE ;~:;: ~ERVICE OR!' TRIPLEX CHASSIS GROUND 518" ,11 8' COPPER CLAD STEEL GROUND ROD NEUTRAL SIGNALS (N EUTRAL-WHITE LINE-BLACK) Na. I CONDUCTORS ILLUMINATION (NEUTRAL-WHITE LINE-BU.CK) SERVICE ASSEMBLY SCHEMATIC -PVC CONDUIT (SEE PLAN SHEETS FOR SIZE ANO NUMBER) 511" x 10' COPPER CLAD STEEL GROUND ROD 332 CABINET COPPER CONDUCTOR NO. 9 AWG BARE GROUND SIGNAL CABINET PVC CONDUIT (SEE PLAN SHEETS FOR SIZE AND NUMBER) 5/1" • 10' COPPER CLAD STEEL GROUND ROD 5,a• ,i: 10' COPPER CLAD STEEL GROUND ROD DRI VEN IN GROUND IN SAME TRENCH NEXT TO PVC CONDUIT AT A ,e5• ANGLE 10 FEET AWAY FROM CABINET. • NOTE: MATERIALS SHALL BE NEWAND UNUSED, MATERIALS ANO INSTALLATION SHALL COMPLY WITH THE APPLICAILE PROVISIONS OF THE NATIONAL ELECTRICAL CODE (NEC) ANO NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA) STANDARDS ANO SHALL BE UNDERWRITERS LAIORATORIES (UL) LISTED. IIEV.: 07-0l•ot ev H.IELTAAN: llfMOVED METAL ,OLE MOUNTED SE.IIVICE & ADDED AOO.TIONAl GROUND ROD TO SIGNAL CAIIHET. REV.: Ol•U.ot av JOE AADENZ; CH.A.NOE TO 2,ov METl!II SERVICE. REV.: t0-20-G4 IV JOE AAOEHZ IIEY.: ._21-GJ IV JOE 11.A.OENl IIEY.: 4.(14.(lt IY JOE RADENZ DEPT OF TRANSPORTATION ANO PU BLIC WOR KS TIV.F,aC S5RVICE8 OIYISIOH ELECTRICAL SERVICE DETAILS fORT WORTH . TEXAS -• .. ••• 11.,.W,. R.W.J. ,I\.R.V. -•.., IIONHlE ft. YAIINl!LL .. .-,10-20--04 L '8 BARE COPPER GROUNDING CONDUCTION BACK DOOR OF CABINET BACK PANEL CONDUIT 36" SIDE VIEW 2'-6" X 3'-O" CABINET FOUNDATION WITH APRONS 5/8• x 10' COPPER CLAD STEEL GROUND ROD PROJECTED 4• ABOVE FOUNDATION ,.. BAR A B C 0 E F NOTES: 1. ANCHOR SOLT THREADS SHALL BE TAPED PRIOR TO POURING CONCRETE . 2. All OR PART OF CONCRETE APRON MAY BE REQUIRED DEPENDING ON THE PLACEMENT OF CABINET FOUNDATION IN RELATION TO EXISTING SIDEWALKS. 3. CAVITY IN FOUNDATION ALLOWS FOR THE FUTURE PLACEMENT OF CONDUIT. CAvtTY EXTENDS FROM TOP TO BOTTOM OF FOUNDATION. PLACE 1• CRUSHED STONE IN CAVITY TO WITHIN tr (TO 11 FROM THE TOP OF THE FOUNDATION . 4. CONTROLLER FOUNDATION APRON SHALL BE CONSTRUCTED AS CLASS B CONCRETE RIP-RAP AND SHALL BE SUBSIDIARY TO THE CONTROLLER FOUNDATION. STEEL SUMMARY TABLE NO . BARS SIZE LENGTH SPACING 3 5 g·..a · a· c.c. 10 5 2·-2· V A R. • 3 1·. 9• 8.5· c.c. • 3 3•.3• 10· c.c . NOT USED NOT USED NOT USED NOT USED • 3 e·..a· a· c.c. PROVIDE r MIN. COVER FOR TOP AND SIDES TOP VIEW CABINET CONCRETE FOUNDATION STEEL ANO CONCRETE APRON STEEL CONDUIT ENTRY CAVITY 332 CABINET FOUNDATION FRONT VIEW ATTACHMENT BANOS (FURN . BY CITY). 336 CABINET 3" RIGID METAL CONDUIT 3• LB ~---3" RIGID METAL CONDUIT 336 CABINET POLE MOUNTED (CABINET IS BANDED TO POLE) DATE REVISION ~18-07 GAOUND ROO AHO NOTH MOOIFICATIOH 12-11-2000 DEPT. OF TRANSPORTATION AND PUBLIC WORKS TRAFFIC I ERvtCES D1vt8ION TYPE 170 CABINET INSTALLATION DETAILS OUIOIIIOn'JOf lUOlNl:DATl:ll•I-C:MIICICIDIY: MARK MATHIS DAT&! 12--2000 D""-•'mf 1t.AOt:1UDATl,1M-AffllovtDn.MARl(MATHII 12-2000 aCALI! N.T.8 . 0"-AMNO Ne.:S 3 a HEET ND . GRO U ND BOX CURB OR EOGE LINE THAU PHASE SET BACK LOOPS m 1 AMPLIFIER FOR EAC I I I PRESENCE LOOPS THRU HASE OOPS LEFT TURN HASE LOOP TYPICAL LOOP PLACEMENT & T(---: -J I . '"''"' . , IEE TRAFFIC IION,f,L LAYOUT SHEET .,,_ ___________ ....,& T QUADRAPOLE LOOP 8 ' f-*----~ l ... f------\IARIAILE --------< IEE TRAFflC SIQNAL LAYOUT IHIEET QUADRAPOLE LOOPS SHALL BE INSTALLED IN ALL CASES EXCEPT WHERE INDICATED ON THE PLAN SHEETS . 10' TYP . POL YIIER CONCRETE OROUND IOX AND COVER cu.as A CONCRETE APRON SEE TRAFFIC SIGNAL LAYOUT SHEET PVC CONDUIT WITH 90° ELBOW I ' 11'20' SIZE VARIES WITH LOOP PLACEMENT I EXP. JOINT LOCATION. NOT!; QAINTAIN 2' EACH SIDE Of EXP. JOINT OR DIFFERENCE IN PA.VINO SURFACES) 4' MAX. BETWEEN THE LOOP SEGMENTS . N r::::;r N ' '--£)(SPANSION JT. 8' • 9' YAJUU W.TH "-. CONCRETE LOOP PLACEMENT PAVING SEE TRAFFIC SIONAl LAYOUT SHEET LOOP PLACEMENT @ EXPANSION JT. OR DIFFERENT PAV ING SURFACES LOOP WIRE TUR NS DETAIL LENGTH OF LOOP NO. OF TURNS O' TO 1 D' LONG • 11 ' TO 20' LONO 3 20' TO 40' USE QUADRAPOLE 2 -4 -2 NOTE 1. 00 NOT SAW CUT ACROSS A TRANSVERSE CONTROL/EXPANSION JOINT OR DIFFERENCE IN PAVING SURFACES WITHOUT ENGINEER'S APPROVAL. 2 . INSTEAO PROVIOE A LOOP STARTING AT 2'·0" EACH SIDE OF EXPANSION JOINT AND RUN 80TH LOOP LEAD-INS NEXT TO EXSPANSION JOINT AND DRILL CURB FOR EACH LOOP (2) LEAD-IN WIRES A& NORMAL. SEE TRAFFIC SIGNAL LAYOUT SHEET FOR LOOP PLACEMENT. · .. §ECJIQN 6·6 SNOWING DIMENSIONS o, IOX AND ACCOMl'ANYINO Fll!'lO INITALLATION PVC CONDUIT WITH 'I0° ELBOW * ONE BARE No . I A.W.G. SOLID COPPER WIRE &HALL IE RUN IN ALL CONDUIT TO FORM A CONTINUOUS GROUNDED SYSTEM GROUND BOX NOTES GROUND BOXES ANO COVERS SHALL 8E MANUFACTURED FROM REINFORCED POLYMER CONCRETE (RPM) COMPOSED OF BOROSILICATE GLASS FIBER, A CATALYZED POLYESTER RESIN AND AN AGGREGATE. SIDE WALLS MAY BE FIBER REINFORCED POLYMER. aonou EDGE OF BOX OR EXTENSION SHALL BE FOOTED WITH A MINIMUM 1 1W FLANGE . COVER LIFT EYE--MOLDEO WITH COVER COVER LETTERING---1" INCISED LETTERS "LIGHT & SIGNAL" GROUND BOX AND COVER MUST BE ABLE TO WITHSTAND A MINIMUM 12,000 LB PER WHEEL LOAD. LOAD REQUIREMENTS SHALL IE TESTED BY AN INDEPENDENT LABORATORY AND A CERTIFICATION OF SUCH TESTS SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL. THE GROUND BOXES FOR THIS PROJECT SHALL MEET THE REQUIREMENTS SHOWN ABOVE. THE CONTRACTOR WILL BE PE"MITTED TO FURNISH LIKE MATERIALS OF ANY MANUFACTURER PROVIDED THEY ARE OF EQUAL OR BETTER QUALITY AND COMPLY WITH THE SPECIFICATIONS. AT ASPHALT PAVING NO. 14A.W.O. NOTES: == SMALL LAROE 6 16'/•" 2oY,· ,r TYP . NOMINAL NOMINAL BOX PINEN§IANI CAYER PIND§IONS I ' g t 2l'/•" 12 · 11ti;" 1aY1" 32V1 " 12· liYr " lW1 " GR OUND BOX DETAIL S 1/2" CONCRETE APRON WITH 2 -•3 BARS AS SHOWN OR ex&x •10 W .W . MESH I I I I I I .J __ .1 I I I I I I ~-~-----------~--~ SEE LOOP DETECTOR 1 112• INSTALLATION DETAIL. i BELOW FOR CUT DEPTH LOOP WIRE STRANDED WIRE USED FOR A LOOP SHAU IE OF A SINO LE CONDUCTOR STRANDED NO . 14 A.W.O. TYPE XHHW OR CROSS SECTION @ LOOP SAW CUT •• SM , PR ECO, SEALEX, ANO 80NOO IEALANT8 ARE APPROVED FOR USE. OTHER SEALANTS MAY IE SUIMITTED FOR CONSIDERATION. 3" AT ASPHALT PAVING DRILL HOLE AND INSTALL CONDUIT FROM TOP Of CUIIII TO PULL IOX. PUT SEALANT AT CURI HOLE WHEN LOOP WIRE HAS IEEN INITALLED. Twwtil TO THE HEAREST ,Ol&lllf ORDUNO IOX. FROM THIS POiNT TO THE CONTROUEJl. FOOR CONDUCTOR NO . 11 SHIELDED CAILE SMAU IE USED. THE PAVEMENT SHALL IE CUT TO A DEPTH OF t 112 INCHES PRIOR TO INSTAU.INO THE LOOP ~RE. AU LOOSE MATERIAi. SHALL IE IL.OWN OUT OI THE CUT. IMMf:CMATIELY AFTER TltE INSTAUATION Of TME LOOP 'MRE, THE WOil SHAU. IE 1£AU.0 WITMAN Al',ROVED IEAllNO MATERIAL AT THE CURI SPUCE'I, THE WIRH IHAlL HAVE A IOLO(IIEO CONNECTION, COMPLETE USING A SILICON IAIED WATEft TIGHT 1£Al. (»ii Tlf OIY,t IPUCE KJT ; l'ART NO. 0640074717). All LOOP lEAO-IN WIRES IHAlL IE TWISTED A MINIMUM Of FIVE (I) TIMH PER FOOT. CENTER LINE 1.$• DEEP SAW CUT FOR LOOP PAVEMENT SURFACE .. :• . . ... • .. ·· .. .......... ; .~ :·: .. t: .. ltEV. S-1t.07 IY JOE flAOENZ: CHANGE CONDUIT DEPTH. REV. 1-20-0t IY JOE llAOENZ FOR TITLE CHANGE REV. 4.zz-0:, IY JOE MOENZ REVISE LOOP OfTASLS O EXIPANllOH JOINTS elG. ltEV. 1-Z6-02 IY JOE RAOENl D EPT O F TRANS PORT A T ION AND PUBLIC WORKS TRAFFIC SERVICE& DIVISION -,>.-------1• CRUSHED STONE. GR OUN D BOX AND DETEC TO R DETAILS 111 .. 0 ... TYPICAL LOOP VEHICLE DETECTOR INSTALLATION JOE RADENZ 4.00 CHICKlO IY: IIIONN IE VARNELL •-22-03 JOE RAOENZ o.ua, 4.00 """110"1D IY: RONNIE VARNELL OATI : 4 -22-DJ OltAWINO No.: $2 lo:'1-"-"'"'-------'I /-----···' / CROSS ST. PL~~~~~i:: ( L •• I AL TERNA.TE) ___ : MAIN ST. OR CROSS ST. MAIN ST. :: 4C • 14 4C ,u 0 NOTES : ALL BONDING ANO GROUNDING SHALL BE MADE WITH THE GROUND RODS ANO THE EQUIPMENT GROUNDING CONDUCTOR. SERVICE EQUIPMENT SHALL BE INSTALLED ACCORDING TO TXU ELECTRIC AND CITY OF FT. WORTH ELECTRICAL CODES. POWER FEEDERS FROM SERVICE POLE NEUTRALS TO SIGNAL POLES CABINET BONDING LUG LOAD SWITCH TO SIGNAL POLES GROUND ROD CLAMP 5111" 111 10' COPPER CLAD STEEL GROUND ROD CONNECTIONS AT SIGNAL CABINETS TO SIGNAL POLES POLE TO CABINET WIRING COLOR CHART FOR 20 CONDUCTOR CABLE SIGNAL NEUTRAL ---------------------------------------WHITE MAIN ST. OR CROSS ST.• RED ·····················-···--RED MAIN ST. OR CROSS ST.-YELLOW ------------------------BLACK MAIN ST. OR CROSS ST.-GREEN ·-----···-·--------··--· GREEN MAIN ST . OR CROSS ST.-LEFT TURN RED ---------------· RED/WHITE MAIN ST. OR CROSS ST.• LEFT TURN YELLOW ARROW ---· BLACK/WHITE MAIN ST. OR CROSS ST.-LEFT TURN GREEN ARROW ·----GREEN/WHITE OW -MAIN ST. ···-··---------·····-----···-------------ORANGE/RED W -MAIN ST. -------·-····-·-···-·-·····-----·---------ORANGE PED SUTION • MAIN ST. -----------------------·-·····----BLUE PED BUTION COMMON -MAIN ST .•••••••••••••••••••••••• WHITE/BLACK OW -CROSS ST . -·-·····--·-······--·····--·-·-·--------· RED/BLACK W • CROSS ST. •• ···----------···············---------··· GREEN/BLACK PED BUTTON -CROSS ST .••••••••••••••••.••••••••••••••. BLUE/BLACK PED aunoN COMMON -CROSS ST. ---------------------WHITE/BLACK TO CONTROLLER CABINET H BARE GROUND POLE BONDING LUG H BlACKSOllD '---------------=-'WH=ITceEc..sSe,Oe,Ll,cD __________________ TO SERVICE PANEL '------------------------------'3=M_,Oc_PT'-'IC:,O=M_,Cc,A:,IL,:E ____ TO CONTROLLER CABINET -GROUND ROD CLAMPS (1 REQUIRED) -5/8" COPPER CLAD STEEL GROUND ROD TYPICAL POLE WIRING SCHEMATIC NOTE : ALL WIRING CABLES SHALL BE AS SHOWN UNLESS NOTED OTHER WISE ON PLANS. I CONNECTIONS AT POLE BASE SPARE •••••••••••••••••••••••••••• ·····-····--· ----·· ••• RED/GREEN SPARE ··-·····························--·-·············· BLACK/RED SPARE ·············-······-····------·····----·-----···· GREEN/RED SPARE •••••••• ·····---------·---······ •••••••••••••••••. ORANGE/BLACK SPARE ------·-·····-···--·--·-·························· BLUE/WHITE NOTE : WRAP COLOREO ELECTRICAL TAPE ON BOTH ENOS OF EACH 20 CONDUCTOR CABLE (AT CABINET AND AT SIGNAL POLE) AS FOLLOWS: NORTH BOUND • GREEN, SOUTH BOUND • RED, WEST BOUND • BLUE AND E.(ST BOUND • YELLOW. OH Of-11 -08. -4 . CHANGE 11 GAUGE WIRE TO 1-4 GAUGE 1Y HOMERO aELTRAN Ol-11 -0t l . CHANGE GROUND ROO TO Ill"• 10' IY JOE RAOENZ 03·01-07 2. REV.: CHANGE PED IUTTON COMMON-MAIN ST. WIRE 8Y JOE RAOENZ 11-21-0t I . REV. : ADO WIRING COLOR CHART & NOTE IY JOE RADENZ 5-11-02 DEPT OF TRANSPORTATION AND PUBLIC WORKS TII.AFFIC SERVICES OIVISK>N WIRING CONNECTIONS DETAILS \~ .. ~::: .. 't• ..IOEAADEIIIZ '--------------------------------------------------------------------"----------a."""'--·---------....;;•;;..•---~==--°' s,a· 1t 8' CO PPER CLAD STEEL --·---------- GROUND ROD ----l---h 16" 11 Jr FRONT VIEW 314 • 11 112" 3/4" CLASS A OR C I ! CONCRETE / l LINE 3/4".!l FOUNDATION 24"d,t"x11"{0££P) r-HOLES I ~ :.. ;: .. r. :.. ~ 5/8"x8' COPPER CLAD STEEL GROUND ROD f.i 1/2" 13" 5 112· 24" FOUNDATION PLAN METER SOCKET BELL ENO FITIING ANCHOR BOLT Reinforc ing SIHI No . •x20" BARS EACH WAY (8 TOTAL) No. -1x20· BARS (8 TOTAL) PAO MOUNT BASE TO PEDESTAL -~[ ____ i:. .. 2· CONDUIT CENTER LINE LOAD METER SOCKET LOAD SIDE CONDUIT WITH BELL ENO FITTING I • 10 11•· • 1 I I ! _______ ! ____ _ SIDE VIEW ANCHOR BOLT 10· 1/2" LINE SIDE CONDUIT WITH BELL ENO FITTING :"'-1-~--Relnforclng StHI: 5/8" x 8' COPPER CL.A O STEEL GROUND ROD HEX N T LOCK ASHER 1·. 1.· No . -lx20" BARS EACH WAY (8 TOTAL) ANCHOR BOLT DETAIL GENERAL NOTES 1. THE CITY WILL SUPPLY THE PEDESTAL SERVICE UNIT INCLUDING ELECTRIC BREAKERS AND ANCHOR BOLTS. THE CONTRACTOR WILL PURCHASE THE PEDESTAL SERVICE UNIT FROM THE CITY. 2 . All mounting hardware 1nd inatallation detail• of Hrvicea 1hall be in accord1nce with utility company 1pectfi callon1 . The Contractor 11 respon1lble for contacting th• local utility company prior to constructing the electrical pedestal Hrvice. 3. Meter Socket ahall be a minimum of 200 amp rating and ahall comply with th• local utllity requirement,. 4. Concrete for pede1t1I Hrvice foundation shall be cl111 A or C and pa id for directly but shall be contldered 1ub1ldiary to, ·ELECTRICAL SERVICES : 5. Re inforcing •IHI •h•U be #4 rebar. e . Anchor bolt, 1hall be A36M55 . Anchor bolt• 1hall be 112• 1nch x 12 lnchH x 4 lnchH (dia. x length x hook length). 7 . All conduit and conductor, attached to th, pedHtal aervlc• and within 12 inch•• of the pedHtar service wlll not be paid for directly, but shall be 1ub1idlary to the ped11lal Hrvlce . All Hrvica conduit and conductor• from the utility company tran1former to a point 12 lnchH from the pedeatal aervlc, 1hall be pa id for 11par1tely. Service conduit shall be the size and type H 1hown In the plan,. 8. The Contractor may use 1 24• SONATUBE to form the concrete foundation in1tead of the 2,•x: 24 • square found1tlon shown on th• plan tor the Electrica l PedHtal Service . If the 2,· round Sonatube i1 uHd the reinforcalng shall be 1a· Diameter #3 bar spiral with a e· pitch and 4-#4 vertical rebar 1p1ced equally. fU:V.: CHAHOE LINE l1Df CONDUIT DEPTH IY JOE RAOENZ )•19-07 llEDHION Of PEDHTAL IERVICE IY JOE RAOEHZ 12·11·0f DEPT OF TRANSPORTATION ~RTWoRT AND PUBLIC WORKS TRAFF IC SERVICES DIVISION ELECTRICAL SERVICE DETAILS PEDESTAL SERVICE -···Jo i RAOENZ .. ','2 .u-ot ... u ...... 'ROHN1£ R. VARNELL Oj\l£: 01 °02..07 CO MPRESSI ON FITTING SOURCES: RELIABLE ELECTRIC N0.526,4 FARGO NO . OR EQUAL ) "--MULTI CONDUCTOR SIGNAL CABLE 1/r BLACK PLASTIC CABLE STRAPS OR MESSENGER RINGS AT 12" CTR&. THIMB LEYE BOLT (Anglo Typo ) SOURCES : JOSLYN NO. Jao SERIES McGRAW EDISON DG4F OR EQUAL m ~ LIFT PLATE SOURCES: JOSLYN J7HI McGRAW EDISON DG4M-2 OR EQUAL EYE NUTS {Twineye & tripleye) SOURCES: JOSLYN NO . J125113 McGRAW EDISON DGISE OR EQUAL GUY CLAM P (3-Boll ) a• HEAVY OUV CLAMP WITH J.5,a• BOLTS OR RELIABLE ELECTRIC STRANDVISE WITH FLEXIBLE BAIL (NO. 5214) OR FARGO STRANDVISE OR EQUAL CREOSOTE OIL TREATED 40' SOUTHERN YELLOW PINE POLE (CLASS 2) 8-WAY ANCHOR SOURCES: I -WA Y ANCHOR -JOSLYN NO. Jl200-1(D OR e-WAY AN CHOR-McGRAW EDISON OAIE1 OR EQUAL WIRE THIMBLEVE BOLT 1" RM CONDUIT FOR SSR CABLE (IF REQUIRED) GROUND PVC MOULDING HOLE DIA • POLE DIA AT BOTTOM + 11" SAG" 5% OF LENGTH OF SPAN RAIN LOOP e• MIN. CONDUIT {SEE LAYOUT SHEETS FOR SIZE (PAY ITEM) ----.j CONNECTION RELIABLE ELECTRIC STRANOVISE iNO. 5202) OR FARGO OR EQUAL GUY ATTACHMENT FOR 1 WIRE CONNECTION for 2 guy wlrH STE EL STR~ POI.[ for 1 guy wire GUY ATTA CHMENT !II " STRANDED STEEL CABLE 2Y,"I~ J~ ~ 12" MAX . 1/2" L TFM (SUB H2J ENCLOSED 10" X 10" X a• GUY SPREADER 15" MIN .-18" MAX. 112" LIQUID TIGHT FLEXIBLE METAL CONDUIT (SUB HI) r 1 ~ SPAN CABL E ATTACHM ENT DETAI LS FOR STEEL STRAIN POLES NEMA 3R WITH TERMINAL ---t• nr,11 * ANCHORS SHOULD BE LOCATED SO THAT THE DI STANCE BETWEEN THE ANCHOR ANO THE POLE IUTT 18 EQU AL TO THE DISTANCE FRO M THE ORD UNO TO THE POINT OF GUY ATTACHMENT. IN NO CASE IHOULO THE OIITANCI!: FROM THE AN CHOR TO TH E POLE STRIP KULKA DUIONED IY: ~ DATE :~ ORAWHBY:~ DATE:~ CHECKED IY: ~ DATE :~ CAD FILE: ____ _ 7'MIN - 10' MAX . &UTT IE LEH THAN 113 OF THE DISTANCE FROM THE ORDUNO TO THE POINT OF OUY ATTACHMENT . CLA SS A OR C CONCRETE BACKFILL DEPT. OF TRANSPORTATION ~RTWoRT AND PUBLIC WORKS TRAFFIC SERVICES DIVISION CONSTRUCTION DETAILS FOR SPAN WIRE MOUNTED SIGNALS DATE : ---,,-...N-OT-TO_S_C_A-LE-~-----~-----~-6H_E_ET_N_o_. -.-,-_., R R y y G G SIDES R y L...::::e::.J--1y G G L---t....:::;1;;;;,,L_......J.;;,j;~-..J DISCONNECT HANGER ~ DOOR SHALL OPEN IN THE BACK. MAKE FINAL AIMING ADJUSTMENTS TO SIGNAL HEADS. REMOVE 1/4" SET SCREW FROM DISCONNECT HANGER. DRILL HOLE AND TAP THRU THE FIRST NIPPLE SECTION REPLACE SCREW WITH 1W THREADED BOLT WITH LOCKING WASHERS. DISCONNECT HANGER MODIFICATION DISCONNECT HANOER, 12 CKT TYPICAL RAIN LOOP FLASHING BEACON INSTALLATION SH 152A ONE-WAY ADJUSTABLE FACE SIGNAL FOR WOOD POLE MOUNTING SH 143C TWO-WAY ADJUSTABLE FACE SIGNAL FOR WOOD POLE MOUNTING SH U3C PLAN VIEW TYPICAL SPAN WIRE HORIZONTAL MOUNT INSTALLATION SH 4H TYPICAL SPAN WIRE HOAIZONT AL MOUNT INSTALLATION SH 5H TYPICAL SPAN WIRE HORIZONTAL MOUNT INSTALLATION i=r-01&CONNECT HANGER FLANGE • -CLOSE NIPPLE Ll-HORI ZONTAL SLIP TEE THREADED GUSSETTED TU BE ""\ FITTING CAP -():I lllmJJ[\j ==============::JilllljjjQj c0-FITTING CAP [J v v ~ / UPPER ASSEMBLY KIT ~ ,., w / 1 -, '\ i. /CROSS FITTING CAP-·~ 0 11 f OIOIOt1• 0 CO -FITTINO CAP CROSS_,..,.., 0 -· · · 0 ~ HORIZONTALISLIP TEE ----u PIPE CAP -OJ q)-PIPE CAP 1-1/2" PIPE ./ Q ..--SPAN WIRE ADAPTER SPAN WIRE ~ ALUMINUM SPAN WIRE CLAMP BOTTOM TETHERED .SPAN WIRE SIGNAL HARDWARE ASSEMBLY ( BACK PANEL NOT SHOWN ) NOTE : MOUNT SIGNAL HEADS VERTICAL WHEN NO HEIGHT RESTRICTIONS ARE PRESENT. "EGGCRATE" VISOR PEDESTRIAN SIGNAL WITH ONE-PIECE REFLECTOR DEPT. OF TRANSPORTATION ~RTWo AND PUBLIC WORKS DESIGNED IIY : DATE: DRAWN BY: DATE : JO!.RADEHZ 1-03-0 7 JO!.IIAOINl 1-03-07 CHEC KED I Y· 111:0HHIE V AIIIHEI.L DATE; 1·03-07 TRAFFIC SERVICES DIVISION SIGNAL HEADS FOR SPAN WIRE INSTALLATION CAD FIL~~T-E-, -:_-_-_------l~-----,,------~-----~.-H-EE_T_N_o_-,--il RE"40VEABLE POLE CAP SECU:U:O 10 POLE WITH 13) SU.INLESS STEEL sn SC RE\II S . CA PS ARE ZINC DIE-CAST OR CAST ALUMil,\JM OE.PENDING UPON SIZE OF CAP . o .so· ·c• HOOK FOO lflRlNG ANO HANOl.ING -0 .50" DIA . COMMER - CIAL GRADE HOT ROLLED BA.A DETAIL I I -4 .oo• I 121-0 .so· x 1.2s· CAP SCREWS m-o .so · TYPE ·•· PLAIN WA.St-EA POLE TOP SECTION A-A •.9-4" DETAIL 2 LU MINAIRE ARM ATTACH MENT ALL ANGLES Me-A.SURED CLOCKWISE FROM HANO- HOLE AS YIElifEO FAOH SMALL ENO OF POLE {ANCHOR 80..T HOLE l~~I ~~ ARN !TYPES 4 1 ,,43 .,45 ONLV ) (LOWER HAN'.»tOLE (UPPER HA/'OiOLE RADIAL INDE X (•}-SIZE "F" HEX HEAD BOLTS WITH (1) TYP . WASHER PER BOLT • ' b -.--~,- 7 ...... 25 5 .56 .31 J .SE. .31 SIGNAL ARM ATTACHMENT DA TA POLE BASE "A" ... ·c· ·o· ... OU . 11.75" 12 .25" t 0 .7S" 7 .75" 9 .25" 1.25" 1.25" X 3 .25" u .s o• 16 .2s· 1s .oo• 11 .oo · 12 .2s· 1.so· 1 .so· x 3 .50" 11 .0 0· 1a .1s· 11 .so· 13 ,50· J,4 .7 5 " 2 .00· 1 .so· x •.M" DETAIL 3 SIGNAL ARM ATTACHMENT IT • SHAFT WALL THICKt£SS) POLE SHAFT WALL COVER M~TING CUP POLE 1111.t,LL 3 •• 0 .25 " DETAIL 4 ' 7 .~6" 7 .31 " 5 .19 " 5 .63" 12)-0.25" HEX Hf.AO STAINLESS STEEL SCREWS HANOHOL E COVER 11 GAUGE H .R .M.S . 0 .280" 0 .,32· HANDHOLE ,m,CITY OF FORT WORTH , TEXAS DECORATIVE FLUTED TRAFFIC SIGNAL STR UC TURE S ·rE:J I DETAIL 5 HANOHOLE o .2s· ~ . r::: 14) HEX NUTS TACK WELDED TO BOTTOM TEMPl.ATE BOLT DIA Al A2~ 1 .so· 6 oo· g oo· I. 75• 7 75• 11 25" 2 .00 • 9 oo· 13 oo· •y• BOL T CIRCLE RI SEE POLE DATA R2 DETAI L 7 EMO SECTION WITH HOLE FOR O 63" BOLT ANCHOR BO LT FLUTING BEGINS ABOVE M.JT COVER FIELD ASSEMBLED TO ACHIEVE A SNUG TIGHT JOINT (M IN . OVERLAP NOT LESS THAN t .5 TIMES THE l .O: OF THE ENO SECTION) 2 .63".~ •y• POLE BASE "S " or ... +0 .06 · 1 "Z" DETAIL 6 POLE BASE I ARM SE CTION DATA ARM LG . .... -o· 40' -o· 4&'-o · 10· -o • s2 • -o• 40 · -o· 1,4 ' -o· 56' -o· 40' -o· 16'-0" 60' -o · ,o · -o· 22·-1· DETAI L 8 SIGNAL ARM SLIP JOINT VALMONT INDUSTRIES , INC . RESER VES valmont""' Tl< RIGHT TO INSTALL VARIOUS, ENGINEER APPROVED . "4ATERIAL HANGJt«; ACCOMMODATIONS TO FAC ILITATE THE Valley.NE 6B064 MANUFACTURING Pf:IOC ESS . (-'02) 359-2201 OF A f----"L "- ,------,--•I=,-OETAIL 1 ! I ~•· NOH!NAL "j " ~ ·c::;;;.~· . SEE _/ DETAIL 2 _J J I LUHINAIRE TYPE ARM DATA -41 & -43 DETAIL 1 ~ / DETAIL 4 / REMOVABLE ENO CAP OEUll 3 \ rA \ L ~ OE1A!L 8 LA -mm l ,J~, SEE POLE" ANO SIGNAL I.AM DATA-----,11111 20· -o· 1 l A ' FOR THIS 1NFOAHA.T10N SEE HBLE DETAIL 5 ~ MEMBER SIZES I I ' -6 " LUM . ARM o.n.. 2 1--: ... :~~~~~.~~:-~·-~~:-TA----<'--~!--' DETAIL 7 J_ ~ DETAI L 6 DESIGNATION KEY F\W -Q\FL -1\ -~ -~LUMINAIAE ARM SERIES \_ \__ SIGNAL ARM SPAN 116 -60) POLE TYPE ::t :!: : :: : :~ :r ;~~~: OE.CORJ.TIVE FL UTED CROSS SECTION FOAT IIIOATH PO L E SERIES (FW) {33A . 330) ® © 15' SIGNAL ARM ® © I!!! © 20' THAU 28' SIGNAL ARMS ® t )j 20 .0 ' ®GJ r r .:P:tt9LJ~}q ~.3c:r~2 r-·-··1 J.\:r~ 2 r· ·1 32 o· 32 .0· #"-It-,·"~ "iit!,.r *Y11 rfll,._ .. T"··· 1 · 1·-·· lf} .. _ .. T .,_ .. T ''··· 1· 15 _.. f'L""·' P\ ...... )...~\ t-,! __ ........ ;·,.RoS~JII. ;, 1 MARflM L. oE~ ...... --r--;-1 WiL_Ji : : ® --I i ; :® : © -~ t .. ~;~:~~ ~©-· --~~-iG_· N_:_~_R_~_R_~_~_·_® ____ ®_) 1 _!3J_· 2 _-_:·_-_··-~_ 0 ___ ~_¥_;_N=!_t_R_~_R_~_~_· ---~. ® GT ·~, (FT2 ) DE VICE DESCRIPTION ( 12"-5 SEC . SIGNAL WITH BACKP LA TE S 18 REGULA TORY SIGN 30' X 30' 0& Di.c(F 12 "-3 SEC . SIGNAL WITH BA CK PLATE S E STREET NAME SIGN 18" X 84" MA X. PROJ .AREA 13 .33 6 .25 8.67 10 .50 LOADING WEIG HT (LBS} 85 15 60 35 INFORMA TION DESIGN CRITERIA ' 19941 AASHTO SUNOAAO SPECIFI CATIONS FOR STRU CTURAL SUPPORTS FOR HIGHWA Y S IGNS . LUMINAlRES , ANO TR AFFIC SIGNAL~. WINO VELOC IT Y' 80 MPH ISOTA.CH . TABLE 1: POLE AND SIGNAL ARM DATA TABLE 2: LU M .ARM DATA TABLE 3 : PO LE LENGTH DESIGNATION l<EY POlE TUBE POLE BA SE ANCHOR BOLT S IGNAL ARM TUBE LUMlNAIRE -RISE NOJiUNAL SI GN AL BASE TOP GAUGE SQUARE BOLT THK . NOLE OU . LENG TH Tt<EAD THREAD FIXED ENO FREE E~ ARM SPAN HEIGHT MOUNTING POLE TYPE " " " " .. •• POLE CROSS POLE ARM LUM. LENGTH OR CIRCLE LENGTH LENGTH SP>,N SE RIES "L" 'A' HE]GHT 0 SER IES SECTION TYPE SPAN ARM oa . OJA . fFTI HiK. ·s· •y • ... ·z· ... "J' ·u· ... DIA . DIA . GAUGE (FTI LENGTH SERIES CIHJ (IN) (IN) UNI UN) !IN) UNI llNI UN) 33' a ·-o· .s · -o· 32' -o· 27 .50 21 .00 27 .50 21.00 27 .50 21 .00. (FTI CINI CINI (IN) UN) (FT) t 6-SHARP FLUTE 16 .00 33.4 , 338 11 . 75 3 16 .00 15 .00 1 .50 I. 75 I.SO Sol .00 8 .00 2 .so 6 .00 3 . 76 1 16 .00 338 a·-o· J ' -o· 30' -OH TOP OU 7 .90 8 .81 10 .6!5 11 .56 13 .15 l.,4 .06 (IN) SECTION A-A 20 .00 33A ,33B 11. 75 3 16 .00 15 .00 I .SO 1.75 I.SO 54 .00 8 .00 2 .50 7 .00 ol .20 1 20 .00 ,. 2.,4 .00 33A , 330 11 .75 (T] (T] 3 16 .00 15 .00 I .SO t.75 1.50 5'4 .00 8 .00 2 .50 7 .DO 3 .6 .. ' 24 .00 I TABLE 4 : MA TERIAL DATA DFL 41.'42 28 .00 33A .33B 1 1 .7 5 3 16 . 00 15 .00 I .SO I. 75 1.5 0 Sol .OD 8 .00 2 .50 8 .00 ol .08 1 28 .. 00 ASTM MIN . AST M MIN . w w COMPONENT 'l'IELO COMPOHENT VIELO 32 .00 33.A ,338 11 .75 _J _J 3 16 .00 15 .00 1.50 I . 75 I .50 Sol .DO 8 .00 2 .50 . 9 .00 ol .52 7 32 .00 OESIGNA TION (KS I ) D€SrGNATl0N {KSIJ 36 .00 33A .338 It .75 CD CD 3 16 . 00 15 .00 1 .50 I. 75 1.5 0 54 .00 8 .00 2 .50 9 .50 4 .<46 ' 36 .00 1r·-, A5J2 IS M 55 55 LUM, PIPE ARM • sc...-o ,I Q 35 <( <( -3 GA WA LL A595 !.M,A 55 LIM . ARM ATTACHMENT A27 GA . 65-35 35 ol0 .00 33A ,338 l.,4 .SO t--t--0 .250 20 . 00 19 .00 1. 75 2 .00 I . 75 5 ... 00 8 .00 2 .50 10 .50 4 ,90 1 '10 .00 '~ ....1L 0A .436 FW DFL 43 .olol H .00 33A, 338 1.,4 .50 0 .250 20 .00 19 .00 1 .75 2 .00 I. 75 Sol .OD 8 .00 2 .50 11 .50 5 .70 1/7 ...... ao TS ~ LIM . A~ BDL SAE GR .5 92 w w .5 . 7 GA -· ~ GAL VANIZ I NG-A123 48 .00 '33A , 338 14 .50 w w 0 .250 20 .00 19 .00 l. 75 2 .00 1.75 Sol .00 8 .00 2 .50 12 .50 6 .14 5/7 '48 .00 ATTACHME NT : G.t.LVAHIZING-AISJ 52 .00 33A , 338 17 .00 l/) l/) 0 .250 23 .00 22 .00 I . 75 2 .25 2 .00 5.,4 .00 8 .00 2 .50 12 .50 5 .58 5/7 52 .00 BOLTS E.Il!lStt.. BASE COAT: HOT OIP GAL VAN[ZE TO ASTH: A123 . ,. OFL 45 ,46 56 .0 0 33A , 338 17 .00 0 .250 23 .00 22 .00 t. 75 2 .25 2 .00 Sol .DO 8 .00 2 .50 12 .50 5 .02 3/7 56.00 FJNrSH COAT: T6 1C CA llUtwE POLYESTER Pm«:t'R . COLO R: BLACK 60 .00 33A , 339 17 .00 0 .250 23 .00 22 .00 l . 75 2 .25 2 .00 Sol .OD 8 .00 2 .50 13 .00 .... 3/7 60 .00 VAL MONT SPEC: F283A TJTL[ CITY OF FORT WORTH . TEXAS II VALMONT INOUSTRI(S, INC . RESERVES valmont-f! UPAbt: NUH1:ueH: J OF 2 THE RIGHT TO INST ALL VAR I OUS , r .. ~;;0800 r~ A GGL 08/0 I /07 GGL 08/02/0 7 ADDEO .,4 .,4• -60 ' ARM LGS-WAS 12·FLAT FLUTE II DECORATIVE FLUTED ENGINEER APPROVED , MATERIAL HANG I NG -GGL 05/01/07 1 GGL 05/01/07 I ------------11 TRAFFIC SIGNA L ST RUCTURES ACCOMHOO A TIONS TO FAC I LITATE THE Vall e y.NE 6806,4 .., ORl,*ll'-OJTE OC:OCl1'-0AfE OESCFI IPTIOH II MANUF ACTUR I NG FROCESS . (402) 359-2201 t -~ it 1i ·1 1, 'I ii I' ti Ii :1 1: Ii Ii !! :i 'I I• i: ,I :11 '· 11 11 J! :, ji !/ i II 1: 1i 1! ,. ,, !j I: II :, II Ii '1 I• 11 1· 11 ,1 JI II 11 :i I 1: ii 1! il :1 11 :1 ii !, ,i,. +O •o 11 ' B8888B 000 "Bl81888°00 0 88888B 0000 B8888B 0000 88a888 1~' TYP E fl.M .... ..J (TY PE Y-4 881888000081888880000818888000088 8880000888888 o • o • • .'1:· o o o o (o~p: W-< • o o • o o o o o o 13' ( TY PE l•C·4 I TYPICAL MULTI-LANE , TWO -WAY MARKING WITH CENTER TWO -WAY LEFT TURN LANE -rr'!:T"·1 (, oo,oo 00000 '-TY PE y .,4 TY PE ll ·M -4 I r 00000 22 ' I TYPICAL TWO-LANE , TWO-WAY MARKING WITH PASSING PERMITTEO J.. ..r;":,"·1 J,. ooJ•oo 00000 o!.oo 00000 j ,,ooo~;E IIM-< 1• {,TYPE Y-4 ~B 8 ( 8 aja 8 oo o • o 9 B 8 > 8 8 8 ~BB B 8jo8 88 8~08 B 8 Bo]o 8 8 8 \:o "ooo~2' 1' o o o o o 8 8 8 8 8 8 808 8 8 8 1 '3 8 8 I I i 9 8 8 I of 9 8 8 8 o~ B 9 9 8 o;oo _j ool o oo ooooo ooooo ooooo 1''00000 1· ~r I I 1- UJ UJ c,: I- V) en en 0 c,: (.) c,: 0 ;; ::IE 1- UJ UJ c,: ti; I en en 0 c,: '-' c,: 0 ;; ::IE -r~:1"1 13' 0 0 0 0 0 g. 0 0 0 120' .. 0 0. • 1 0 ... 0. ~~~·. 0... ; •• ·!~. " .. 0 0 0 8888188888888BBB88888tB88 . BBBBI BB 0000 8BB888 ( TY PE 1-C_. 100' STORAGE (VAR IAB LE ) '\.._ TY PE W-4 (TYP E Y-4 12' ,..easaaassssaaasaesseaesssaess sessssesssse s s8se8assasssJs e •••• assa8B (._ TY P E II M -4 ,!TYPE l•C-4 11 ' 00000 00000 00000 00000 0 1 00 ooo+ 00000 '-. TY PE W-4 13• I TYPICAL MULTI -LANE , TWo :wAY MARKING WITH TRANSITION FROM CENTER TWO-WAY LEFT TURN LANE TO SI NGLE LEFT TURN STORAGE LANE { TYPE W-4 13' 00000 00000 0 0 000 oooJoo TY PE y .,4 11 ' B8888B(888S888888888B888888888 8 88888888888888888ls8e8 TY P E 11.AA,.4 11 ' o o o "(TY PE I-C -4 o o o o o ooooo ooo !oo 1:.::--L 2.--l 1" TYP ICAL MULTI-LANE , TWO-WAY MARKING t;:; w c,: I-en en en 0 c,: '-' c,: 0 z :i j~----100'· 200' (VARI ABLE}---+---------250'(APPR OXI MATEJ----------------------I j 13•'. (: TYPE W-• ( ~:~ ':c ~ ,10• 0 • 0 0 • 1,.1 TYP E W-,4 0 0 0 0 0 DO O O O O O O O • 0 0 0 0 0 D ••• 0 0 •• 0 • 0 0 ~ 0 8 8 8 8 8 B 818 8 8 8 8 8 8 8 ~8 8 B 8 8 8 8 8 8 8 a 8 8 8 8 8 8 8 8 8 e 8 8 I I a 8 8 8 I e 8 r TY PE Y-4 11' 12,: TY PE 1-c.... 8888888 11111ss 11 ,. 2,.. '''!:V:e'u'.!!es1e1181eaejaae 6888888,8888888888888888 8 888888888 88 -r-,.... ... , l 11' ,,._ 0 0 0 0 0 0 0 0 0 0 0 0. 0 0 0 0 0 0 0 0. or 0 00000 I 00000 00000 00000 °0000 UI' 1:r 1 I TYPICAL MULTI -LANE , TWO-WAY MARKING WITH SINGLE LEFT TURN CHANNELIZATION REVI SED 5-15.07 BY JO E RADENZ FOR TITLE BLOCK & TEXT. REVISED 1-Z7-02 I Y JOE RAOENZ l"OR TITLE ILOCK & TEXT. DE P T. OF TRAN S P O RTATI ON AND PUBLIC WORKS TRAFFIC SERVICE S DIVISION SHEET 2 OF 3 I I' I i 1: I 1, 11 11 I i i ii ll I' I i !1 ,I I I I I I i1 :I 'i .I !i TYPI CA L PAVEM ENT MAR KI NGS f 11-===:-::::--::=---,---------ili OUIG,..EO I Y : DATE: I CH ECKE D I Y: DAT E: ~ 11 OtllAWH I Y :SKA OAT!: JJU/NI APPIIOVEO I Y: l ~~-=·-;·~·;·=·~·=·=:;·~-;··~·-~-~-;-~-;·;·~;;··;,:::.;;:··~··~-~·~··:...:··=·=-=·=·=··=·=~=-=·=··====·'.'.:'.·:::::::::::::::::·================:::'.::::==================~S(:AIE==IIONE=====·~=::::='"=··=~="''...'.:"O=·=·=-·--·--~I'_"'-'-'-~-·---~~· ... \markingslpvmtm ri<.2 .dgn Jut. 07 , 2008 13.42.38 w========== I ( ... -r-~1·--r-2 •·---, 2' ••••• • ••• 1. i •. .. . ·J· .. ,. r.r::•iw-, ....• \...TYPE 11-CR-4 I TYPICAL DIVIDED ROADWAY WITH RIGHT TURN CHANNELIZATION AND DUAL LEFT TURN MARKINGS . EACH SIDE OF MEDIAN BEING 26'· O" ( -------------~,.-------,-···~ .. ~ e,J as1888888888BB8f88BB88BB8 888888 ~24!..-.J 0(000 • TAPER LENGTH (l) IN FEET 3' \ TYPE Y-4 •y:.:J~tHiJ SINGLE LANE TWO-WAY TRANSITION TO MULTILANE DIVIDED ROADWAY TYPICAL DIVIDED ROADWAY MARKING EACH SIDE OF MEDIAN BEING 36'· O" t , .. .... { TYPE 11-CR-4 FOR SPEEDS 40MPH OR LESS: FOR SPEEDS 45MPH OR MORE L•~2 L•WS WHERE: W • OFFSET DISTANCE IN FEET S • SPEED (MPH) l s s SSSSSI F>0'4 /"TYPE Y-4 TYPE 11-M-t · O g O O o l D o OIi II II 11 0 0 0 __! , 0 0 :> IUVIHO S.11-01 IV JOE MDEHZ fOII: TlTll ILOCK I TUT. ll:£V1SEO 1·27-02 IV JOE 11:AO!HZ FOfl: TITLE ILOCk I TUT. DEPT. OF TRANSPORTATION AND PUBLIC WORKS TRAFFIC SERVICES DIVISION SHT.NO. 3 OF 3 r- 'DETAIL 'A' 88 8 8 88 8 s B 88 BJ 88 B 8 8 8 8 8 Bf B 18 '81a88!1.r'~.e 8 8 fl 8 !Ji! 8 Bl o o o o~PEII-M-t o;1 o ea a as ea a a I ea a• a ea a a 1 ea a as ea a a Be a a a as a 8 8 11118 8 8 8 8 8 8 8 8 8 TYPICAL PAVEMENT MARKINGS TYPICAL TRANSITION MARKING FOR CENTER TWO-WAY LEFT TURN LANE DETAIL 'A' OATt: SHEET No. <2 4 S.F .> I i,v-"-l...l.11 I IY 'ZI I Y "\ ' l'l---. / I I'\ I J ' l .. ~ ' .. q, ,:· !,, ~ ~ J ' +v i I: 4 .0' 11.S' <J S S.F.> <22 S.F.> \ \ <31 S.F .> 1 ' I I 11 ~· f\ ) 8'·0" <2 5 S.f.1 .f: '? ix, ' - I "·5" 1,0 .. I r -5" : N" <12.S S.F.> 3"-4" 2'-8" I 6 '·7" 06 S.F.> 8'·0" <J0 .7 S.F .> PAVEMENT MA RKIN GS WOR DS AN D ARRO\NS DETECTABLE WARNING SURFACE PERPENDICULAR CURB RAMP WITH SIDE FLARES MDT ADJACENT TD WALi< SURFACE CROSSWALK PLACE EXPAN SION JOINT AT BACK OF CUR B LINE OR AT SIDEWALK LINE / I " M1N CURI I 1 , 1 RAMPWIOTH 1 , 1 PERPENDICULLAR CURB RAMP (RETURNED CURB) NOTE: USE ONLY ON RES IDENTIAL TYPE STREETS DIAGONAL CURB RAMP (RETURNED CURB) Perp•ndlcu11r to the Tangent of the Curb R1d lu11nd Conta ined In CroHwllk 6, rn\fl '11 ,.. S"ar-4 Llr,d\1'19 Pt•ntlng or other non-walking 1urf1c. If dropoft 11 not protected COMBINATION CURB RAMPS R•mp Limit, of Paym•nt COMBINATION CURB RAMPS Ramp Limn, of Paym.nt CROSSWALK NOTE : DETECTABLE WARNING SURFACE TYPICAL SYMBOL 0 All RAMPS/LANDINGS \\"°8SWALK\ FLUSH LANDING DETECTABLE WARNINGS GENERAL NOTES FOR DETECTABLE WARNINGS ON SIDEWALK RAMPS (CURB RAMPS) 1. Curt r1mp1 mu11 contain a d1t1ct1bl1 warning 1urf1ce that con1l1ta of ralMd truncated dom11 complying with Section 4.29 of the Ttxas Acce11lbility Standards (TAS). The surface must contr11t visually with ldjolnlng 1urf1ce1, lnciuding 1id1 n.r11 . Furnish dark brown or dart rtd d1tectabl1 warning 1urf1ce adjaetnt to uncolored concrtll , unl111 specified tl1twhtr1 in tht plan,. 2. Dttectablt warning 1urf1ce1 must bt slip r11i1tant and not allow water lo accumulate . 3. Atign truncated dom11 In tht direction of pedestrian travel when entering tht ,trfft. 4. Shaded ar111 indicate the approximate loc,tion for the dtttctablt warning turface tor Heh curb ramp type . 5. Dtttctablt warning surface, shall be a min imum of 2•· 1n depth in the direction of pedestrian travel , and extend the full width of lht curb ramp or landing where the ptdt1tri1n 1cce11 route tntt,a lht 11feel 8. 01ttcllblt w1rning 1urface1 shall b1 locat1d 10 lhat the ld!ll n11r11t thl curb line i1 a minimum of 8" and 1 maximum of a· trom thl 1xt1n1ion of tha face of curb . D1t1ctable warning 1urf1ce1 may be curvtd along the comer radius . 7. The following i1 an approved lilt of Cast-In-Place Detectable Warning Materials and their manufacturtrt : 7a . Armor Tilt (vitrified polymer composite) by Enginlertd Plutics, Inc ., Willl1m1villt, NY . 7b. Tactile Pavar1 (fittd ciay paver1) by Pint Hall Brick; Win1ton-Sal1m . NC . 7c. Detectable Warn ing Paver (fired clay paver,) by W11tern Brick Co ., Hou11on , Tx. NOTE : ALL RAMPS ARE MIN. 4' WIDE . 8. Tht above lilt of Delectable Warning Material, or their approved equal shall be u11d 11 the Oettctablt Warn ing 1urfac, on aidawalk (curb) ramp, 11 thown on tht plan, and or detail, on thla shtat. . CI iii landing lu DETAIL "A' O.note1pl•ntln11 ornon-walltlni; Ml~!4:4';~ :.-·:··· ·--7:" '·!!..... SIDEWALK RAMP (CURB RAMP) GENERAL NOTES 1. All alopea are maximum 1llow1ble. n,• IH1t poHlbla 1lop1 that will aUII drain prop•rly thould be uHd. Adj uat curb ramp l•ngth or grade of 1pproech 11dew1lk1 H directed . 2 . Tha minimum 1ldew1lk width 11 4'. 3. Landings shall be 4'x -1' minimum w ith • maximum 2% slope In any dlrecUon . 4 . Maneuvering apace at tha bottom of curb ramp• 1h11l be a minimum of 4'x 4' wholly contained within the croHwatk and wholly outside the parallel vehicular travel path. 5 . Maximum allowable crou 1lop1 on 1ld•walk and eurb ramp aurfaee, 11 2%. Sktt n,re (Typical) flee of '""' flee of c..rb 15 . Curb ,amp• with returnad eurb1 may ba uHd only whe re pedestrian• would not normally walk acroH the ramp, elthar becauH tha adjac•nt surface 11 planting or other non -walklng surfaca or becauaa tha t ide approach 11 1ub1tantlally obstructed. OtharwlH, provide flared aldH. CR 68WALI( PERPENDICULAR RAMP @ FLUSH LANDING CROSSWALK Al ign curb para llel With CfOHWllk CUT THROUGH AT MEDIAN ISLANDS 7 . D•tells on thlt plan apply to all construction or reconatrucllon of 1traet1, curba , or aldewalka 8 . To Hrv• 11 a pedHtrl1n rafuga ar11 , the median ahould be • minimum of 5' wida. Median• ahould be dHlgned to provlda acceHibla paaHge through them . Iii . Curb cut ramp, are to be located H ahown on th• plana or a• dl rectad by Engineer. 10. Cro11walk dlmen1lon1, cro11walk markings and atop bar location, 1hell b• H 1hown elHWhere In th• plana. A t lnt1r11ctlon1 wh•re cro .. walk marking, are not required, curb ramp, •h•II be aligned with thaoretlcal cro11walk1 , or H directed by tha Engl naar. 11 . Exlating faaturH that comply with TAS may ramaln In place unleH changed on the plan•. 12. Rampa thatl be provided 11 all corner, of 1traet lnt1rs.ctlon1 where there 11 exl•tlng or propoHd aldewatk and curb . Rampa ahall 1110 be provldad at walk locati on, In mld~block In th• vlclnltlH of ho1pltal1, m.ctlcal eent•re. and stadium,. 13. Surface texture of the ramp 1hall be that obtained by a cour11 brooming, tran1v1r11 to the alope of th• ramp axcept at detactabl• warning aurfaee area,. See detalla A and e. 1-1. S1par1t• curb remp and landing, from adjacent aldewalk and any other 1l1m•nt1 with premold or board Joi nt of 314 • unlHa otherwl H dlr•ctad by the EnglnHr. 15. Provida • amooth tranalU on whare the curb ramp, connact to the 1tr11t. 18. Curb1 1hown on this sheet within the llmlta of payment ara conaldared part of the curb ramp for payment, whether It 11 concrete curb , gutter, or combined curb and gutter. 17. Flare alope shall not axc••d 10% m111ured along curb line and whara pad11lrl1n1 could welk acrou the ramp , then MHlmum alopa ehell be 1 :12. (B .3 %). 18. Sl d1walk1 •hell b• ramped whara the driveway curb la extand•d acro11 the walk. 1'1. If po11lble, drainage 1tructur11 should not be plaeed In llne with ramps . Location or the ramps ahould take preeedance over locaUon of the drelnage •tructura. 20. The normal guttar line profile shall be m1tain1d through the arH of the ramp. 21 . The actual limit• of 1J1l1tlng curb and gutter and aldewalk 1hell be dlract•d by th• engineer In the flald . 22. Contraction Joi nt•. exp1n1lon Jo int, and alllcona Hallng 1hall be 1ub1ldlery to unit prtce bid for 11d1watk1 and ramp,. Z'1trlplfc1,1l tl'lro1,1gfl 11gr .. 1•rth•n4'1n .. noth. Olh•rwlH placa detectabla warning onll'le..,llre11,rf1ee otMtl'lr~h. Ramp Limit, of P•1ment (TYPIC AL RAMP SECTION) DEPT OF TRANSPORTATION AND PUBLIC WORKS FLARE 1":12" SLOPE RAMP CROSSWALK:.\ NOTE: USE ONLY ON RESIDENTIAL TYPE STREETS DIAGONAL CURB RAMP (FLARED SIDES) SECTION H·H (TYPICAL RAMP SECTION) Ls1op8•r COMBINATION ISLAND CUT THROUGH TRAFFIC SERVICES DIVISION SIDEWALK RAMP DETAILS FORT WORTH, TEXAS DIIIO•I.IIU : IIAfl, CKl"I.IIH': JOE AADEMZ 2.(Jl-07 ROHNIE lit. YARNELL OM'MIIOlle.: 87 Fl•iu•r & FCW20-71 1lgn may bt required acco rd in g to fi eld condition,. Daytime -Four Lane Ro adway DtttclOI LkatlOII CW20·5 R • 100'111111 ~~==:::~•bl•• • :;:~•:,"':, ::::u111 811:~=;~0 rc:-,N-,,...,-..---+-7:,.:-,-;;.,:-. -,--:,,.Htc0a::,c:,T--ao.:c,:--i: , I P'ffd fon11111, Of'tffl Otfttt otrt,t hMr 30 150' 165' 180' 30' ~ L= WS 2 205 ' 225' 2•5' 35' ~ eo 255· 295· 320· 40· 45 '5a 55 ~ L=WS 's5 70 450' 495' 540' 45' 500' 550' 800' 50' 550' 005' 860' 55' eoo· eeo· 120· 80' 650' 715' 780' 65' 700' 770' 840' 70' eo•.75• 70'-90' 80'-100' 90'-110' 100'-125' 110'·140' 120'-150' 130'-165' 140'-1 75' ...--- 75 750' 825' 900' 75' 150'-185' * * Tap a, length• haw Men ro unded off. L•l•nllfl ol Tap,, (FT.) W-Wldlh ol ott .. 1 (FT.) S•POll.cl &Pffd (MPH} 120' 160' 240' 320' 400' 500' eoo· 700' 800' 900' ~ 020-2 ~ .. -·- ~ ~, '""~ ~a:"', CW2 0S G-1 D "I" 0 ii (optional) MAJOR STREET . " ~ CW20SG-1D Open trench ~ CW20SG -1 D r ~: \ 100' I fill] de vices 1h1U be reflectorized. .a.-~ s1;w "'" ..., CW20SG·1D .... ADDRESS OTY _fil!L_ COIITUCTOR R20-3 1J· 1j .. .. -·-- JEiol ~ 020-2 ...... I optional) TYPICAL ADVANCE SIGNING LEGEND CW20SG-10 ~~ CW20SG -1 0 R4-7b R4-7b 01 I I i ' Fl1ggar&CW20-71tlgn 1111rbe ~ required '"°rdl ng tofleldcondltlon1. Day ti me . Two Lano Roadway ~ TYPICAL DETECTOR INSTALLATION Nlghttlm•. 1. Channelizing o,v1c .. thall be r,tJ,ctorlzad. L <;i <;i ,I, 01 I I T CW20SG-10 <;i ---·--1>-·-a· .D. -,t--·--c:> CW20SG-1D CW20SG-10 TYPICAL HANGING SIGNAL INSTALLATIONS Advance w1rnlng ch1nnelizlng devlcH are op ti ona l. I 't I 10 R4-7b I .a. Bldg. 5S> ECW1-e1 .. mu Crouw1lk II <S> ECW1-e 1 ~ /mu T T .t.··~ T Sidewa lk • •5.R I p min Bldg. I '-----------~ Ch•nne11zlng devlct11 ehould not be placed cloHr th in 6 lool t1dlu1 (minimum) to 1lgnet polH . Partl.ln g m1y b• 111rn1n1ted by pl1clng channellzlng dl'IICH In 1p1c.e1. If p1d11tri1n walkway, ere blocked, t1ler to TMUTCD PART 8 TYPICAL RESTRICTED PEDESTRIAN MOVEMENTS HHY)' Work V•hld• Tr1>9I Batrle1d• a Ch1nn 1lli ln9D1vlct1 ~ FIH hlng Arrow P1 n,1 A The arrow pane l mar b1 omitted wh•n 1t1ted 1IHwh1r1 In th•plan,. Trplc1I ch 1nn•Hzlng devlct1 11 lh• 21· con,. Pl11Uc drum, may b• u11d If 1ppr11v1d by the Englnffr. M,111 dr11m1 111,11 NOT DI UH4 H I chann,llzlng dl'IICI or ''"" ,upport. Adv1nct1 1lgn1 and berrlc.411 1h1U be In place whtln 1l9n1I con 1truct1on operetlon, are tn progreH. Th • con lr•ctor mer remov• advence 1ign1 and b1 rrtc•dH whtln no con ,tructlon oper1llon1 1r1 und 1rw1r If p1rmlt11d IIH•h•ra In the pl1n1. Ob1tructlon1 or h121rd 1 at th• work atH 11'1111 be cl11r1y markll4 •nd ffllnHl•d I t •H tlmH . All holH, tr•nchH or other h1zardo11, ., .. , 111111 be ad1qu1111y protacted br b1rrlc1dH, llghl• or othtlr prot.ctlv• d1vlc.e1 . T11n ch11 1hall b• covar•d o, 1urro11nd1d with ot1ng1 plH llc con 1tructlon fence II dlr•ct114 br the Engln11r. Flaggar 1nd FCW20-7a 1lgn m1y b1 r1qulr•d accordlrig to lleld cond1tlon1 . Veh lcll• p1rtlll4 In ro1dw1r 1hall bl equip- ped wllh two 1trobe1 . High llvel nag, at corn1r1 or .... 111c11 may 1110 b1 UHd. Worlt op•ratlon 1 th at r~ulra WGrlt vahlcle In 1,av•led w,y 20 mlnut .. or 1111 m•r u11 con 11, high 1 .... ,1 na g, and 1trobe1 u 1dv1riu wuning device,. Con .. 1ho11ld only b1 placed around v1hlcl1. Fl1gg1r1 rnar be u1ed on high 1pHd rura1 1nter11ct1on1 . DEPT OF TRANSPORTATION ANO PUBLIC WORKS TRAFFIC IERVICEI DIVISION TRAFFIC CONTROL PLAN DETAILS SHEET 1 OF 2 ..._._ n ,klf AAOfMl: .. u t ,11..ot ~""""' n : DIV.WINOl6e.: II R4-7b 24" X 30" htt•r• .ai.ck lymbol • Black Bo rd•r -Black hdlground -Whlle Re ll. TYPICAL SIGNS USED IN TRAFFIC SIGNAL CONSTRUCTION AREAS ... j I ... IF:"" lt•i/," •t,"R 2· OlilS1E~'11E ::0 ~-fl!AQQE H/,· ,. ADDRESS ~Ji\~~l~G •·0 ,.. CITY R20-3 48" X 42" L,tt,r1 • l lacli:. eord,r -Bi.ell l ack9ro11nd • White Ra fi . Ola tance Plaque 30" X 12" --- ,·o o·c I j 311,·· STATE U ~J, .. CON TRACTOR G20-8 48" X 30" Latten • Black lord-, • Black Bac1t11round • Orange or Whlta Ran. l"O -..,....;~-12· U ft:'1J~[L[ e·c U~@@ f1J'.-c U @@@ f 1J' ,·c ~@@ f1J' ,·c ... ;:;;:=.:g~12· TYPE I BARRICADES BARRICADES SHALL NOT SE USED FOR SION SUPPORT. 2'mln., varl ,ble max. 2'mln .. 'f'arlable max. Type l(l) Fo,Typa I end Ii 8arrtcadH . both tlclH ol Iha rallt 1hat1 ha,,. rtflactlva or a nge a nd ranacUva white atrtplng mH tlng th • color and ratro-ref11 ctlvlly requirement, ol DMl•l300 orDMS-1310. l "O CW20-5l ~' ' i ----·-· ,_,_,,_·_.,. . t J with curb: 2'mln. No111 ln1I ...... POii FIXED SUPPORTS 8'to12' .,._ ___ ......, i' ? E ! withc11rt1: 2'mln . TYPICAL SIGN SUPPORTS WOOD POST SIGH SUPPORT; lor JI"• ,e• a nd tmallarwa,nln g 1lgnt, a nd othe r tlgn• havtng an arH not axca.dlng 10 ieq.ft. WOOD POST SIGH SUPPORT: lor41"1 41'watnlngtlgn . Signe a rectad on fix ed 1upport1 ahall tla •I a minimum ha lghl ol 7 IHI. Embadmant depth lor wood 1Jgn 1upport1 a nd po11 typa barrlcadH 1hould ba 3 IH I mlnlmwm , 11nleH1pa cJfladalMWhera lntnaplan1. Drlveabl• algn 111pport1 may ba 111ad an.d 111au ba ln araJlad In accorda nc. with tna m1nulact\lrar1 racomm e nd etlon 1. J ,.. l CW205G-1 0 38" X 38" Lattari • Blad! Bordar -8 1aell: lac«Qrouncl -Orang• Ran. R•il," i,-~· J y ... I<-,. IE~~ ,·c 3 ...... [RI@~~ \Yl/@!RI~ o·c 4 y,- La n,.-. -Blacil G20-2a 48" X 24" Sordar -lla cil lacllgr!Xlnd • Orana• Ren . Legend • Black Bord,, -llack Bad1.11round -Orang• Rall . PORTABLE SUPPORTS GENERAL AU 1lgn UHQe and er1ctlon ,hall be In atrlct 1cc:ordlnca wllll tne "Te1111 Manu1 I on Unllorm Traffi c Conllol D1'1ic.1 lor StrMte and Highway,• (TMUTCD) 111111 e dition . TM Contr1d0f 1h111 m1intaln 11dl llgn H cUrectad by tht EnglnMr. Th• Contractor 1h1tl nt 1h41 llgn delMif\1 1hown in tht 'Standard Highway Sign Dulgn1 lor T1111 • (8H80). AH .. ort zone algn1 provided and 1hown In Iha TMUTCD tMtt. not d1lallad In the pl1n1 may bl uaM when dlra ctN by th1 Eng lnHr. REFLECTIVE SHE ETING Ren.Clortzad 1lgn1 ahlllt bl con 1tr11ctM ol 1n.ttlng meeting the color and t1tr0+r1ft1ctlvlty raqulramtnla ol DMS-1300 or DII S-1310 . Whit• lhMllng, mNtii.g the r-«1ulr11T11 nll ol D11S..a300 Typa C (H igh Spaclrlc lntenttty) 1h1II be uNd for aJtn• with whl .. OIICkground and ch 1nnellzlngd1vl~. Or111g1 ahNllng, mN llng VII r~uk.m1nta ol DIIS-1300 Type E (FluorH canl Prlamallc), 1h1ll be ulld lor algna with orange oacqrounda. SUPPORTS AND MOUNTING HEIGHT R1g1rdllH of lha typa of 11.1pport uHd. or dwratlon ol WOfk , regulatory aigna ahould not bl 1r•ctld at h1lghl 1 '"' t11,n 7 fNt tbove th• pav•m•nl 1urfac». The Cont ractor ahell fumlah 1lgn 1upport1 11,11d In th1 "Compllanl Work Zon1 T11ffic Control D•vlca U11• (CWZTCD). Wood ,1gn pott ,upport1 ah11I be palnlld wtlll•. Sign• m•r bf arectld on pol'tlltMI or llxld 111pport11 for IIM on con,bucUon proJa cte lo warn «91.Udatt1fflclhro119h1ndlor11round thlactual conttructton ar••· Th• Contr,ctorl1t1'90fltlbl1 for1n1u,in gth1t1ll 1lgn ,upportll al'ld aub,11111 m111 c,uh .. orthlnHa and length of work r~wlr.m.nta. PORTA81.E . Sign, aractlG on port1bl1 1upport, tor UH on CQnltructlon proj1ct1 nom11Ur mHn tllln• which ,,. uHd du ring lha daytlma to warn or gulda traffic lhrougn tndJor around Iha actual con,tructfon arH, but al tM end of th• wOOl.d•r 1uch ,19n1 "' rlfflo*. Portabl• 1upporta ahlll bl •• allown on lh l1 1hHt. Sign, .. 1111 port1bl1 1upport1 may N ulld lot ahort tertn, a hort duration and moblll op•ration,_ The bottom of the algn 1h10 N • minimum of on, (1) foot at»ova th• p1v•m•nt turfac.. FIXED -Sign , ar•ctM on flx ld tupportl lor UM on conatrucl!on pr"*-ct• rK1rm 1lly m11n 1ign1 !hit ar• to remain In plac. for both d1rtlm 1 and nlghlllme uug1 to t1qul1ta , warn end guld1 lla tfic In adYlnCI ol and with in I.hi llmlta ol lh• proj1ct Including th1 Cf011to1d 1ppro1chH. Sign , 1r1cl1d on flx ld 1upport11 1h0Ukl be al • mlnlmwn halght of H qn (7) 1111. SIGN SUPPO RT WEIGHTS Where 1lgn 1upport11r1q11it11111 UH ofwa lijhtl to k11p from turning OYlt, lht UM of '°"'' typ1 of 11nd01g l1 r.commandM. Th• uH ol pile., of rock , concr11,, Iron, 1INI or olh1r aolid ob/act1 wlll nol bt permllt.d. Sandbag, 1h1H onty bl placed along or upon IM ball 111pport1 of Iha devlc» i nd ahaH nol ba au,,,.ndad a boq grownd laval or hufti wllh ,ope, wlfl, cnalnl o r olhtr ,., .. n,ra. REMOVING OR COVERING Wl'ltn aign mHHgH may bl confu1lng or no longar 1pply, 11'11 1lgn1 and aupporta 1hall bl tlfflovld from rollft1y and 1llouli:Mr, or tha 1lgn1 1h1II bl compl1t1ly covwlG . Turning 1lgn1 lrom motorl,11 vlaw wm not b• allowld. Whan 1lgn1 ,,. coverld the material uNd 1heH be op1qu1 , ,uch II hHvy mlf bl acll pl11Uc. Burlap 1h1II not bl u11d lo co'llr algn 1. Stgn1 ehall t,e t1mov1d upon compltllon of the work . Duct tapa or olfler adhlffi• Ma\lrlel 1h1/I !Kit 01 efflxed to 11911 ,~. IIEV. 08·21-ol FOIi HOTES ANO SIG N CHANOE& IY JOE RADENZ . DEPT OF TRANSPORTATION ~l\t) ANO PUBLIC WORKS TllW'f'IC SCRVICtS DIVISIOH TRAFFIC CONTROL PLAN DETAILS SHEET 2 OF 2 FORT WORTH . TEXAS JO£ IIAOENZ --1,:fl.P.W •• lt.W.J. "''"..,.. n , J. MAJIJ( MATHIS OIIIAWI NQ No.: H SHEET No. Of FO 7 I fO l 5 6 03 + 1217 I F l!l;!•Iil6 FOL LOWS I F fJ•fll6 FOL LOWS FD l 3 8 q fO l _J~!_;JLSJ •J,4 I ,-, ,-, 1-~-~-L : l Ol.4 C LS4 • I, 2 I : : : : 'f , II & ' .,.__ d ,. ',u ~ G. 1 L _, I.-• -4. I L ... i r.~ ~-.., _r i ~ Ill~ w:::: -: • t,L_: L_:d Ol.8 CLS8 •5.6 I l , ~-~-:-1 r-:--c I Ill. 7 C LS 7• 7, 8 I PHASE ASSIGNMENT I ll +: D :\<t 1 l 1 t1on\d 11 n \d 1 l 1 1tll\FIGUAU1 ug tt.OGN TRAFFIC MOVEMENTS fO l IF 1112•!115 I FOLLOWS 2 1 2 2 T11ld 1212 + (ll6 j I F Jljt +{115 FOLLOWS 15 16 FD 6 IF ill •• I f 11l d FOL LOWS II 17 1 8 SP EC IAL DETECT OR OPERATION 1. The Queue Delector I s lnlended 10 detect a tralllc backup i n lhe Internal area . When the detector with a del ay timer is actuated , a count-d own timer s hall begin , and phasing operation sh al l change to F ig u re •-Upon expiration of Iha c ount-down timer, phasing operation wlll re vert lo F i g ure 3 . The count down timer value It expressed in m i nutes 2 . C + E Det ector : Thate are c a ll and/or extend dete c tors thal may b e used under certain p has i n g 1chemea an d tratllc condlllona G ENERAL N OTES 1. Manu al Control will sequence lhro ugh i ntervals 1-1<4-15-16 -2 5-2 6 . 2 . Change from Figure 4 to Fig ure 3 will be through inlervals 9 -13 -1<4 or l n1erval 1 25-29-30 (F i g <4 ) fo llowed by Int erval 25 (Fig 3). Chan ge f rom Figure 3 to Figure <4 will occur at an In terval common to each p h asing oper at i on . J . lnl l l ale change to either Fig ure 3 o r Fig u re 4 operation upon aclivalion by ; Que ue Detector/Time Out Funclion Input from lime ol day fun ction . MonuolControl f unction C•A•8 : NEMA phosing =O, f igJ=J, f ig4 =4 24 2q IF f l •{il5 IF fZIJ•Q:17 FOL.LOWS FOLLOWS FD 1 I 23 26 IF Cl12 •'°6 FO.LOWS 25 FD 5 J q 27 I F fl•Iil6 FOLLOWS IF !a2 •Iil6 FCLLOWS 21 C OOR D I NATED OPERATI ON The controller wlll advance based on the app llcallon of t h e Yi eld and Force-Off command s DEPT OF TRANSPORTATION ANO PUBLIC WORKS TRAFFIC ENCINEERJNC 28 F IG UR E 3 MOVEMEN T DIAGRAM 11-20-97 0 •11 •• JOE AADENZ utt SCALE ; NO SC ALE SHEET RE VISIO N 5 A uguat , 1998 SHE ET No . lOC . No . C O O RDIN ATED OPERAT I O N TRAFFIC MOVEMENTS ·-------------------------------------1 Yi e l d f D O UBLE CL EAR A NC E , I , ! , . ~I ~~ •..... I --, ....• ':!.... ! , ....• '-:!___. r ' · -:!__. DO UBLE C L EAR ANCE I 2 +5 C H A N GE T O 3 + 5 f C HAN GE TO 1 + 6 C HAN G E TO 1 -t-7 ·----------------------, F O 5 ADVAN CE GRE EN DOUBL E CLEARANCE I 9 l 10 11 12 I 13 14 15 HS PP.1i PF=1 ~~I ~~~~ ~~~~,~~~~ 3+5 CHANGE T O 1+6 j J CHA N GE TO 1 + 7 CHA N GE TO 2 .,. 5 FO 6 r DOUBLF. CL EA RANCE D OUBLE CLEARAN C E 17 l 18 t 19 20 21 22 23 24 ~~~~~~~~ ~~~~~~~~ 1 + 6 C H A NGE TO 1 + 7 L __ C H ANG E TO 2 + 5 CHAN GE TO 3 + 5 FO 1 ------------i AD VAN CE GREEN J DOUBLE C LEARANCE ,. I ,. ,, ,. ! .. ,. ,, ,, ~~~~I ~~~~ .. ,.,.~i:~!--.!~· ... ~. •.t.1111111 ,t,.COIIUII ,······-··· ·-·· ... , .. I C HANGE TO 3 + 5 C HANGE TO 1 + 6 -----·----------··-------·---------·----. _______________ J , + 7 CH AN GE TO 2 + 5 & 1Dll4H /~ ),:f;;f· GE N ERAL N OTES Ma nu al Control w l ll sequence th r o u gh interva l s 1-2-9-10-11 -12 17 -16 -2 5 -2 6-27-26 . A DVAN C E GREEN MOVE M ENT S : • T ~e 0 6 ad vance gree n duratio n ; I nt e r val 11 and 12 , l s det er m ined by lhe 04 m in . g r een and c l earance tim es . • Th e 82 advanc e green dura1io n ; inte r v al 2 7 and 28 , is d e term i n ed by l he 08 m i n . g r een a n d clearance lim e s . COORDINATED O PER ATI O N Duri ng c oor d i nated operation . re call s will automatically be plac ed on all phases . The co n trolle r will advanc e ba s ed on the application o f the Yield and Forc e-O ft comma nd s . DEPT OF TRANSPORTATION ANO PUBLIC WORKS TRAFFIC SE RVICES DI VISION FIGU RE 4 MO VEM ENT DIAG RAM SHEET REVISION AUG . 1998 5 I-""· -· I LDC . No. 11-.. -•• -.-.-,-_ -•• -o-,-.-, -.. -.. ---,1-----.. -----------. --, D,Ut l 11·20·97 SCM...[1 NO S CALE I OAAWIH G Ho .: I S t1 U :T No .1 Of PARTI STREET LIGHT GENERAL NOTES AND DETAIL SHEETS GENERAL CONSTRUCTION NOTES: PRE·CONSTRUCTION 1. Contractor ahall notify Traffic SarvicH Inspector (817-392-7738) 7 days mlnlmun before beginning work on thla project. 2. Contractor ahall attend a pre-construction meeting before beginning work on this project. 3. Developer shall list the type of Street Light pole or poles to be lnatallad for the proposed project site . 4 . Developer ahall atate weather a contractor or city forcea ahall inatall the proposed Str~et Light polH. FOUNOATIONS 1. Dimanalona shown on plans for location, of street light foundations, conduit and other items may be varied to meat local condition,; subject to approval of Engineer. 2. Contractor shall contact the City for inapactions prior to pouring street light foundations and digg ing for conduit runs . 3. No street Ught poles shall be placed on foundation, prior to seven day, following pouring of concrete . 4 . Contractor shall clean up and remova 11110011 material rHultlng from construction operation,. 5. Street light pole foundations shall be Claas C ( 3000 P .S.I. ) concrete . 8. All foundation, 1hall be 24 lnchH In diameter unlen shown other wise. 7. Foundation piers ah all be drilled plum , the top of foundation poured level, the top 3 inches of th• exposed pier (height) above flnlahed grade 1hal/ have the 1onotube removed . 8. Top of foundation ,hall be 3 lnchH above the flni1hed grade unleaa ahown different on plan,. 9. Anchor bolta shall extend above the top of the foundation concrete aa shown on Anchor Bolt Detail. 10. Anchor bolt,, ground rod, all reinforcing and conduit shall be in place before pouring concrete in pier foundations . Also pier foundations shall have one continuous concrete pour. 11 . Streat light foundations shall have a chamfered edge (beveled} at the top; aae foundation details on sheet 2. FOUNDATION PLACEMENT 1. Foundations in medians shall be placed in the canter of the median between the two curbs . 2. Foundations shall not be drilled within 3 feet of a water llne or Fire Hydrant. 3. In rHldantial areas foundations shall be placed In the street right of way (R.0.W.) In line with the property line between Iota and at the break of the radius point of the ,treat curb at street intersections. 4 . Foundation, shall not ba placed In 1ldawalk1 (or location of future sidewalks) or sidewalk ramps . CONCRETE POURS Contractor shall notify the Traffic Servlcea Division (817-392-7738) Inspector in advance (between 8:00 AM & 5:00 PM) of all concrete pour,. ln1pector muat be preHnt when concrete /1 placed on th• project aite. EXISTING UTILITIES 1. Approximate location of known underground utllltlH has been shown on the plan 1haata for the street luminaira project. Th• Engineer asaumH no rHponsibility for the accuracy of the utility locations shown on the plans. 2. Contractor 1hall contact the followlng utlllty companlH and agencies 48 hours prior to doing any work at any locations: 2.1. TXU Gao .............. 1-800-817·8090 2.6. TXU Electric ...•..• ·········-············ 1-800·233·2133 22. Southw11tern Ben .................... Enterprise 9800 2.7 . City of Fort Worth Water Dept. 817-871-8275 2.3 . AT&T ··············-··· 1-800·878•8711 2.6 . City of Fort Worth T/PW Dept. 817-392·8100 2.4 . Charter Communlc,,tlona .. ··-··· 1·800·395·0440 2.9 . Dig Test ...... ·············-· ........... 1-800-395-0440 2.6 . WHtern Union Cable -·----·-··---· 214-939-1930 2.10. City Traffic Services Divis ion .... 817-392-7738 3. Contractor ahall be responsible for the following at no addltional coat to the City : 3.1. Preventing 1ny property d1m1g1 to property owner's po/11 , fence,, 1hrub1, m1itbox11, etc . Any d1m1g1d property will bl restored as directed by Engineer. 32. Landscaping and Sprinkler System • the contractor shall adjust and repair any existing landscaping and the sprinkler 1y1tema as directed by the Engineer to allow for the placement of all street light equipment. Thia shall be done In a manner equal to or batter than the areas adjacent to the damaged araa,. 3.3 , Providing accaas to all driveways during construction . 3A . Protecting all underground and overhead utllltlaa and repair any damages. 4 . No additional payment will be made for relocation of any foundation, or conduit due to location of ex isting utilitiaa. 5 . Taxaa State Law, Article 1436C, makaa unlawful the operation of equipment or machlnaa within 10 feat of any overhead electrical line unlHI danger against contact with high voltage ov•rhaad linH has bean affectively guard•d against pursuant to the provi1iona of the article. When construction operations require working near an overhead electrical line, the Contractor shall contact the owner/operator of the overhead electrical fine to make adequate arrangements and to take naca11ary safety precautions to ensure that all laws, electrical llna owner/operator requirement, and 1t1ndard Industry 11faty practices are met. 8 . If any City of Fort Worth water utlllty la In the vicinity of a proposed pole foundation (w ithin 3.0 feet). then the Contractor will hand dig to uncover the water line and verify that the proposad pole foundation location is satisfactory. The Contractor shall be liable for all damagH done , and rattoratlon to utllltlH II a rHult or h/1/her operation,. 7. Water and aawer mains must be located prior to construction by contacting 871-8275 . Any damages to the utilities as a result of Contractor·, operation ,hall be repaired by the Contractor', expense . DRAINAGE Any obstruction to existing drainage due to Contractor', oparatlona shall be removed by the contractor as required by the Engineer at the Contractor"• expense. PERMITS Contractor ahall obtain and pay for all permit, at requ ired to work In parkway . ELECTRICAL 1. All conduit under ground shall be 1 114• or 2 inch schedule 40 PVC and placed 24 inches to 35• deep as directed by Eng ineer. 2. Conduit above ground shall be 1 114• or 2 Inch rldgld metal as directed by Engineer. 3. Conduit shall be installed in a trench free of rocks that would damage the conduit and first 2 inchH of backfill shall be free of rocks. 4 . All conduit shall start or and ln a ground box, foundation or at a transformer pad along with a 1/4 Inch pally llna (pull string) with a break atrength of 500 pounda or more [ Greenlee part No . 5037959 .3 or approved equal or batter}. 5. Each change of direction in the conduit run requires a ground box (pull box) unle11 it is leas than 20 feat to the end of the run . 6. The unit of measure for conduit placement 11 the straight Una dlatanc• between ground boxea, foundation, or tran,formar pad,. 7. Conduit ahall be placed inside a easement or street right of way (R .O.W.). When placed in eaaamenta, the location of conduit shall be 30 inches off lot lines to avoid being damaged by fence poat placement. 8. All electrical conduit, wiring , electrical connections , act. shall be Installed according to tha National Electric Coda. 9. For location of City of fort Worth underground streetlight cable and conduit call {817·392-7738 or 817-392-8100). LUMINAIRE POLES All new streetlight pole types will be determ ined by the area of Fort Worth they are being installed, the developer shall call (817-392-7738) for pole types, template dimensions and anchor bolts, and any questions about Installing the foundation, and conduit for streetlight,. THE SEAL APPEARING ON TH IS DOCUMENT WAI AUTHORIZED IY RONN IE II. VAIINELL. P.f . 11203 OH 1-31-01. REV. 1-l0-01 FDR GENERAL NOTES IY JOE RADENZ REV. 4.27.04 FOR PRE -CONITRUCTION NOTES IY JOE RADENZ REV. 4-011-G4 FOR NOTE CHAHOES IY JOE RADENZ REV. 2·11 -IM FOR NOTE CHANOEI IY JOE RADEN? D EPT O F T RANS P O RT A T ION AN D PUBLI C WO RK S TRAFFIC SERVICES DIVISION STREET LUMINAIRE GENERAL NOTES .......... ..,0£MDENZ...,,.,w,411 • .. uH1,.,RONNIE\IAIINELL ..... ,5a'T.ZOCDI Loe.II,. .... _ n , JOE RADU&l H n , e-,e.o, j "'"""' n , RONNIE VARN EU ,.,,., SfPT. 200) I ,c,.u;, 11.,.,. I o,v.w,110 11,.: 3257 I 1H1u "'"· 1 or 5 DRILLED SHAFT FOUNDATION GROUND CLAMP DIM . "CC" CLEARANCE DIA . FOR LOCATION OF CONOUIT GROUND ROD 1/2" PVC CONDUIT 2" PVC CONDUIT PLAN VIEW (ENLARGED) i TOP VIEW ELEVATION FOUNDATION DETAILS 30" MINIMUM FNO . TYPE , 2 3 4 5 8 1 I I DRILLED REINFORCING STEEL SHAFT DIA VERT BARS 24" 4-#5 24" 4-#5 24" 4-#5 24" 4-#5 30 " 6-#5 30" 6-#5 24" 4-#5 30" 6-#5 30" 8-#5 15" DIA BOLT CIRCLE SPIRAL & PITCH 18"• #3 ., 6 " 18"x #3 at 6" 18"x #3 at 6" 18"x #3 at 6 " 24"x #3 at 6" 24"x #3 at 6" 18"x 13 at 8" 24"x #3 at 6" 24"x #3 at 6" 314" DIA x24" HOT DIP GALVANIZED L-TYPE ANCHOR BOLTS (4 PER PIER) NOTE : CONDUIT & GROUND ROD NOT SHOWN FOR CLAIRITY . SEE FOUNDATION DESIGN TABLE USE TYPE 7 FOUNDATION FOR ANTIQUE STYLE STREET LIGHT POLE BASE PLATE TO BE SLOTTED AND SIZED TO ACCEPT REQUIRED ANCHOR BOLTS. POLE BASE PLATE DRILLED SHAFT LENGTH (FEET) 6 I I I I I 5 I I FOUNDATION DESIGN TABLE ANCHOR BOLT DESIGN GROUND ANCHOR ROD ANCHOR BOLT . ANCHOR SIZE BOLT BOLT TOTAL CIR TYPE DIA LENGTH DIA No . 5/6" X 8' 1" 40" 10" 47 5/8" X 8' , .. 40 " 11" 47 518" X 8' , .. 40" 11112" 47 516" X 8' 1" 40" 10 112" 47 5/6" X 6' 1114" 54" 13" 51 5/6" X 8' 1114" 54 " 13112" 51 518" X 8' 314 " 24 " 15" NIA 516" X 8' 1 1/2" 80" 15" 49 5/8" X 8' 1 1/4" 54" 17 114" 51 NOTES : 1. IF RQCK IS ENCOUNTERED, THE DRILL SHAFT SHALL EXTEND A MINIMUM OF TWO DIAMETERS INTO SOLID ROCK AND HAVE DISTANCE ACROSS BOLTS DIM . "BB" 7 1118" 7 314" 8118" 7 7116" 9 3116" 9 9116" 10 518" 10 518" 12" A MINIMUM OF 8 FEET SHAFT DEPTH FOR FNO . TYPE 3, 5, 8 ANO 8. 2. ANCHOR BOLTS SHALL BE GALVANIZED THE FULL LENGTH . 3 . SUPPLY 2 NUTS, 2 WASHERS & 1 LOCK WASHER WITH EACH ANCHOR BOLT. DIM . "CC " CLEARANCE DIA. FOR LOCATION OF CONDUIT 6112" 7" 7 112" 8112" 8 112" 9 112" 10" 10" 10" 4 . ANTIQUE STYLE ANCHOR BOLT TO BE SUPPLIED WITH 1 NUT, 1 FLAT WASHER, & 1 LOCKWASHER. ANCHOR BOLT INSTALLATION PROCEDURE : ANCHOR BOLT THREADS SHALL BE TAPED PRIOR TO POURING CONCRETE. THREADS OF ANCHOR BOLTS SHALL BE COATED WITH PIPE JOINT COMPOUND PRIOR TO INSTALLATION OF UPPER NUTS WHEN ERECTING POLE. AFTER POLE JS PLUMBED AND IN PERMANENT ALIGNMENT, THE EXPOSED THREADS Of PAINTED BOLTS SHALL BE CLEANED ANO AN ADDITIONAL COATING OF ZJNC-RJCH PAINT APPLIED TO SEAL THE BOLT THREAD-NUT JOINT. NUT COYER TYPE BOLT LENGTH HOOi( THREAD HEIGHT DIA . "l " "H" "T'' ABOVE NO. (IN.) (IN .) (IN .) (IN .) FOUNDATION ,1 1 .. • • 41/2" .. 1112" IS4 a ' 1" 51 1 1/4" •• • ' 51/4" ANTIQUE 314 " 24 3 3 3 ANCHOR BOLT DETAIL POLE FOR POLE TYPE 11 8 & D30-6 18 025-6 D40-6T, "D40-9 16A "'A11120 &'i\14120 19, 41 418 NUT LOCK WASHER WASHER NUT NOTE: ANCHOR BOLTS SHALL BE GALVANIZED THE FULL LENGTH. ~~ HOOK LE NGTH FOU NDATION THE SEAL A PPEARJ NO ON THIS DOCUMENT WAS AUTMOIUZEO IY RONNIE R. VAANEU. l'.E. 1120:1 ON 1-:11 -01 REV. 1·21-01 DETAIL CHANGES BY JOE RADENZ. REV. 2-01-015 FOR POLE OROUNOINO DETAIL O FOUNDATION B Y JOE RADENZ ,J REV. 2.1:,...04 FOR POU: IA8E ANO AN CHOR BOLTS BY JOE RADENZ ·-·---'I DEPT. OF TRANSPORTATION ~RTWORT ' AND PUBLIC WORKS TIW'AC ~DM30N STREET LUMINAIRE POLE FOUNDATION DETAILS 2 Cf 5 11...-------~~----------------------------------------------------------------------=------ POLE SHAFT SHAFT DIAMETER GAUGE TYPE LENGTH BOTTOM TOP 11 24.0' 7.0" 3.t5· 11 27.5' 8.0" 4.22" 11 18 33.5' 8.5" 5.11· 11 18A ... 10.0" 5.74" 11 19 27.5' 11 .0" 7.15" . SEE FOUNDATION DESIGN TABLE DRILLED SHAFT FOUNDATION 1 TYPE 1 • TYPE 2 • TYPE 3 • TYPE e • TYPE 8 <l OF POST I CASTING 4"! 1/4"x2" GUSSET PLATE WELD TO POLE & ARM CONNECTOR CASTING. 2 1/2" HOLE IN POLE; SMOOTH ALL EDGES. FRONT ELEV. GLOBE 3"0 .D.x 3• HIGH TENON ARM CONNECTOR DET . POLE / SHAFT ..../ I SIMPLEX No. 44 POLE SHAFT ATTACHMENT FOR LUMINAIRE SUPPORT ARM PLATI: SIMPLEX No . 45 SEE DET . ABOVE 4"x 8" HANDHOLE WITH 112" TAPPED HOLE FO R GROUND FITTING. TYPICAL AT ALL POLES _L _____ <±=!.---BASE PLATE SINGLE PIECE STEEL POLE SHAFT FOR POLE TYPE No'• 8, 11, 18, 18A & 18 NOTE: POLE TYPE 8 , 11 , & 18 HAVE 1 SIMPLEX POLE PLATE No. -441 & POLE TYPE 18 & 18A HAVE 2 SIMPLEX POLE PLATES No. 44. r--------· LENGTH ---·---;--j 8" I 2 318 ' 0 .0 . END ~ w "' it BOLT ii: FOR SIMPLEX. POLE PLATE No. 44 ANO ARM PLATE No. 45 1 8" STRAIGHT -!~SECTION 3.25"x6.25"xEl "H DOOR OPENING. ANTIQUE STYLE POLE (2 DIFFERENT HEIGHT POLES) ,__ ___ 96_" ___ --j 8" STRAIGHT , L HOLE 1 ........ t ' l VARIE J -t 96" 4°: 20 : SECTIOl'C l I 27 " +/-f/32" "-BOLJ .. HOLE TYPE 22 8 23A 24A 25A 25 43"-75" RISE LENGTH 5'6" 8' 5'8" 10' 5'6" 12' 5'8" 15' 3' 15' TRUSS TYPE LUMINAIRE SUPPORT ARM b "' I I L4°:20 -,-~1 ···-······· ..................... -······ J. .......... __ . TYPE 33A ARM TYPE 338 ARM SINGLE MEMBER LUMINAIRE SUPPORT ARM f:::i ::f:} \\~¢" THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED IY RONNIE R. VARNELL, P.E. 12203 ON 1-31 -01. TYPE NUM BER 025-8 030--8 I o••·• I o••·• 040-8T 040-SIT SINGLE PIECE DAVITT POLE MOUNTING HGT. FT 25 30 •• I NIA NIA N/A MINIMUM DRILLED SHAFT SIZE SPAN GAUGE SHAFT (MIN.) FOUNDATION AT BASE TYPE 7 .5" 8' 011 * TYPE 4 a.a· 8' 011 * TYPE 2 40 FT . DAVITT STANDARD 8 .5" I NIA 1 .,, I *TYPES SINGLE DAVITT ARM NIA I .. I •11 NIA DOUBLE DAV ITT ARM . N/A .. .,, NIA NIA .. .,, NIA SEE FOUNDATION DESIGN TABLE __ .. J . DOUBLE ARM OR 8' SPAN DAVIT POLES SHALL BE 2 PIECE POLES TOP OF CONTACTOR BOX IF SPECIFIED DAVIT POLE REV . 1-2 1-01 REMOVE EM8£DOED POLES BY JOE RAOENZ REV .: 3-02-IU TO CKANOE ARM TYPES BY JOE RADENZ REV . TO .t.OD EIOEDDEO POLES I, SIMPLEX No. 44 PLATE 2-u .04 IY JOE RADENZ . DEPT OF TRANSPORTATI ON AND PUBLIC WORKS TRAFFIC SERVICES DIVISION STREET LUMINAIRE POLE DETAILS ,..,. ... •• =.K>£ IUIOEHl "'"'w.1-0, c"tcuo H : RONNIE VARNELL OAll : SEPT. 2003 LOC.:. N•. ..... •••JOE RAOENZ o.11n , •tlMQ .. ,,._,...'° n : RONNIE VARNELL""' SEPT. 2003 N.T.I . OIIAWI NO II•.: 3257 IHf.U 1111, 3 o, 6 FlN. GRADE 120V/24'0 V 3-WIRE SERVICE FROM T.X.U. CW.RWAnR ~\ ~ TIGHTCOVER • ., \ . " ~:V':c'::OEYE \. ]'··/,···········~······· PAATNo.2215 y • GROUND ·~ .. ···~.. i WIEGMANN No. RHC 202008 (OR APPROVED EQUAL) NEMA 3R BOX WITH HINGE COVER & BACK PANEL. ~) .J /l SQUARE D / 8903-SQD-1 2 POLE f OOAMP LIGHTING CONTACTOR WITH ELECTRONICALLY HELD COIL NEMA 3R BOX DET . •CIRCUIT BREAKERS INSTALL 1 1/4• OR 2• RIGID METAL CONDUIT (AS DIRECTED) WITH WEATHER HEAD. COIL SUFFICIENT WIRE FOR POWER COMPANY TO CONNECT CONDUCTORS TO THEIR TRANSFORMER OR POWER LINES. MREO t5 BLACK '6WHITE 18 GREEN '.~'.,[< · .. · 2"PVC ~l~~~U~t~J~~=r~s 1• CRUSH ED STONE 18• DEEP MIN . ALTERNATE ELECTRIC SERVICE POLE MOUNTED TRANSFORMER AND/OR SERVICE (MAX. 100 AMP) PHOTO ELECTRIC CONTROL •, AMP INLINE FUSE AT POLE HANDHOLE IN LINE FUSE INSIDE TRANSFORMER SAME AMPERAGE AS SERVICE BREAKER i H XHHW WHITE t 18 XHHW GREEN 120/240 DUAL VOLTAGE LAMP BALLAST CONNECTED FOR 120 VOLT OPERATION CONNECT TO GROUND LUG IN HANDHOLE STANDARD 120f2<10V TRANSFORMER. CONNECTED TO GROUND ROD AT TRANSFORMER FOR USE WITH INDIVIDUAL LIGHTS ON POLES CONNECTED TO 12 0/24'0 OR 240/480 VOLT TRANSFORMER. TYPICAL ELECTRICAL CONNECTIONS FOR SINGLE STREET LIGHT SEE ELECTRICAL GENERAL NOTES FOR CIRCUIT BREAKERS AND FUSE TYPES. ELECTRICAL GENERAL NOTES: 1. CONNECTIONS TO TRANSFORMERS TO BE MADE ONLY BY POWER COMPANY PERSONNEL OR CITY QUALIFIED PERSONEL. CALL 817-392-8033 AT LEAST THREE (3) WEEKDAYS (MONDAY-FRIDAY) IN ADVANCE TO ARRANGE FOR TRANSFORMER CONNECTIONS. 2. ALL CONDUCTORS IN CIRCUIT SHALL BE STRANDED COPPER WITH XHHW INSULATION. 3. ALL INSULATION TO HAVE CONTINUOUS COLOR C OO ING 4 . ALL ELECTRICAL CONDUIT, WIRING, ELECTRICAL CONNECTIONS, ECT. SHALL BE IN STALLED ACCORDING TO THE NATIONAL ELECTRIC CODE. *s. All SERVICE BREAKERS & CIRCUIT BREAKERS SHALL BE SQUARE D (MAKE), MODEL FAL 14 (STYLE) OR APPROVED EQUAL AND SIZED ACCORDING TO THE CIRCUIT LOAD AS PER THE NATIONAL ELECTRIC CODE. ALL T A MP INLINE FUSES SHALL BE FERRAZ SHAWMUT {MAKE OR APPROVED EQUAL) MODEL TRM T 250V AC WITH THE FEB-11-11 FUSE HOLDER. REV. 1·30-00 TO CHANGE ELECTRIC CONT ACTOR l ADD CONDUIT BY JOE RAOENZ REY. 2-U -0-4 TO ADD QENERAL NOTE No. 5 BY JOE RADENZ DEPT O F T RANS P O R T A T IO N ~RTWoRT AND PUB LI C WO RK S TRAFF IC SERVICES DIYISON • see ELECTRICAL GENERAL NOTES FOR C IRCUIT BREAKERS AND FUSE TYPES. THE SEAL APP EAR ING ON TH IS DOCUMENT WAS AUTHO RIZED BY STREET LUMINAIRE ELECTRICAL CONNECTION DETAILS RO NNIE R. YARNEL L, P.E. 12203 ON 1-31-0t . -"'J.T.R .• R.R.v."""'a.-Of-03 _..,J.T.R .• R.R.Y. .,., 1~18-0S _ .. joERAOEHZ .,...,1~1&.0J -"' RONN1EYARNELL .. ,., 1~11-0S (b=======-=-=-========---===========--=-=======---=---====================°""'========'M=M='='="=··="="===='='="="="=· =·==QF=~ IDENTIFICATION PLATE POLYMER CONCRETE COVER CONDUIT BOX DIM ENSIONS l'.lll.il.Qll ~ I ' SMALL 119 1/4• 23 1/4" 12" LARGE 20 3/4" 32 112" 12" NOMINAL COYER DIMENSIONS Q ~ 11 318" 18 118" u111r GROUND BOX DETAIL ( PULL BOX) BOLT TO ATTACH TO GROUND BOX GROUND BOX NOTES COVER 3 1/2" CONCRETE APRON WITH 2 #3 BARS AS SHOWN TO BE INSTALLED FOR STREET LIGHT CONDUIT ONLY ON ARTERIAL ROADS NOT RESIDENTIAL STREETS. ALL SIGNAL CONDUIT SHALL HAVE CONCRETE APRONS AT ALL LOCATIONS. GROUND BOXES ANO COVERS SHALL BE MANUFACTURED FROM RE I NFORCED POLYMER CONCRETE (RPM) COMPOSED OF BOROSILICATE GLASS FIBER, A CATALYZED POLYESTER RESIN ANO AN AGGREGATE . SIDE WALLS MAY BE FIBER REINF ORCED POLYMER. BOTTOM EDGE OF BOX OR EXTENSION SHALL BE FOOTED WITH A MINIMUM 1 114• FLANGE. COVER LIFT EYE-•onhnMOLOED WITH COVER COVER LETTERING-------1" INCISED LETTERS "LIGHT & SIGNAL" GROUND BOX ANO COVER MUST 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 SUBMITTED TO THE ENGINEER FOR APPROVAL . THE GROUND BOXES FOR THIS PROJECT SHALL MEET THE REQUIREMENTS SHOWN ABOVE . THE CONTRACTOR WILL BE PERMITTED TO FURNISH LIKE MATERIALS OF ANY MANUFACTURER PROVIDED THEY ARE OF EQUAL QUALITY AND COMPLY WITH THE SPECIFICATIONS. POLYMER CONCRETE GROUND BOX AND COVER CLASS A CONCRETE APRON OPENING AT END OF ----jl, CONDUITS SHALL BE SEALED WITH DUCT SEAL. PVC CONDUIT WITH ~ •eLBOW r CRUSHED STONE. SECTION A -A PVC CONDUIT WITH elf ELBOW SHOWING DIMENSIONS OF BOX ANO ACCOMPANYING FIELD INSTALLATION INSTALL 2 • PVC CONDUIT AT ALL DRIVEWAYS W1TH LOCATOR BAL7S I;; :~?u ____ J ______ L l..-----1--TRAFFIC SIGNAL l MAJOR ROADWAY I :~~~:~~11~:~~s ----i STREET LIGHT ~I ·1: <>-}----------------------(--0 I 2" CONDUIT WITH : r ~~1--- LOCATOR BALLS 1 : t MAJOR ROADWAY LEGEND a GROUND BOX WITH CONCRETE APRON o LOCATOR BALL ---------STREET LIGHT 2" SCHEDULE 40 PVC CONDUIT ---------TRAFFIC SIGNAL 3" SCHEDULE 40 PVC CONDUIT LOCATOR BALLS SHALL ~-: ... :,"~~o,,o,IT O --------------,---------1--\_ ~00'° ~• 1 ON ARTERIAL ROADS All CONDUIT ~ & CONC APRON (TY PICAL) SHALL TERMINATE IN A GROUND "' :~~:~~~;~:~:~t ::~NOS~ALLED ~ AFTER THE ROADWAY & LANDSCAPING :i ARE COMPLETE. SEE GROUND BOX DETAIL. TYPICAL CONDUIT PLACEMENT AT NEW ROAD CONSTRUCTION THE SEAL APPEARING ON THIS DOCUMENT WAS AUTH ORIZ ED I Y RONNIE R. YARN ELL, P.E. 1220> ON 1·31-01. DEPT OF TRANSPORTATION AND PUBLIC WORKS TRAFFIC SERVICES DM80N STREET LUMINAIRE CONDUIT & GROUND BOX DETAILS __ .. , .. .., JOERAOENZ 1·29-0I _.., -•jo& RAO&NZ •"' 1·2.1.ot __ ..,, 1'1.0HNIE YARN IEU.