Public City of Garland


Public City of Garland - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

13 downloads 182 Views 3MB Size

City of Garland

Bid 4488-14

5

Solicitation 4488-14

Term Contract for Traffic Signal Installation/Modernization

Bid designation: Public

City of Garland

6 6/11/2014 1:21 PM

p. 1

City of Garland

Bid 4488-14

5

Bid 4488-14 Term Contract for Traffic Signal Installation/Modernization Bid Number   

4488-14

Bid Title   

Term Contract for Traffic Signal Installation/Modernization

Bid Start Date

Jun 11, 2014 2:17:47 PM CDT

Bid End Date

Jun 26, 2014 3:00:00 PM CDT

Question & Answer End Date

Jun 25, 2014 12:00:00 PM CDT

Bid Contact   

Bob Bonnell Buyer

Contract Duration   

365 days

Contract Renewal   

4 annual renewals

Prices Good for   

Not Applicable

Standard Disclaimer    

The right is reserved to accept or reject all or part of the bid, and to accept the offer considered most advantageous to the City by item or total bid. The City of Garland will award to the lowest responsible bidder or to the bidder who provides goods or services at the best value to the City.

Bid Comments

All questions must be posted on Bidsync website .NO FAX OR E-MAIL BID Item Response Form

Item    

4488-14--01-01 - 1101-Cabinet, base mt. (install), per COG Spec.

Quantity   

3 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 3

Description none

Item    

4488-14--01-02 - 1101.1-Cabinet, base mt. (install) one corner (25% of item 1101), per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

Description none

Item    

4488-14--01-03 - 1101.2-Cabinet, base mt. (install) two corners 50% of item 1101), per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland 6/11/2014 1:21 PM Purchasing Dept   200 N Fifth St

p. 2

COG Spec. Quantity   

10 each

City of Garland

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

Description none

Item    

4488-14-- 01-04 - 1101.3-Cabinet, base mt. (install) three corners (75% of item 1101),

Quantity   

5 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5

Description per COG Spec.

Item    

4488-14--01-05 - 1110-Cabinet foundation (FI), per COG Spec.

Quantity   

5 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5

Description none

Item    

4488-14--01-06 - 1111-Pull box (install), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-07 - 1112-Pull Box, Type 'D' (FI), per COG Spec.

Quantity   

8 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 8

Description none

Item    

4488-14--01-08 - 1115-Pull box, Type 'D', break-in type (FI), per COG Spec.

Quantity   

20 each

Unit Price    6/11/2014 1:21 PM Delivery Location          City of Garland

p. 3

Item    

City of Garland 4488-14--01-08 - 1115-Pull box, Type 'D', break-in type (FI), per COG Spec.

Quantity   

20 each

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 20

Description none

Item    

4488-14--01-09 - 1116-Pull box, Type 'D', replace (FI), per COG Spec.

Quantity   

20 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 20

Description none

Item    

4488-14-- 01-10 - 1118-Pull box, oversized, 2'x3'x2' (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-11 - 1119-Communication vault (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-12 - 1160-Conduit, 2", trench (FI), per COG Spec.

Quantity   

2000 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2000

Description none

Item     6/11/2014 1:21 PM Quantity   

4488-14-- 01-13 - 1162-Conduit, 2", bore (FI), per COG Spec. 2000 linear foot

p. 4

Description none

City of Garland

Item    

4488-14-- 01-13 - 1162-Conduit, 2", bore (FI), per COG Spec.

Quantity   

2000 linear foot

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2000

Description none

Item    

4488-14--01-14 - 1164-Conduit, 3", trench (FI), per COG Spec.

Quantity   

500 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 500

Description none

Item    

4488-14--01-15 - 1165-Conduit, 4", trench (FI), per COG Spec.

Quantity   

500 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 500

Description none

Item    

4488-14-- 01-16 - 1166-Conduit, 3", bore (FI), per COG Spec.

Quantity   

250 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 250

Description none

Item    

4488-14-- 01-17 - 1170-Conduit, 4", bore (FI), per COG Spec.

Quantity   

1000 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1000

Description none 6/11/2014 1:21 PM

p. 5

  Garland TX  75040 Qty 1000

City of Garland

Bid 4488-14

Description none

Item    

4488-14--01-18 - 1220-Frame in line pole (FI), per COG Spec.

Quantity   

20 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 20

Description none

Item    

4488-14--01-19 - 1221-Frame dead end pole (FI), per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

Description none

Item    

4488-14-- 01-20 - 1222-Frame double dead end pole (FI), per COG Spec.

Quantity   

5 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5

Description none

Item    

4488-14--01-21 - 1223-Cable, 3/8" steel messenger, (FI), per COG Spec.

Quantity   

2500 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2500

Description none

Item    

4488-14--01-22 - 1250-Cable, comm., 12 pair, in conduit (FI), per COG Spec.

Quantity   

500 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 500 6/11/2014 1:21 PM Description

none

p. 6

Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 500

City of Garland

Bid 4488-14

Description none

Item    

4488-14--01-23 - 1254-Cable, comm., 12 pair, lash (FI), per COG Spec.

Quantity   

5000 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5000

Description none

Item    

4488-14-- 01-24 - 1261-Cable, Siamese, #16-3/coax (FI), per COG Spec.

Quantity   

1000 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1000

Description none

Item    

4488-14--01-25 - 1262-Cable, #16-3 conductor (FI), per COG Spec.

Quantity   

275 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 275

Description none

Item    

4488-14--01-26 - 1264-Cable, Belden #8281 coax (FI), per COG Spec.

Quantity   

275 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 275

Description none

Item    

4488-14--01-27 - 1266-Cable, Cohu - CA297F, per COG Spec.

Quantity   

220 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St 6/11/2014 1:21 PM   Garland TX  75040 Qty 220

p. 7

Quantity   

220 linear foot

Unit Price   

City of Garland

Bid 4488-14

Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 220

Description none

Item    

4488-14--01-28 - 1267-Cable, #14-8 conductor (FI), per COG Spec.

Quantity   

500 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 500

Description none

Item    

4488-14-- 01-29 - 1271-Cable, #14-20 conductor (FI), per COG Spec.

Quantity   

4000 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 4000

Description none

Item    

4488-14-- 01-30 - 1273-Wire, #6 power (FI), per COG Spec.

Quantity   

5000 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5000

Description none

Item    

4488-14-- 01-31 - 1274-Wire, #4 power (FI), per COG Spec.

Quantity   

500 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 500

Description none

Item    

4488-14-- 01-32 - 1277-Cable, detector, 2 pair (FI), per COG Spec.

Quantity   

5000 linear foot

Unit Price    Delivery Location          City of Garland 6/11/2014 1:21 PM Purchasing Dept

p. 8

Item     Quantity   

4488-14-- 01-32 - 1277-Cable, detector, 2 pair (FI), per COG Spec. City of Garland 5000 linear foot

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5000

Description none

Item    

4488-14-- 01-33 - 1291-Cable, Opti-com, 3-M (FI), per COG Spec.

Quantity   

5000 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5000

Description none

Item    

4488-14-- 01-34 - 1301-Loop, 6'x6' (FI), per COG Spec.

Quantity   

20 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 20

Description none

Item    

4488-14-- 01-35 - 1304-Loop, 6'x20' quad (FI), per COG Spec.

Quantity   

20 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 20

Description none

Item    

4488-14--01-36 - 1305-Loop, 6'x20' (FI), per COG Spec.

Quantity   

20 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 20

Description none

Item     Quantity    6/11/2014 1:21 PM Unit Price   

4488-14--01-37 - 1325-Foundation, pole type "A" (FI), per COG Spec. 2 each

p. 9

none City of Garland

Item    

4488-14--01-37 - 1325-Foundation, pole type "A" (FI), per COG Spec.

Quantity   

2 each

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14-- 01-38 - 1326-Foundation, pole, Type "B" (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-39 - 1327-Foundation, TxDOT signal, Type "24-A" (FI), per COG Spec.

Quantity   

12 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 12

Description none

Item    

4488-14--01-40 - 1328-Ped pole, 15' & std. base (install), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-41 - 1328.1-Ped pole, 15' & std. base (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none 6/11/2014 1:21 PM Item    

p. 10

4488-14--01-42 - 1330-Foundation, TxDOT signal, Type "30-A" (FI), per COG Spec.

Qty 2

Description none

City of Garland

Item    

4488-14--01-42 - 1330-Foundation, TxDOT signal, Type "30-A" (FI), per COG Spec.

Quantity   

44 linear foot

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 44

Description none

Item    

4488-14--01-43 - 1331-Foundation, TxDOT signal, Type "36-A" (FI), per COG Spec.

Quantity   

104 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 104

Description none

Item    

4488-14--01-44 - 1335-Foundation, TxDOT signal, Type "48-A" (FI), per COG Spec.

Quantity   

44 linear foot

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 44

Description none

Item    

4488-14--01-45 - 1332-Pole, 19', steel & 24' thru 48' arm (install), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-46 - 1332.1-Pole, 19', steel & 24' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none 1:21 PM 6/11/2014

p. 11

Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

City of Garland

Bid 4488-14

Description none

Item    

4488-14--01-47 - 1336.1-Pole, 19', steel & 28' arm (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-48 - 1339.1-Pole, 19', steel & 32' arm (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-49 - 1342.1-Pole, 19', steel & 36' arm (FI), per COG Spec

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-50 - 1345.1-Pole, 19', steel & 40' arm (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-51 - 1348.1-Pole, 19', steel & 44' arm (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2 6/11/2014 1:21 PM

Description

p. 12

Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

City of Garland

Bid 4488-14

Description none

Item    

4488-14--01-52 - 1351.1-Pole, 19', steel & 48' arm (FI), per COG Spec.

Quantity   

4 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 4

Description none

Item    

4488-14--01-53 - 1353.1-Pole, 19', steel & 55' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-54 - 1354.1-Pole, 19', steel & 60' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-55 - 1355.1-Pole, 19', steel & 65' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14-- 01-56 - 1362-Pole, 30', steel & 24' arm thru 48' arm (install), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept 6/11/2014 1:21 PM   200 N Fifth St   Garland TX  75040

p. 13

Quantity   

1 each City of Garland

Unit Price   

Bid 4488-14

Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-57 - 1362.1-Pole, 30', steel & 24' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-58 - 1363.1-Pole, 30', steel & 28' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-59 - 1364.1-Pole, 30', steel & 32' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-60 - 1365.1-Pole, 30', steel & 36' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-61 - 1366.1-Pole, 30', steel & 40' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    6/11/2014 1:21 PM Delivery Location          City of Garland

p. 14

Item    

4488-14--01-61 - 1366.1-Pole, City 30',ofsteel & 40' arm (FI), per COG Spec. Garland

Quantity   

1 each

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-62 - 1367.1-Pole, 30', steel & 44' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-63 - 1368.1-Pole, 30', steel & 48' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-64 - 1369.1-Pole, 30', steel & 55' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-65 - 1370.1-POle, 30', steel & 60' arm (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item     6/11/2014 1:21 PM Quantity   

4488-14--01-66 - 1371.1-Pole, 30', steel & 65' arm (FI), per COG Spec. 1 each

p. 15

none City of Garland

Item    

4488-14--01-66 - 1371.1-Pole, 30', steel & 65' arm (FI), per COG Spec.

Quantity   

1 each

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-67 - 1398-Street light arm & fixture (install), per COG Spec.

Quantity   

4 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 4

Description none

Item    

4488-14--01-68 - 1398.1-Street light arm & fixture (FI), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-69 - 1401-Signal head, 3 section (install), per COG Spec.

Quantity   

8 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 8

Description none

Item    

4488-14--01-70 - 1401.1-Signal head, 3 section, with LED's (FI), per COG Spec.

Quantity   

16 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 16

Description none 6/11/2014 1:21 PM Item    

p. 16

4488-14--01-71 - 1403-Signal head, 4 section (install), per COG Spec.

Qty 16

Description none

City of Garland

Item    

4488-14--01-71 - 1403-Signal head, 4 section (install), per COG Spec.

Quantity   

1 each

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14-- 01-72 - 1403.1-Signal head, 4 section with LED's (FI), per COG Spec.

Quantity   

1 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 1

Description none

Item    

4488-14--01-73 - 1404-Signal head, 5 section (install), per COG Spec.

Quantity   

4 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 4

Description none

Item    

4488-14-- 01-74 - 1401.1-Signal head, 5 section with LED's (FI), per COG Spec.

Quantity   

8 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 8

Description none

Item    

4488-14--01-75 - 1407-Red, push button & sign (install), per COG Spec.

Quantity   

16 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 16

Description none 1:21 PM 6/11/2014

p. 17

Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 16

City of Garland

Bid 4488-14

Description none

Item    

4488-14--01-76 - 1410-Pedestrian signal head (install), per COG spec.

Quantity   

16 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 16

Description none

Item    

4488-14-- 01-77 - 1410.1-Ped. signal head w/LED's & CDT (FI), per COG Spec.

Quantity   

16 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 16

Description none

Item    

4488-14-- 01-78 - 1454-Opti-com detectors (install), per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

Description none

Item    

4488-14-- 01-79 - 1461-Microwave detector (install), per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14-- 01-80 - 1454.1-Opti-com detectors (FI), per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10 6/11/2014 1:21 PM

Description

p. 18

Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

City of Garland

Bid 4488-14

Description none

Item    

4488-14--01-81 - 1463-Video camera, mt. to pole/arm (install), per COG Spec.

Quantity   

4 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 4

Description none

Item    

4488-14--01-82 - 1390.0 POLE WOOD 35' (INSTALL) per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14--01-83 - 1501-Remove & salvage signal/ped head, per COG Spec.

Quantity   

50 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 50

Description none

Item    

4488-14--01-84 - 1504-Remove 25/16' cantilever type pole assy, per COG Spec.

Quantity   

20 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 20

Description none

Item    

4488-14--01-85 - 1508-Remove cabinet/pole fnd., per COG Spec.

Quantity   

15 each

Unit Price    Delivery Location          City of Garland Purchasing Dept 6/11/2014 1:21 PM   200 N Fifth St   Garland TX  75040

p. 19

Quantity   

15 each City of Garland

Unit Price   

Bid 4488-14

Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 15

Description none

Item    

4488-14-- 01-86 - 1509-Remove/salvage existing cabinet, per COG Spec.

Quantity   

2 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description none

Item    

4488-14-- 01-87 - 1510-Remove standard base/pole assembly, per COG Spec.

Quantity   

15 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 15

Description none

Item    

4488-14-- 01-88 - 1511-Remove wood pole, per COG Spec.

Quantity   

4 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 4

Description none

Item    

4488-14--01-89 - 1513-Remove span wire, w/cable, signs, per COG Spec.

Quantity   

4 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 4

Description none

Item    

4488-14--01-90 - 1702-Sign, mast arm mount (install), per COG Spec.

Quantity   

40 each

Unit Price    6/11/2014 1:21 PM Delivery Location          City of Garland

p. 20

Item    

4488-14--01-90 - 1702-Sign, mast mount (install), per COG Spec. City ofarm Garland

Quantity   

40 each

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 40

Description none

Item    

4488-14-- 01-91 - 1908-Remove post & fnd. of traffic sign, per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

Description none

Item    

4488-14-- 01-92 - 1909-Street & traffic sign panels - remove, per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

Description none

Item    

4488-14--01-93 - 2100-Minimum mobilization fee, per COG Spec.

Quantity   

10 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 10

Description none

Item    

4488-14--01-94 - 2101-Emergency mobilization fee, per COG Spec.

Quantity   

5 each

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 5

Description none

Item     6/11/2014 1:21 PM Quantity   

4488-14--01-95 - 1390.1 POLE WOOD, 35(Fl), per COG Spec 2 each

p. 21

none City of Garland

Item    

4488-14--01-95 - 1390.1 POLE WOOD, 35(Fl), per COG Spec

Quantity   

2 each

Bid 4488-14

Unit Price    Delivery Location          City of Garland Purchasing Dept   200 N Fifth St   Garland TX  75040 Qty 2

Description NA 6

6/11/2014 1:21 PM

p. 22

City of Garland

Bid 4488-14



BID, SPECIFICATIONS, CONTRACT AND BOND FORMS FOR

TRAFFIC SIGNAL INSTALLATIONS / MODERNIZATIONS TERM CONTRACT

BID NO 4488-14 CLOSE DATE: JUNE 26,2014 3PM CST FOR CITY OF GARLAND, TEXAS

6/11/2014 1:21 PM

p. 23

City of Garland

Bid 4488-14

SECTION I CONTRACTOR’S BID ITEM RESPONSE, CONTRACT & BONDS, LIQUIDATED DAMAGES, PREVAILING WAGES, RETAINAGE, TERMS & CONDITIONS, COUNCIL POLICIES, AND BIDDER’S QUALIFICATIONS.

6/11/2014 1:21 PM

p. 24

City of Garland

Bid 4488-14

SECTION II UNDERGROUND UTILITIES

6/11/2014 1:21 PM

p. 25

City of Garland

Bid 4488-14

UTILITIES COORDINATION

During the construction of this project, the following should be contacted in order to determine the location of their respective utilities: Water & Sanitary Sewer Lines Garland City Waterworks

972-205-3210

Conduits & Cables Power & Street Lighting Garland Power & Light

DIG TESS 800-344-8377

Traffic Signal Lights Transportation Department

972-205-3250

City of Garland Interconnections Data Services

972-205-3491

Conduits & Cables AT&T

DIG TESS 800-344-8377

Conduits & Cables Verizon

DIG TESS 800-344-8377

Conduits & Cables TIME WARNER Cable

DIG TESS 1-800-344-8377

Conduits & Cables TXU Electric

DIG TESS 800-344-8377

Gas Lines ATMOS Energy

DIG TESS 800-344-8377

Water Transmission Lines North Texas Municipal Water District

972-442-5405

Fiber Communication Lines Garland Independent School District

DIG TESS 800-344-8377

UU-1

6/11/2014 1:21 PM

p. 26

City of Garland

Bid 4488-14

SECTION III

SPECIAL NOTICES & INSTRUCTIONS TO BIDDERS

6/11/2014 1:21 PM

p. 27

City of Garland

Bid 4488-14

BEST VALUE CRITERIA AND WEIGHTS FOR SEALED BIDS: CONSIDERATION FOR AWARD OF CONTRACT: The City shall receive bids through competitive bidding. The City will award a competitively bid contract, for the lowest responsible bid amount, and will additionally make considerations for the bidder offering the best value to the City according to the following selection criteria: SELECTION CRITERIA Bid Price Responsibility of the Bidder and of the Bidder’s Past and/or Present Performance and Completion Schedule. Bidder’s Past Relationship With The City Bid Conforms to the Specifications for Materials and Techniques as Specified or Approved Bidders Timely to Response to Work Requests

RELATIVE WEIGHT VALUE 60 % 25 %

5% 5%

5%

Selection Criteria include the following considerations: A. Bid Price: Award will consider the lowest responsible bidder and conform to these Instructions to Bidders. B. Responsibility of the Bidder and of the Bidders Past and/or Present Performance and Completion Schedule: Investigations shall be made as to the responsibility of the bidder to whom it is proposed to award the contract. Consideration shall be given that bidder is financially solvent; has demonstrated the organizational ability to perform the work in a timely fashion; and the Contractor has generally demonstrated a familiarity with the tools, equipment, machinery, materials, labor, and all laws and regulations including codes and ordinances applicable to the work. C. Bidder’s Past Relationship With The City: The Contractor has demonstrated a full and direct responsibility for the performance and timely completion of work under prior contracts with the City. That the Contractor has not been in default for failure to execute contract or failure to complete the work. That the contractor has honored all warranties and guarantees relating to prior contracts with the City, and the City, and that the Contractor is not in arrears in matters relating to the collection of taxes, utilities and other fees or obligations to the City. D. Bid Conforms to the Specifications for Materials and Techniques as Specified or Approved: The Contractor’s bid reflects conformity with the specifications and drawings for the materials, equipment, supplies and performance specified or approved. E. Bidders Timely to Response to Work Requests: This bid is for the installation and/or modernization of traffic signals as specified. Investigations of the bidder shall be made as to demonstrated performance in a timely fashion.

SN & IB - 1

6/11/2014 1:21 PM

p. 28

City of Garland

Bid 4488-14

INSTRUCTIONS TO BIDDERS 1.

PROJECT Bid 4488-14 - Traffic Signal Installations / Modernizations Term Contract

2.

LOCATION OF PROJECT Various locations and existing traffic signalized intersections in the City of Garland.

3.

PROJECT DESCRIPTION The project will include the removal, relocation, and installation of new traffic signal appurtenances, including but not limited to traffic signal pole and cabinet foundations, conduits and pull boxes, signal heads, OpticomTM detectors, signal cable and signal poles/mast arm assemblies. Work to be performed under this contract will be issued by work orders. Each work order will be assigned to the contractor by the City of Garland as a complete package with its own job description, estimated quantities, and schedule. Actual quantities will be paid based on the per unit price bid in this contract. The schedule will be determined based on Table SN & IB -1. Depending on the type of work to be performed, a set of sealed plans may or may not be issued. If a set of plans are not necessary, a detailed written description of the work to be performed will be issued with the work order. Once the work order has been issued, a field visit with the contractor will be arranged to review the project in the field. The types of work orders that will be issued throughout the duration of this contract will generally fall within one of the following categories: A. Traffic Signal Installation –The City of Garland does not expect to install more than two new traffic signals per year. These work orders will involve the full installation or reconstruction of an entire intersection. A set of sealed plans and estimated quantities will be included in the work order. B. Traffic Signal Pole Replacement – The City of Garland has a program to remove median mounted left turn poles & foundations. This type of work order will involve removing existing median mounted poles & foundations and removing existing T-base type structures & foundations and installing new mast arm structures that have either been knocked down or being replaced to eliminate the median mounted left turn structure. This will NOT be an emergency replacement. Each work order will contain multiple signal pole replacements likely at different intersections within a close proximity of each other. Except for unusual circumstances, a set of plans will not be included with the work order. Typically, an as-built of the existing intersection will be provided with the work order. An estimated quantities sheet will be included with the work order. C. Conduit Installation – Conduit will be installed in segments of roadway so that fiber may be installed connecting these traffic signals. These work orders will consist of installing new conduit and pull boxes typically within a median although in some

SN & IB - 2

6/11/2014 1:21 PM

p. 29

City of Garland

Bid 4488-14

locations they will be installed within the parkway of a roadway. As necessary, plans will be provided with the work order along with estimated quantities and a time schedule. D. Pull Box Replacement – Typically, pull box replacement will occur with most signal rebuild projects. E. Traffic Signal Rewiring – Traffic signal conductor wire has a limited life and will need replacement at some intersections within the City of Garland. These work orders will consist of removing the wiring at an existing intersection and replacing it with new traffic signal conductors. These work orders will include a detailed description of the work to be performed, an estimated quantity sheet, a time schedule and a copy of the as built of the intersection. 4.

PROPOSALS Proposals not in accordance with these instructions may be subject to rejection by the City of Garland.

5.

PLANS, AND SPECIFICATIONS AND BIDDING DOCUMENTS The Bidding Documents include the Advertisement for Bids; Instructions to Bidders; Bid Proposal; Contract and Bond Forms; Contractor’s Affidavit of Bills Paid; Contractor Insurance Requirements and Agreement; Indemnification Agreement; City Council Policies OPNS-04 and OPNS-28; Technical Specifications consisting of Part A, Part B, Part C, and Part D; Special Conditions for Traffic Signal Projects; Supplement to the NCTCOG Standard Specifications for Public Works Construction; Special Conditions; Plans, Drawings, and Standard Details; plus Addenda which may be issued by the CITY during the bidding period. Bidding Documents may be downloaded and printed from BidSync’s website.

6.

USE OF SUBCONTRACTORS It is desired that the CONTRACTOR perform the required work to the greatest extent practical. If the CONTRACTOR utilizes a SUBCONTRACTOR for any portion of the work, the CONTRACTOR shall provide the CITY with at least the following SUBCONTRACTOR information:     

Name Business address Business and after hours phone numbers Supervisor or employee name responsible for the work to be performed Description of the work to be performed

This information shall be provided to the CITY before the SUBCONTRACTOR begins work and shall be provided for each different SUBCONTRACTOR. 7.

EXAMINATION OF DOCUMENTS AND SITE

SN & IB - 3

6/11/2014 1:21 PM

p. 30

City of Garland

Bid 4488-14

Bidders shall carefully examine the Bidding Documents to obtain first-hand knowledge of the scope and the conditions of the work. Each CONTRACTOR, and any SUBCONTRACTOR, by submitting a proposal to perform any portion of the work, represents and warrants that he has examined the Plans and Drawings, Specifications (Bidding Documents) and from his own investigation has satisfied himself as to the scope, accessibility, and nature of the work; the character of the equipment and other facilities needed for the performance of the work, the character and extent of other work to be performed; labor availability, practices and jurisdictions and other circumstances that may affect the performance of the work. No additional compensation will be allowed by the CITY for the failure of such CONTRACTOR, SUBCONTRACTOR or Sub-subcontractor to inform himself as to conditions affecting the work. 8.

INTERPRETATION OF DOCUMENTS If any person contemplating submitting a bid for the proposed Contract is in doubt as to the meaning of any part of the Plans and Drawings, Specifications (Bidding Documents) or other proposed Contract Documents, he may submit to the CITY, no later than seven (7) calendar days prior to the date set for opening bids, a written request for an interpretation or clarification. Bidders should act promptly and allow sufficient time for a reply to reach them before preparing their bids. Any interpretation or clarification will be in the form of an Addendum duly issued. No alleged verbal interpretation or ruling will be held binding upon the CITY.

9.

SUBSTITUTIONS Conditions governing the submission of substitutions for specific materials, products, equipment and processes are in the Special Conditions under 2. Trade Names & Materials.

10.

ADDENDA Interpretations, clarifications, additions, deletions and modifications to the Documents during the bidding period will be issued in the form of Addenda and a copy of such Addenda will be mailed, faxed, or delivered to each person who has received a set of the Bidding Documents. Addenda will be a part of the Bidding Documents and the Contract Documents, and receipt of them shall be acknowledged in the Bid Proposal Form. All interpretations and supplemental instructions will be in the form of written addenda to the contract documents which, if issued, will be sent or delivered to all prospective bidders (at the respective addresses furnished for such purposes) not later than three (3) calendar days prior to the date fixed for the opening of bids. If any bidder fails to acknowledge the receipt of such addenda, in the space provided in the bid form, his bid will nevertheless be construed as though the receipt of such addenda had been acknowledged.

11.

PREPARATION OF BIDS Proposals shall be made on unaltered Proposal Forms furnished by the CITY. Any bid on other than the required form will be considered informal and may be rejected. Fill in all

SN & IB - 4

6/11/2014 1:21 PM

p. 31

City of Garland

Bid 4488-14

blank spaces. Failure to submit all requested information will render a bid irregular and subject to rejection. Erasures or other changes in a bid must be explained or noted over the initials of the bidder. Bids containing any conditions, omissions, unexplained erasures and alterations, or irregularities of any kind may be rejected as informal. Prices quoted shall include all items of cost, expense, fees and charges incurred, or arising out of, the performance of the work to be performed under the Contract. The prices shall be expressed in both words and figures or they may be deemed informal and may be rejected. In case of a discrepancy between the prices written in the bid and those given in the figures, the price in writing will be considered as the bid. Bids shall be signed in ink. Proposals shall be signed with the signer's name typed or printed below signature, and if a partnership, give full name of all partners. Where bidder is a corporation, proposals must be signed with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract. 12.

SUBMITTAL OF BIDS Sealed proposals will be received at the time, date, and place stated in the Advertisement for Bids and/or Notice to Bidders issued by the Purchasing Dept. Submit proposal in an opaque, sealed envelope addressed to the CITY and plainly marked on the outside of the envelope with the project name and the name and address of the bidder. The Bid Bond must be completed and signed by each bidder and submitted with the bid. Submit bids by mail or in person prior to the time for receiving bids set forth in the Invitation to Bid issued by the City of Garland.

13.

MODIFICATION AND WITHDRAWAL OF BIDS Prior to the time set for bid opening, a bid may be withdrawn or modified. Bids may be modified on the official bid form and must be signed by a person legally empowered to bind the bidder. No bidder shall modify, withdraw or cancel his bid or any part thereof for sixty (60) calendar days after the due date listed in the Advertisement for Bids for the receipt of bids.

14.

DISQUALIFICATION The CITY reserves the right to disqualify proposals, before or after the opening, upon evidence of collusion with intent to defraud or other illegal practices relating to this proposal upon the part of the bidder.

15.

EXECUTION OF THE CONTRACT The successful bidder will be required to execute and return the contract documents, which include the performance bond, payment bond, maintenance bond, the certificate of insurance, and the Contract form, to the CITY within ten (10) calendar days of notice by the CITY that his bid has been accepted. Failure to enter into contract within the established time limit without proper justification shall be considered grounds for forfeiture of the bid bond. The CITY reserves the right to cancel the contract award if all required bonds, insurance, and contract documents are not returned in accordance with this schedule.

SN & IB - 5

6/11/2014 1:21 PM

p. 32

City of Garland

16.

Bid 4488-14

CONSTRUCTION SCHEDULE It is the CITY'S desire to have the work orders completed and operational in as short a time as practical. The number of working days for completion of each work order will begin with the date specified in the Work Order Notice to Proceed following contract execution. The Work Order Notice to Proceed will be issued in a manner to facilitate smooth construction throughout the contract period. A working day is defined as any day not including Saturday, Sunday, or legal holidays identified in the specifications, in which weather, or other conditions not under the control of the CONTRACTOR, will permit the performance of the principal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. A principal unit of work shall be that unit which controls the completion time of the contract. The following days are legal holidays for the City of Garland: New Year’s Day, Martin Luther King, Jr. Day, Memorial Day, July 4th, Labor Day, Thanksgiving (2 days), Christmas (2 days). Construction time limits for individual work orders will be calculated as follows:

TABLE SN & IB – 1: CONSTRUCTION TIME LIMITS FOR WORK ORDERS

ITEM

TIME TO INSTALL Working Days ONE ADDITIONAL LOCATION LOCATIONS

TIME TO PROCURE Calendar Days MATERIALS FURNISHED BY CITY CONTRACTOR

SN & IB - 6

6/11/2014 1:21 PM

p. 33

City of Garland

1) Mast Arm Assembly foundation, pole, arm, signal & pedestrian heads, pedestrian push button, Opticom detector, video detector camera, traffic control signs, overhead street name signs, wind damper, luminaire arm & light, pull boxes, conduit and all required cables to cabinet 2) Complete new intersection installation (all of Item #1, plus cabinet foundation, cabinet installation, inductance loops or video detection cameras and any other items necessary to complete installation)

Bid 4488-14

14 days

+5 days each **

0

120 days *

30 days

+ 20 days each

0

120 days *

3) Pull box Installation / 2 days + 1/2 day each 0 0 Replacement 4) Conduit Installation – trench or bore 250 feet per day, (includes 5 days + 2 days each 0 0 furnishing and installing pull box) 5) Removal and installation of various intersection cable (on per 4 days + 4 days each 0 0 intersection basis, equal to 1 day per structure) 6) Install new or replace damaged 1 day + 1/2 day each 0 0 detector loop 7) Emergency Installation – In accordance Foundation installation, cable with items 1 removal/installation, pole, arm, 1 day N/A 0 and 2, except signals, and other attachment for foundations. installations. * The thirty (30) day Mobilization period (Section 30, Page SN & IB-12) is in addition to the number of days to procure. 30 Day mobilization does not apply to Item 7 above (Emergency Installation).

Total working days will equal the sum of the procurement time plus the installation time. The Contractor may be required to perform work on multiple work orders simultaneously. ** Item 1 - for clarification,5 days for additional locations will constitute each additional pole and foundation. This is typical of installation for a single corner of an intersection. Items 3 through 6 in the table above do not have additional days to procure materials, as these items should be readily available and able to be procured within the 30 day mobilization period.

17.

FORM OF CONTRACT

SN & IB - 7

6/11/2014 1:21 PM

p. 34

City of Garland

Bid 4488-14

The contract for the construction of the project will be provided by the CITY. A sample form of agreement is included in the Contract Agreement Section. 18.

BONDS A Performance Bond, Payment Bond, and Maintenance Bond will be required by the CITY unless the contract amount is less than $25,000. Sample forms have been included in the Performance Bond, Payment Bond, and Maintenance Bond sections.

19.

BID SECURITY Bids shall be accompanied by a bid bond from a reliable surety company in an amount not less than five percent (5%) of the total maximum bid price as a guarantee that the bidder will enter into a contract and execute the required bonds within the time specified in the "Execution of the Contract" paragraph included in this section.

20.

LAWS AND REGULATIONS The Bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full.

21.

METHOD OF AWARD - LOWEST QUALIFIED BIDDER If at the time this contract is to be awarded, the lowest total bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the OWNER as available to finance the contract, the contract will be awarded on the basis of the total bid. If such bid exceeds such amount, the OWNER may reject all bids or may award the contract on the total bid combined with such deductible alternates applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. No combined or conditional bids will be accepted. Unless the bids seem unreasonably high, the OWNER anticipates awarding the contract promptly on the basis of the greatest advantage to the OWNER, considering prices bid, ability, standing and reputation of bidder, capabilities for executing the work and such other elements as the awarding authority may deem pertinent. The OWNER retains the right to waive formalities and to reject any or all bids.

22.

INSPECTOR The INSPECTOR shall be a representative of the OWNER (CITY) and is the person or persons responsible for coordinating the project with the CONTRACTOR. For traffic signal installation and modernization projects, the INSPECTOR will typically be an employee of the City of Garland Transportation Department. However, the CITY may choose to retain the services of one or more outside persons to serve as an INSPECTOR for specific portions or all of the project

23.

SUB-CONTRACTOR

SN & IB - 8

6/11/2014 1:21 PM

p. 35

City of Garland

Bid 4488-14

The term Sub-CONTRACTOR, as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 24.

BID QUANTITIES The estimated quantities of the various classes of work and materials under this contract are to be used only as a basis for estimating the probable cost of the work. It is understood and agreed that the actual amount of work to be done and material to be furnished may differ somewhat from these estimates. The City of Garland has the right to add or delete any items to and from this contract upon the discretion and approval of the Transportation Department.

25.

MOBILIZATION Payment for this item will cover the cost of moving personnel, construction equipment, and supplies to the job site. There will be one mobilization fee applied to each work order regardless of its dollar amount or the number of intersections involved. Mobilization fees will not apply to work orders identified as “supplemental”. These are considered extensions of work orders that have already been issued and had mobilization fees applied. Mobilization fees will be equal to 5% of the total work order amount (not including the mobilization bid item) or the minimum mobilization fee, as indicated on the Contractor’s bid form, whichever is greater. The minimum mobilization fee (shown as the unit cost for this item on the bid form) represents the minimum amount the Contractor would expect to receive regardless of the work order amount. Thirty (30) days will be granted for Mobilization for each work order issued, with the exception of supplemental work orders and emergency mobilization work orders. Supplemental work orders will be defined as extensions of work orders already issued.

26.

EMERGENCY MOBILIZATION Payment for this item will cover the cost of moving personnel, construction equipment, and supplies to the job site in a prompt manner. Once notified, the contractor has 2 hours to respond to the City verbally. The contractor shall be on the job within 48 hours. There will be one mobilization fee applied to each work order regardless of its dollar amount or the number of intersections involved.

SN & IB - 9

6/11/2014 1:21 PM

p. 36

City of Garland

Bid 4488-14

Emergency Mobilization fees will not apply to work orders identified as “supplemental”. These are considered extensions of work orders that have already been issued and had mobilization fees applied. Mobilization fees will be equal to 5% of the total work order amount (not including the mobilization bid item) or the minimum mobilization fee, as indicated on the Contractor’s bid form, whichever is greater. The minimum mobilization fee (shown as the unit cost for this item on the bid form) represents the minimum amount the Contractor would expect to receive regardless of the work order amount. Emergency Mobilization will be for items such as new foundations, bores, conduit repairs, installing arms and shafts, installing signal heads and removal of foundations, poles, arms, heads,

SN & IB - 10

6/11/2014 1:21 PM

p. 37

City of Garland

Bid 4488-14

SECTION IV SUPPLEMENTAL STANDARD SPECIFICATIONS

6/11/2014 1:21 PM

p. 38

City of Garland

Bid 4488-14

SUPPLEMENT TO THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS Third Edition 1998 PART I GENERAL AND SPECIAL PROVISIONS, DIVISION I Note: The City of Garland will furnish to all prospective bidders its own special conditions, instructions to bidders, contract, and bond forms. The City of Garland has adopted the Standard Specifications for Public Works Construction in North Central Texas (Third Edition) "Specifications" by North Central Texas Council of Governments, P.O. Drawer COG, Arlington, Texas 76005-5888 (817) 461-3300, a copy of which may be obtained from the North Central Texas Council of Governments at the address or phone number above. 1.

The successful bidder shall furnish all alignment and construction staking and shall employ a Registered Licensed Surveyor or Engineer to supervise and direct this work. The City of Garland reserves the right to check progress and accuracy of same at any time during the life of the contract.

2.

All tests of samples, materials, subgrade, lime content or any other test that is required to complete the project shall be furnished and paid for by the Contractor, and shall be made in accordance with the latest methods of the American Society for Testing and Materials. All facilities for collecting such samples will be provided by the Contractor.

3.

The items listed below as found in Division I of the specifications shall be amended as follows: 1.20.2 SUPPLEMENTAL DRAWINGS AND SPECIFICATIONS: The Special Conditions, Technical Specifications, and Erosion Control Documents attached are considered part of the contract documents. 1.22.a INDEPENDENT CONTRACTOR: While engaged in carrying out and complying with the terms and conditions of this contract, the contractor is, and shall be, an Independent Contractor and shall not, with respect to its acts or omissions, be deemed an officer, employee or agent of the City. The Contractor shall not at any time or in any manner represent that it or any of its agents or employees are in any manner agents or employees of the City.

6/11/2014 1:21 PM

p. 39

City of Garland

Bid 4488-14

Contractor is, and shall remain, an Independent Contractor, with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the owner or owner's representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the owner or owner's representative hereunder, is not intended to and shall not at any time change or affect the status of the Contractor as an Independent Contractor with respect to either the owner or owner's representative or to the Contractor's own employees or to any other person, firm or corporation. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS No City of Garland employee shall have a direct or indirect financial interest in any contract with the City, or be directly or indirectly financially interested in the sale of land, materials, supplies or services to the City.

1.22.2 OMITTED 1.22.5 PROGRESS SCHEDULE: The CONTRACTOR, upon the execution and delivery of the contract, shall prepare and submit for the OWNER'S approval a Critical Path Method (CPM) progress schedule showing the manner of prosecution of the work in order to complete the contract within the allocated time. The OWNER will review and approve the proposed progress schedule not later than the issuance of the notice to proceed. The progress schedule shall be revised if, in the opinion of the OWNER, the scheduled progress of the work is not being maintained. This revised schedule will address the methods by which time lost shall be made up. 1.26.1a OMITTED 1.51.1 MONTHLY ESTIMATE: As this is a separated contract (as that term is defined in Texas Comptroller's Rule 3.291, as amended) between the OWNER and the CONTRACTOR, all invoices for payment presented by the CONTRACTOR including the estimate or invoice for which final payment is requested, shall be separated into three components as follows: (a) billings attributable to materials, supplies, equipment and other tangible personal property physically incorporated into the work done; (b) billings attributable to materials, supplies, equipment and other tangible personal property purchased or leased for use in the work, but not physically incorporated into the work; (c) billings attributable to other costs and fees allowable under the contract, including labor, overhead, profit and other reasonable, incidental allowable costs related to the work. The Contractor's invoice may include acceptable, non-perishable materials delivered to the work site; payment shall be allowed on the same percentage basis of the net invoice value as provided hereinafter.

6/11/2014 1:21 PM

p. 40

City of Garland

Bid 4488-14

Except as otherwise provided by the contract, between the 25th day and the last day of each month the OWNER shall make an approximate confirming estimate of the value of the work done through the 25th of the month under the specifications. The monthly confirming estimate shall then be used to verify the Contractor's invoice. The OWNER shall verify that the sum total of the CONTRACTOR'S invoice matches the total value of work done and acceptable, non-perishable materials delivered to the work site, based upon the bid proposal prices and quantities measured by OWNER. In the event of a discrepancy between quantities of work as shown in the Contractor's invoice and measured quantities as shown in the OWNER'S confirming estimate the OWNER'S determination or measurement shall be final, and the CONTRACTOR'S invoice shall be adjusted to reflect the quantities of work as shown by the OWNER'S confirming estimate. Whenever the said confirming estimate or estimates of work done since the last previous estimate exceeds $100 in amount, a percentage of such estimate sum shall be paid the CONTRACTOR on or before the 10th day of the month next following. The CONTRACTOR'S invoice and all required supporting documents shall be submitted to the City's Transportation Department no later than the 26th of the month or the next working day if the 26th falls on a weekend or recognized holiday. The CONTRACTOR shall furnish to the OWNER such detailed information as he may request to assist him in the preparation of monthly confirming estimates. It is understood that the monthly confirming estimates shall be approximate only, and all monthly confirming estimates and partial payments shall be subject to correction in the confirming estimate rendered following the discovery of an error in any previous confirming estimate, and such estimate shall not in any respect be taken as an admission of the OWNER of the amount of work done or of its quality or sufficiency nor as an acceptance of the work or the release of the CONTRACTOR of any of his responsibility under the contract. If the CONTRACTOR is not in compliance with the approved work progress schedule or the approved revised schedule at the end of the monthly estimate period, payment for work performed during the period of noncompliance will be reduced by 30% of the work performed. All withheld moneys will be paid to the CONTRACTOR with the next regular monthly estimate when the work progress returns to compliance with the approved progress schedule. 1.51.2 RETAINAGE: As security for the faithful completion of the work by the CONTRACTOR, the OWNER shall retain ten percent (10%) of the total dollar amount of work done on all contracts less than $200,000.00; five percent (5%) of the total dollar amount of work done on all contracts of $200,000.00 or more. On all contracts in excess of $200,000.00, the following shall apply:

6/11/2014 1:21 PM

p. 41

City of Garland

(a)

when work progress is fifty percent (50%) complete, retainage may at the OWNER'S option be reduced to two percent (2%) of the dollar value of all work satisfactorily completed to date (not to include material on hand) provided that the CONTRACTOR is on or ahead of the approved progress schedule and there is no cause for greater retainage as determined by the Engineer;

(b)

when work progress is substantially complete, the retainage may be further reduced to only that amount necessary to assure completion as determined by the Engineer;

(c)

if the OWNER determines that the CONTRACTOR is not making satisfactory progress or if there is other specific cause, the OWNER may, at his discretion, reinstate up to the five percent (5%) retainage.

Bid 4488-14

1.58 STATE AND LOCAL SALES AND USE TAX: The OWNER qualifies for exemption from state and local sales and use taxes, pursuant to the provisions of Section 151.309 of the Texas Tax Code, as amended. Therefore, the OWNER shall not be liable for, or pay the CONTRACTOR'S cost of, such sales and use taxes which would otherwise be payable in connection with the purchase of tangible personal property furnished and incorporated into the real property being improved under the contract. This contract is a separated contract (as that term is defined in Texas comptroller's Rule 3.291, as amended) between the OWNER and the CONTRACTOR. A CONTRACTOR performing work under these specifications is a seller of tangible personal property furnished and incorporated into the real property being improved, pursuant to Section 151.056(b) of the Texas Tax Code, as amended. All invoices or estimates submitted by the CONTRACTOR to the OWNER shall be separated into three categories: (a) billings attributable to materials, supplies, equipment and other tangible personal property physically incorporated into the work; (b) billings attributable to materials, supplies, equipment and other tangible personal property purchased or leased for use in the work, but no physically incorporated into the work; and (c) billings attributable to other costs and fees allowable under the contract, including labor, overhead, profit and other reasonable, incidental costs related to the work. The CONTRACTOR must obtain a Texas Sales Tax Permit prior to commencement of work and shall file appropriate returns with the Comptroller of Public Accounts of the State of Texas, as required from time to time by rules and regulations of the Comptroller. The CONTRACTOR shall issue a resale certificate in lieu of the tax on the purchase of all materials, supplies, equipment and other tangible personal property to be incorporated into the real property being improved under the contract. Supplies, tools, materials, equipment and other tangible personal property that are purchased or leased merely for use in the performance of the contract, and not for incorporation into the improved real property, are not exempted from sales or use tax and are not covered by this Item.

6/11/2014 1:21 PM

p. 42

City of Garland

Bid 4488-14

All subcontractor agreements entered into by and between the CONTRACTOR and any subcontractor relating to the work shall be separated contracts (as that term is defined in Texas Comptroller's Rule 3.291, as amended). The subcontracts shall provide for, and all requests for payment by subcontractors shall include, separate statements as follows: billings attributable to materials, supplies, equipment and other tangible personal property physically incorporated into the work; billings attributable to materials, supplies, equipment and other tangible personal property not physically incorporated into the work, and billings attributable to other costs and fees, including labor, relating to the work. The CONTRACTOR shall also require its subcontractors to issue resale certificates in lieu of the tax on the purchase of all materials, supplies, equipment and other tangible personal property to be incorporated into the real property improved under the contract. The CONTRACTOR shall fully indemnify and hold harmless the OWNER from the cost of any and all sales and use taxes otherwise exempted as a result of the separated contract arrangement, if such sales or use taxes become due and payable, or are paid by the CONTRACTOR or the OWNER, as a result of the CONTRACTOR'S failure or refusal to abide by the provisions of this Item 1.58 or the other applicable provisions of the specifications relating to separated contracts. NOTICE: The following products and construction methods contained within the above mentioned NCTCOG specifications will not be considered for use as standard specifications, nor will they be allowed for use in any City of Garland construction project. PART II MATERIALS, DIVISION 2 2.12.2 2.12.7 2.12.12 2.12.18 2.12.21 2.13.4 2.14 2.17 2.17.2 2.20

6/11/2014 1:21 PM

Concrete sewer pipe, non-reinforced. Gray iron pressure pipe. ABS truss pipe for sanitary sewer. Asbestos bonded, bituminous lined smooth interior corrugated metal sanitary sewer pipe. Smooth lined helically corrugated steel storm sewer pipe. Butterfly valves (unless specifically authorized by the Engineer). Fire hydrants. (Refer to Technical Specification TS24 - Fire Hydrants) Single strap service clamps will not be allowed. Saddles. Fiberglass manholes.

p. 43

City of Garland

Bid 4488-14

DIVISION 4 SUBBASE AND BASE COURSES 4.6.4 4.7 4.8

Dry placement for lime subgrade will not be allowed. Portland cement treatment for base (only by special approval by the Engineer). Asphalt treatment.

DIVISION 5 PAVEMENT AND SURFACE COURSES Refer to City of Garland Special Conditions for 650 PSI flexural strength and 2500 PSI and 4000 PSI compressive strength batch designs. 5.8.6

Pavement testing (refer to City of Garland Special Conditions)

.PART III CONSTRUCTION METHOD DIVISION 6 UNDERGROUND CONDUIT CONSTRUCTION 6.2.8 6.2.9C 6.2.12 6.3.2 6.5 6.7.3(F) 6.7.3(5) 6.7.3(N) 6.7.3(S) 7.4.5(B)

Blasting or use of explosives not allowed. For embedment refer to City of Garland Standard Details. Backfill and embedment no pay item. Foundation material no pay item. Street cut excavation (refer to City of Garland Standard Details). Use City of Garland specifications for hydrostatic test for all water conduit. (See Technical Specifications TS-22 - Waterworks) Direct tapping of PVC water pipe will not be allowed. Taps, or tapping saddles, or service clamps are not a pay item. Fittings and pipe special for reinforced concrete steel cylinder pipe will not be measured and paid for as a separate item. Purging and sterilization of water mains shall be performed by the contractor at his expense. The City of Garland shall designate its own strength requirements for concrete for structures.

DIVISION 8 MISC. CONSTRUCTION 8.3.2

6/11/2014 1:21 PM

Reinforcement for drive approaches - refer to City of Garland Standard Details.

p. 44

City of Garland

Bid 4488-14

BONDS: The successful bidder must furnish Performance and Payment Bonds upon the form provided in the amount of 100% of the total contract price from an approved bank or surety company holding a permit from the State of Texas to act as surety, or other surety or sureties acceptable to the City. The Contractor shall furnish a Maintenance Bond for an amount equal to ten percent (10%) of the contract price for improvements and shall be for two (2) years from and after the date of the Engineer's acceptance of the work for the City of Garland, Texas. Upon award, bonds must be submitted on City of Garland Forms. Samples contained herein. Americans With Disabilities Act The contractor agrees that they will comply with the terms of the "Americans With Disabilities Act".

INCIDENTAL PAY ITEMS Unless otherwise indicated, there will be no separate pay items for the following miscellaneous construction items. Costs for these items shall be considered incidental to other contract bid items. -

6/11/2014 1:21 PM

Removing asphalt paving Cutting and plugging existing utility lines to be abandoned. Removal of existing water lines to be abandoned if needed. Final cleanup Sidewalk Replacement Re-sodding of grass (if required)

p. 45

City of Garland

Bid 4488-14

SECTION VII SPECIAL CONDITIONS

6/11/2014 1:21 PM

p. 46

City of Garland

Bid 4488-14

TABLE OF CONTENTS FOR SPECIAL CONDITIONS Page 1. PERMITS AND RIGHT-OF-WAY. SC-1 2. TRADE NAMES AND MATERIALS. SC-1 3. PROPERTY LINES AND MONUMENTS. SC-1 4. DURING CONSTRUCTION. SC-1 5. PROJECT MAINTENANCE. SC-2 6. PROTECTION OF IMPROVEMENTS. SC-2 7. ACCIDENTS. SC-2 8. ARRANGEMENTS FOR WATER FURNISHED BY THE CITY. SC-2 9. USE OF FIRE HYDRANTS. SC-3 10. LIGHTS AND POWER. SC-3 11. PROTECTION OF TREES. SC-3 12. REMOVAL OF TREES, FENCES, ETC. SC-3 13. POLES, SIGNS, GUY WIRES, ETC. SC-3 14. EXISTING UTILITIES AND SERVICE LINES. SC-4 15. EXISTING STRUCTURES. SC-4 16. TESTING, INSPECTION AND CONTROL. SC-5 17. BORINGS. SC-5 18. DRAINAGE. SC-5 19. CONSTRUCTION IN CITY STREETS AND PRIVATE DRIVES. SC-5 20. BOND PROJECT SIGNS. SC-6 21. RAILWAY CROSSINGS. SC-6 22. CONSTRUCTION IN TEXAS HIGHWAY DEPARTMENT RIGHT-OF-WAY. SC-6 23. MAINTENANCE OF STORM SEWER AND UTILITIES THAT CROSS EXISTING ROADWAY. SC-6 24. BARRICADES, LIGHTS AND WATCHMEN. SC-7 25. PROTECTION AND ADJUSTMENT OF EXISTING WATER VALVE BOXES. SC-7 26. ADJUSTMENT OF TOPS OF EXISTING SANITARY SEWER MANHOLES. SC-8 27. CONCRETE STRENGTH. SC-8 28. SUBGRADE IN ROCK SC-9 29. CONCRETE TESTING & PENALTIES SC-9 30. SURPLUS MATERIALS. SC-11 31. SALVAGED MATERIALS. SC-11 32. FINAL CLEAN-UP. SC-11 33. OMITTED. SC-12 34. LABOR PREFERENCE. SC-14 35. SALES TAX EXEMPTION FOR CONSTRUCTION MATERIALS. SC-14 36. LIENS. SC-15 37. STEEL RAILINGS. SC-15 38. UNDERGROUND MARKING FOR WATER AND SEWER. SC-15 39. PRIVATE PROPERTY ACCESS. SC-15 SC-i

6/11/2014 1:21 PM

p. 47

City of Garland

Bid 4488-14

40. COMPANY LOGO . SC-15 41. CONSTRUCTION SEQUENCING. SC-16 42. TRENCH SAFETY SYSTEM. SC-16 43. EROSION CONTROL. SC-16 44. PERMIT-REQUIRED CONFINED SPACES. SC-17 45. DISCHARGE OF HEAVILY CHLORINATED WATER FROM WATER LINES. SC-17 46. OZONE ALERT PLAN. SC-17 47. RIGHT TO AUDIT. SC-18 48. DISPOSAL OF MATERIALS SC-18 49. CITY PROVIDED SERVICES SC-19 50. TRAFFIC SIGNAL PROJECTS SC-19 51. CONCRETE SIDEWALK REPAIR AND INSTALLATION SC-23

SC-ii

6/11/2014 1:21 PM

p. 48

City of Garland

Bid 4488-14

SPECIAL CONDITIONS

1.

PERMITS AND RIGHT-OF-WAY. The City of Garland (CITY) will provide rights-of-way for the purpose of construction without cost to the contractor by securing permits in areas of public dedication or by obtaining easements across privately owned property. It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public dedication, the CONTRACTOR shall inform the agency having jurisdiction in the area fortyeight (48) hours prior to initiation of the work.

2.

TRADE NAMES AND MATERIALS. No material, which has been used by the Contractor for any temporary purpose whatsoever, is to be incorporated in the permanent structure without written consent of the CITY. Where materials or equipment are specified by a trade or brand name, it is not the intention of the CITY to discriminate against an equal product or another manufacturer, but rather to set a definite standard or equality or performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper", or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to some other thing, in the opinion of judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved sample. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connections with the materials, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute shall be approved in writing by the CITY and the CITY shall have the right to require the use of such specifically designated material, article or process.

3.

PROPERTY LINES AND MONUMENTS. The CONTRACTOR shall protect all property corner markers, and when any such marker or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of the Contractor.

4.

DURING CONSTRUCTION. During construction of the work, the CONTRACTOR shall at all times, keep the site of the work and adjacent premises as free from material, debris, and rubbish, as is practicable, shall remove same from any portion of the site, if in the opinion of the CITY, such material debris, or rubbish constitutes a nuisance or is objectionable.

SC-1

6/11/2014 1:21 PM

p. 49

City of Garland

Bid 4488-14

The CONTRACTOR shall remove from the site all of his surplus materials and temporary structures when no further need therefore develops.

5.

PROJECT MAINTENANCE. The CONTRACTOR shall maintain and keep in good repair the work contemplated under these plans, specifications, drawings, etc., and shall perform for a period as set forth in the Maintenance Bond from the date of acceptance all necessary repair, reconstruction and renewal of any part of said construction and shall furnish the labor and materials to make good and to repair any defective condition growing out of or on the account of the breakage or failure of any substance or the improper function of same. Said maintenance contemplates the complete restoration to a functional use during the said period as set forth in the Maintenance Bond.

6.

PROTECTION OF IMPROVEMENTS. The CONTRACTOR shall be entirely responsible for the protection of all improvements that are not designated by the CITY to be removed for proper construction of the project, this shall include sidewalks, building walls, existing inlets and manholes, underground utilities, shrubs, trees, signs, sod and fences. The CONTRACTOR shall be entirely responsible for the protection of all pavements adjacent to the project.

7.

ACCIDENTS. The CONTRACTOR must report in writing to the CITY all accidents whatsoever arising out of, or in connections with the performance of the work, whether on, or adjacent to, the site, which caused death, personal injury, or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the CITY. If any claim is made by anyone against the CONTRACTOR or any subcontractor on account of any accident, the CONTRACTOR shall promptly report the facts in writing to the CITY giving full details of the claim.

8.

ARRANGEMENTS FOR WATER FURNISHED BY THE CITY. Water used for mixing and curing concrete and mortar shall be obtained from the CITY water mains. The CONTRACTOR shall make all necessary arrangements with the CITY Water Department for metering and payment for all water used on this project. CITY issues fire hydrant meters and it is the responsibility of the CONTRACTOR to install the meter. If it becomes necessary to move the meter to a different site, the CONTRACTOR shall be responsible for moving the meter to the new site. Water used for jetting or flooding trenches, sprinkling, testing and flushing of pipe lines, or any other purpose incidental to this project, will be furnished by the SC-2

6/11/2014 1:21 PM

p. 50

City of Garland

Bid 4488-14

CONTRACTOR. The CONTRACTOR shall make the necessary arrangements for securing the transporting of such water and shall take such water in a manner and at such time that will not produce a harmful drain or decrease of pressure in the CITY'S WATER SYSTEM. Water shall not be used in a wasteful manner.

9.

USE OF FIRE HYDRANTS. No person shall open, turn off, interfere with, attach any pipe or hose to, or connect anything with any fire hydrant, stop valve or stop cock, or tap any water main belonging to the CITY, unless duly authorized to do so by the City Water Department.

10.

LIGHTS AND POWER. The CONTRACTOR shall provide, at his own expense, temporary lighting and facilities required for the proper prosecution and inspection of the work.

11.

PROTECTION OF TREES. No trees shall be cut except upon the specific authority of the CITY. Trees adjacent to the work shall be protected from all damage by the construction operations.

12.

REMOVAL OF TREES, FENCES, ETC. Removal of trees, stumps, brush, etc. including disposal will be measured and paid for as provided in the proposal, or as directed by the Engineer. Fences within the right-of-way of this project shall be kept in good repair and closed at all times, except when it is necessary to move machinery and equipment through the fence. Gates shall be closed immediately after use. When the project is complete, the CONTRACTOR shall repair all fences and gates that have been moved or damaged as a result of construction. Fences shall be left in repair equal to the original condition. No separate compensation shall be made for this work. Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed. The CONTRACTOR shall not be held liable for unavoidable damage to crops provided such damage occurs within the construction easement provided by the Owner.

13.

POLES, SIGNS, GUY WIRES, ETC. All utility poles and guy wires, private sign posts, signs and guy wires, and similar private obstructions which interfere with the construction of this project will be removed and replaced, or moved to new permanent locations by the owners thereof without cost to the CONTRACTOR. SC-3

6/11/2014 1:21 PM

p. 51

City of Garland

Bid 4488-14

The removal and replacement of CITY street sign posts and signs is the responsibility of the CONTRACTOR. The CONTRACTOR shall be responsible for all damage to street signposts and signs within the limits of his operations that remain in place or are removed and replaced. In the event street sign posts and signs are injured or destroyed by the CONTRACTOR'S operations, they shall be replaced by the CONTRACTOR. No separate compensation will be paid for this work, but the costs thereof shall be included in such contract pay items as are provided.

14.

EXISTING UTILITIES AND SERVICE LINES. In the preparation of the plans, the CITY has indicated the location of certain underground utility lines which are known to the CITY. It is probable that some utility lines have not been shown, and no attempt has been made to show service lines. Hence, it is not guaranteed that all utility lines or structures as shown on the plans. Prior to the start of construction, the CONTRACTOR shall communicate with the proper representative of all the utility systems included but not limited to the water and sewer department, the gas company, electric company, telephone company and any other private utility companies and advise said representative of the route of the proposed construction, in order to obtain the assistance of the utility in the location of and in the avoidance of conflicting with utility lines. The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken, or damaged, the CONTRACTOR shall replace or repair the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense, with the exception of those items included in the bid schedule.

15.

EXISTING STRUCTURES. The plans show the locations of all known surface and subsurface structures. However, the CITY assumes no responsibility for failure to show any or all of these structures on the plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the plans and proposal, in which case the provisions in these specifications for extra work shall apply.

16.

TESTING, INSPECTION AND CONTROL. Testing and field control of concrete and other materials used in the work shall be done by an approved local commercial laboratory employed and paid directly by the CONTRACTOR.

SC-4

6/11/2014 1:21 PM

p. 52

City of Garland

17.

Bid 4488-14

BORINGS. Wherever certain test borings are made on the site, the locations of such test borings and the information revealed by them is indicated on the plans and profiles for the project. These borings shall not be construed as a warranty on the part of the CITY of the exact nature of the subsurface conditions that will be encountered during the construction of the work. The information thus furnished is intended only as a guide to the CONTRACTOR in making his own investigations preliminary to submitting a bid for the work.

18.

DRAINAGE. The CONTRACTOR shall provide at his own cost and expense all methods for adequately draining the work. No separate measurement or compensation will be paid for sub-drains or other methods of draining, but the cost thereof shall be included in such contract pay items as are provided in the Proposal and Contract.

19.

CONSTRUCTION IN CITY STREETS AND PRIVATE DRIVES. It shall be the responsibility of the CONTRACTOR to build and maintain all weather bypasses and detours, if necessary, and to properly light, barricade, and mark all bypasses and detours that might be required on and across the streets involved in the work included in this contract. The street paving projects shall remain open to traffic at all times unless special permission for closing the street is given by the CITY. After permission is given for closing any portion of the street, the CONTRACTOR shall be responsible for notifying the Police and Fire Department six (6) hours in advance of such closing. The CONTRACTOR shall make every effort to complete construction and allow immediate access to adjacent property at all driveway entrances located along the streets. Owners or tenants or improvements where access and/or entrance drives are located shall be notified at least eight (8) hours prior to the time the construction will be started at their driveways or entrances and informed as to the length of time driveways will be closed. During wet weather the CONTRACTOR shall construct temporary gravel crossings and wooden walkways to allow ingress and egress across excavated areas at no expense to the CITY and as directed by the CITY. The CONTRACTOR shall at all times, keep a sufficient width of the roadway clear of dirt and other materials to allow the free flow of traffic. The CONTRACTOR shall assume any and all responsibility for damage, person or otherwise, that may be caused by the construction along City streets or private drives. If it becomes apparent that barricades do not sufficiently protect the general public and the CONTRACTOR'S workmen from traffic hazards, the CONTRACTOR may SC-5

6/11/2014 1:21 PM

p. 53

City of Garland

Bid 4488-14

be required to furnish such flagmen and/or watchmen as may be deemed necessary to properly direct traffic.

20.

BOND PROJECT SIGNS. The CONTRACTOR shall furnish and erect Bond Project signs at the locations on all bond funded projects as directed by the CITY, payment for same shall be as provided in the proposal. The CONTRACTOR shall be responsible for the protection and maintenance of these signs for the duration of the project.

21.

RAILWAY CROSSINGS. See Division One (1), Item 1.32.2 of the Standard Specifications for Public Works Construction North Central Texas.

22.

CONSTRUCTION IN TEXAS DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY. Where the work encroaches upon any right-of-way of the Texas Department of Transportation (TxDOT), the CITY will secure the necessary permits for the work. Where highways are crossed, the CONTRACTOR shall observe all the regulations and instructions of TxDOT as to methods of doing the work, or precautions for safety of property and the public. All negotiations with TxDOT except for permits, shall be made by the CONTRACTOR. TxDOT shall be notified by the CONTRACTOR not less than five days previous to the time of his intention to begin work.

23.

MAINTENANCE OF STORM SEWER AND UTILITIES THAT CROSS EXISTING ROADWAY. The CONTRACTOR shall maintain at all times during construction storm sewer and utility crossings of existing roadways at no expense to the CITY. Storm sewers and utilities crossing existing roadways shall be backfilled in accordance with the provisions of these specifications to an elevation six inches below the elevation of the existing roadway. A six-inch thick compacted gravel base shall be constructed to the elevation of the existing pavement within the limits shall be maintained throughout the construction. Potholes appearing in the existing pavement, which in the opinion of the CITY is a hazard to the general public, shall be filled and maintained as directed by the CITY.

24.

BARRICADES, LIGHTS AND WATCHMEN. Where the work is carried on in or adjacent to any street, alley or public place, the CONTRACTOR shall at his own cost and expense furnish and erect such barricades, fences, battery type flasher-markers and danger signals, shall provide such watchmen, and shall provide such other precautionary measures for the protection of persons or property and of the work as are necessary. UNLESS OTHERWISE INDICATED, ALL SIGNS, BARRICADES, AND TRAFFIC SC-6

6/11/2014 1:21 PM

p. 54

City of Garland

Bid 4488-14

CONTROL DEVICES SHALL BE PLACED AND MAINTAINED IN ACCORDANCE WITH THE LATEST EDITION OF THE TEXAS MANUAL FOR UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). From sunset to sunrise, the CONTRACTOR shall furnish and maintain at least one battery type flasher-marker at each barricade and sufficient number of barricades shall be erected to keep vehicles from being drive on or into any work under construction. The CONTRACTOR shall furnish watchmen in sufficient numbers to protect the work. Should the Contractor need to contract an additional outside source for barricading, the invoice for additional barricading shall be submitted to the City with no additional costs. The CONTRACTOR will be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it, and whenever evidence is found of such damage, the CITY may order the damaged portion immediately removed and replaced by the CONTRACTOR at his cost and expense. The CONTRACTOR'S responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen shall not cease until the project shall have been accepted by the CITY. During the prosecution of the work, the CONTRACTOR shall obstruct public travel as little as possible and in no case shall there be less than twelve (12) feet in width of unobstructed roadway for the use of traffic. Materials and equipment stored in or near the path of traffic shall be protected with red flags during the day and with lights during the night.

25.

PROTECTION AND ADJUSTMENT OF EXISTING WATER VALVE BOXES. Water valve locations will be furnished by the CITY prior to grading operations. Protection of existing water valve boxes located within the limits of the work shall subsequently be the responsibility of the CONTRACTOR. Failure to show water valve box locations on the plans does not relieve the CONTRACTOR of the responsibility to prevent damage to the valve and boxes. The CONTRACTOR shall adjust all water valve boxes which require adjustment to the new pavement grade at no expense to the CITY.

26.

ADJUSTMENT OF TOPS OF EXISTING SANITARY SEWER MANHOLES. Tops of existing sanitary sewer manholes will be adjusted where necessary to match grade of new pavement. Adjustment will be made by breaking back the top portion of the manholes and rebuilding to conform to the new grade. The CONTRACTOR shall adjust all sanitary sewer manholes which require adjustments to the new pavement grade at no expense to the CITY.

SC-7

6/11/2014 1:21 PM

p. 55

City of Garland

27.

Bid 4488-14

CONCRETE STRENGTH. The flexural strength for street paving shall not be less than 650 P.S.I. in twentyeight (28) days. Minimum requirements for various batch design shall be as follows: A. 650 PSI Flexural Strength Minimum Beam Strength - 28 Day - 650 PSI Minimum Sacks of Cement per CY - 5.5 Maximum Water/Cement Ratio - Gal/Sack - 6.0 Maximum Slump for Slip Form Paving - 2 inches Course Aggr. No. [NCTCOG Item No. 2.1.1.(c)(4)] - 2 - 3 - 4 Maximum Amount of Flyash Allowed per CY - 100 lbs. Maximum Number of lbs. of Cement which can be Replaced by Flyash per CY - 71 lbs. 1 Sack of Cement = 94 lbs. 1 Gal of Water = 8.333 lbs. B. 2,500 PSI Compressive Strength Concrete Minimum 28-day Compressive Strength - 2,500 PSI Minimum Sacks of Cement per Cubic Yards - 5.0 Maximum Water/Cement Ratio - 6.50 Course Aggregate No. [NCTCOG Item No. 2.1.1.(c)(4)] - 2 - 3 - 4 No Flyash Allowed One (1) Sack of Cement = 94 lbs.

SC-8

6/11/2014 1:21 PM

p. 56

City of Garland

Bid 4488-14

C. 4,000 PSI Compressive Strength Concrete Minimum 28-day Compressive Strength - 4,000 PSI Minimum Sacks of Cement per Cubic Yards - 6.5 Maximum Water/Cement Ratio - 6.0 Course Aggregate No. [NCTCOG Item 2.1.1.(c)(4)] - 1 - 2 - 3 No Flyash Allowed One (1) Sack of Cement = 94 lbs. D. 6000 psi Compressive Strength Concrete Cement Content: Strength: Water Content: Air Content: Slump: Admixtures: Coarse Aggregate:

28.

7.5 sack Type I Cement per Cubic Yard 6000 psi compressive at 28 days 4.0 gal/sack (0.354 lb/lb) 3%-6% 3”-4” before addition of admixture ASTM C-494 Tupe F of G Max 1” - No. 4 Crushed Stone

SUBGRADE IN ROCK Where the subgrade is rock, the rock shall be removed to a depth of 4" and backfilled with acceptable sand before placement of concrete paving.

29.

CONCRETE TESTING & PENALTIES I.

Testing: Street Paving shall be tested as follows for strength: (1)

(2)

2 beams at start of paving operation (a) Break 1 at 7 days (b) Break 1 at 28 days 1 beam every 100 feet/station thereafter (a) Break at 28 days

Alley paving shall be tested as follows for strength: (1)

(2)

2 beams at start of paving operation (a) Break 1 at 7 days (b) Break 1 at 28 days 1 beam every 200 feet/station thereafter (a) Break at 28 days

SC-9

6/11/2014 1:21 PM

p. 57

City of Garland

II.

Bid 4488-14

Deficient Thickness: Where the measured thickness of pavement is deficient in thickness, payment will be made at an adjusted price as specified in the following table: Deficiency in Thickness Determined by Cores Inches 0.00 to 0.005 0.005 to 0.20 0.21 to 0.30 0.31 to 0.40 0.41 to 0.50 0.51 to 0.75

Proportional Part of Contract Price Allowed 100 percent 90 percent 80 percent 72 percent 68 percent 57 percent

Any area of pavement found deficient in thickness by more than 0.75 of an inch but not more than 1/8" of the designated slab thickness as shown in the plans, whichever is greater, shall be evaluated by the Director of Engineering. If, in the judgment of the CITY, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. III.

Deficient Strength: Where the tested flexural strength of pavement is deficient in strength, payment will be made at an adjusted price as specified in the following table: Deficiency in Strength Determined by Beam Test (Center Point Loading) PSI 0-5 6-75 76-125 126-150

Proportional Part of Contract Price Allowed 100% 90% 80% 70%

Any area of pavement found deficient in strength by more than 150 P.S.I. but not more than 200 P.S.I. or 30 percent of the specified strength, whichever is greater, shall be evaluated by the CITY. If, in the judgment of the CITY, the area of deficiency should not be removed and replaced, there will be no payment for the area retained. If, in the judgment of the CITY, the area of such deficiency warrants removal, the area shall be removed and replaced at the CONTRACTOR'S entire expense, with concrete of specified strength.

SC-10

6/11/2014 1:21 PM

p. 58

City of Garland

IV.

Bid 4488-14

No additional payment over the contract unit price will be made for any pavement of a thickness or strength exceeding that required by plans. When concrete for inlet construction does not conform to the required compressive strength of 3000 P.S.I. at 28 days, the inlet shall be removed and replaced by the CONTRACTOR without cost to the CITY. The finished concrete base and pavement shall conform to the minimum typical cross sections shown on the plans. The CITY will require a sufficient number of cores to have a representative sample of the thickness and strength of the pavement throughout the project. RECHECK - If the CONTRACTOR believes that the cores and measurements taken are not sufficient to indicate fairly the actual thickness of pavement and strength, additional cores and measurements will be taken provided the CONTRACTOR will bear the extra cost of drilling, testing and filling holes in the pavement.

30.

SURPLUS MATERIALS. Surplus materials shall be disposed of by the CONTRACTOR at his own cost and expense. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner except in locations where, in the judgment of the CITY, it can be neatly spread over along the sites to form the finished contours.

31.

OMITTED

32.

FINAL CLEAN-UP. Upon completion of the work and before acceptance and final payment, the CONTRACTOR shall clean, remove rubbish, unused materials and temporary structures from the limits of the project and restore in a manner acceptable to the Engineer, all property, both public and private, that has been damaged during the prosecution of the work, and shall level and grade all portions of the work where the surface of the natural ground or street surface has been disturbed during construction and shall leave the site of the work in a neat and presentable condition, free from ruts or holes. Material cleared from the limits of the project and deposited on adjacent property will not be considered satisfactory unless prior approval is obtained from the SC-11

6/11/2014 1:21 PM

p. 59

City of Garland

Bid 4488-14

property owner involved, and the work is accomplished to the satisfaction of the CITY.

33.

OMITTED.

34.

LABOR PREFERENCE. The CONTRACTOR should give preference to all labor hired on the project in the following order: (a) (b) (c) (d)

to bona fide residents of the City of Garland, Texas to bona fide residents of the County of Dallas, Texas to bona fide residents of the State of Texas to bona fide residents of the United States

Provided that these preferences shall apply only where such qualified labor is available to perform the work to which the employment relates.

35.

SALES TAX EXEMPTION FOR CONSTRUCTION MATERIALS. SEE SUPPLEMENT TO THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. RE: 1.58 STATE AND LOCAL SALES AND USE TAX

36.

LIENS. Neither the final payment nor any part of the retained percentage shall become due until the CONTRACTOR, if required, shall deliver to the CITY a complete release of all liens arising out of this contract, or receipt in full in lieu thereof and, if required in either case, an affidavit that so far as he has knowledge or information the releases and receipts include all the labor and material for which a lien could be filed; but the CONTRACTOR may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the CITY, to indemnify the CITY against any lien. If any lien remains unsatisfied after all payments are made, the CONTRACTOR shall refund to the CITY all moneys that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee.

37.

STEEL RAILINGS. All steel railings will be with primer prior to installation. After installation. After installation, all steel railings will be painted with Sherwin Williams Industrial Enamel "Walnut Brown" B54N16. Walls and areas around railings will be masked to prevent overspray, drippings and spillage. All painting will be considered incidental to the unit cost for rail construction. SC-12

6/11/2014 1:21 PM

p. 60

City of Garland

38.

Bid 4488-14

UNDERGROUND MARKING FOR WATER AND SEWER. All water and sewer mains shall be installed with polyethylene plastic tape for identification and protection purposes. Tape for sewer mains shall be green and lettered with "caution sewer line buried below:. Tape for water mains shall be blue and lettered with "caution water line buried below". Tape shall be 4.0 mil thick and 6" wide and furnished in 1000' rolls. Marking tape shall be placed along the centerline of pipe trench on top of normal pipe embedment, and in no case less than 6" above top of pipe. There will be no separate pay item for marking tape, and price for same shall be included in other bid items. All marking tape shall be Tera Tape as manufactured by Reef Industries or equal.

39.

PRIVATE PROPERTY ACCESS. The contractor shall not enter upon or use private property except as allowed by easements shown on the contract documents or if the contractor obtains specific written permission from the property owner.

40.

COMPANY LOGO . All equipment used on the project shall be clearly marked with the contractor’s name and LOGO. Subcontractor equipment shall also be similarly marked.

41.

CONSTRUCTION SEQUENCING. For construction sequence & traffic control plan other than what is included in the contract document, the contractor will provide his proposed plan sealed by a licensed engineer in the State of Texas which will be reviewed and accepted by the City of Garland Engineering and Transportation Departments prior to construction.

42.

TRENCH SAFETY SYSTEM. The contractor shall provide a trench shoring design. Such design shall be prepared, signed and sealed by a Registered Professional Engineer (State of Texas). Such engineer shall carry liability insurance against errors and omission in the amount of $50,000 minimum. A copy of the policy binder shall be furnished to the City. If alternative trench safety system is to be used, then four (4) copies of the final report shall be provided to the City prior to the issuance of the notice to proceed for this project. The design of the trench shoring and or safety system shall be prepared, signed and sealed by a Registered Professional Engineer (State of Texas). Such SC-13

6/11/2014 1:21 PM

p. 61

City of Garland

Bid 4488-14

engineer shall carry liability insurance against errors and omission in the amount of $50,000 minimum. A copy of the policy binder shall be furnished to the City. The Trench Support System shall cover trench excavations more than five feet (5') in depth. Such excavations shall be provided with a support system or some equivalent means of protection which will provide a safe environment for workmen. The minimum such support shall be a trench box consisting of a pre-fabricated movable trench shield composed of steel plates welded to a heavy steel frame. Other systems may consist of sheet piling, shoring or bracing and must be approved by the City. All work, reports, and plans required herein shall be included in the cost of Item 312.00.

43.

EROSION CONTROL. A Storm Water Pollution Prevention Plan (SWP3), or Erosion Control Plan (ECP) has been prepared for the project and is incorporated into this bid package. The Contractor and the City will be co-operators for the site as defined in the National Pollution Discharge Elimination System (NPDES) General Permit issued for storm water discharges from construction sites. Both the Contractor and the City will submit a Notice of Intent (NOI) as co-permitees to discharge storm water from sites that disturb more than 5 acres in compliance with the General Permit. All additional contractors and/or subcontractors whose activities impact the (SWP3) shall sign a certification similar to that shown in Section IX - Erosion Control stating that they understand their responsibilities under the Plan. The SWP3 has been prepared in accordance with the "Storm Water Quality Best Management Practices for Construction Activities" Manual (the BMP Manual") which has been adopted by the City of Garland as a means for compliance with the NPDES General Permit. All other SWP3's that may be prepared in relation to this project must comply with the BMP Manual and, ultimately, the NPDES General Permit. Copies of the BMP Manual are available at the offices of the North Central Texas Council of Governments. All Site Operators/Contractors shall become familiar with and comply with all requirements detailed in the NCTCOG Stormwater Quality Best Management Practices for Construction Activities manual.

44.

PERMIT-REQUIRED CONFINED SPACES. The Contractor shall comply with the Occupational Safety and Health Administration (OSHA) Standards for permit- required spaces. Title 29 Code of Federal Regulations Part 1910.146

SC-14

6/11/2014 1:21 PM

p. 62

City of Garland

Bid 4488-14

Prior to construction, the Contractor shall provide a copy of a written program for permit-required confined spaces. The program should be developed in accordance with OSHA standards. 45.

46.

OMITTED

OZONE ALERT PLAN. In cooperation with a region-wide effort, the City of Garland is attempting to decrease the amount of Volatile Organic Compounds released on days designated as an Ozone Alert Day (OAD) by the National Weather Service (NWS). These days are characteristically very warm (90 degrees or greater) with little wind and generally occur in the summer months. The City will receive notification from the NWS that a particular day has been declared such by 3:00 p.m. on the previous day. The information will be relayed to the contractor as quickly as practical. The following steps will be taken by the contractor on any designated OAD to the maximum practical extent: -

-

Utilize mass transit services or car pool if possible. Use alternatively-fueled or on-gasoline (such as diesel) vehicles and equipment. Limit driving or fueling of gasoline-powered vehicles whenever possible by rescheduling meetings and inspections until after 10:00 a.m. or until another working days. Limit the use of small gasoline powered engines until after 10:00 a.m. or until another working day. Refrain from using oil-based paints, paint thinners, and solvents until after 10:00 a.m. or until another working day.

In all cases, through discussions with the contractor, the City will make the final determination as to what activities should be limited, delayed, or deleted during an OAD. Through these discussions, the City will also determine whether a working day should be charged if any limitations, delays or deletions are utilized in order to comply with the OAD.

47.

RIGHT TO AUDIT. The City shall have the right to examine and audit the books and records of the Contractor at any reasonable time. Such books and records will be maintained in accordance with generally accepted principles of accounting and will be adequate to enable determination of: 1) the substantiation and accuracy of any payment required to be made under this agreement; and 2) compliance with the provisions of this agreement.

48.

DISPOSAL OF MATERIAL SC-15

6/11/2014 1:21 PM

p. 63

City of Garland

Bid 4488-14

Excavated or surplus material may be disposed of at the City Landfill located at 3175 Elm Grove Rd. Rowlett , 75089 based on the following fees and stipulations: Fill Dirt that is very clean and free of debris

No Charge

Other Excavated or Surplus Material $25.00 Per Ton No Liquids No Hazardous Material No Tires All Material must be contained within typical 7-9 yard or smaller dump truck bed. THE CONTRACTOR IS RESPONSIBLE FOR ALL COSTS (INCLUDING TIPPING FEES) ASSOCIATED WITH THE LEGAL DISPOSAL OF SURPLUS MATERIAL. THESE RATES AND FEES ARE PROVIDED FOR THE CONTRACTOR FOR USE ON THIS PROJECT ONLY. PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR SHALL IDENTIFY THE TRUCKS THAT WILL BE INVOLVED IN THE PROJECT. THIS IDENTIFICATION SHALL CONSIST OF LICENSE NUMBERS, IDENTIFICATIONS NUMBERS, ETC. THAT WILL FACILITATE THEIR ASSOCIATION WITH THIS PROJECT. TRUCKS THAT ARE NOT OR CANNOT BE IDENTIFIED WILL PAY FULL PRICE AT THE LANDFILL.

49.

CITY PROVIDED SERVICES The contractor, or any sub-contractor or vendor shall use only city provided services in performing this contract including but not limited to: Electric (if available), Water, Sanitation and Solid Waste Services. The rate charged by the City shall be the same as charged for the same or similar services. Commercial Solid Waste rates may be obtained from the City of Garland web site, www.ci.garland.tx.us/csw/cogswd.htm.

50.

TRAFFIC SIGNAL PROJECTS REFERENCE SPECIFICATIONS: Reference to ASTM, or others as listed below, shall be considered as referring to the specifications or method of test as set forth by those various organizations and shall be considered as part of the specifications when designated as such. Abbreviations and meanings are as follows: A.S.A. A.S.T.M. A.A.S.H.O.

American Standards Association American Society of Testing Materials American Association of State Highway Officials

SC-16

6/11/2014 1:21 PM

p. 64

City of Garland

A.C.I. A.W.S. A.W.W.A. S.S.P.C. U.L. N.E.M.A. W.P.C.F. M.U.T.C.D. Tx D.O.T. N.C.T.C.O.G.

Bid 4488-14

American Concrete American Welding Society American Water Works Association Steel Structures Painting Council, Federal Specifications Treasury Department, Procurement Division, United States Government Underwriters Laboratories National Electrical Manufacturers Association Water Pollution Control Federation Manual on Uniform Traffic Control Devices Texas Department of Transportation North Central Texas Council of Governments

SERVICE OF MANUFACTURER'S REPRESENTATIVE: The contract price for the project shall include the cost of furnishing competent and experienced Engineers or superintendents who shall represent the manufacturers of supplied equipment and shall assist the CONTRACTOR, when required, to install, adjust and test the equipment in conformity with the Contract Documents. After the equipment is placed in permanent operation by the OWNER, such Engineer or superintendent shall make all adjustments and tests required by the OWNER to prove that such equipment is in proper and satisfactory operating condition, and shall instruct the OWNER's representative in the proper operation and maintenance of such equipment or system. NEW SIGNAL TURN ON AND FINAL ACCEPTANCE: The CONTRACTOR may temporarily put the signal into operation for test purposes only. For permanent operation and final acceptance the following steps shall be followed. A.

When the CONTRACTOR is certain the traffic signal controller and control accessories are working properly, and all signal equipment is properly installed he shall make an inspection appointment with the INSPECTOR.

B.

After a thorough inspection of the signal equipment and installation, the INSPECTOR may authorize the CONTRACTOR to put the signal into permanent operation. This authorization will be given if all signal equipment is working properly, or if public safety and convenience warrants the operation of the signal before all corrections have been made.

C.

A written communication confirming the permanent signal operation authorization and the findings of the inspection shall be prepared by the INSPECTOR. The findings of the inspection may include the acceptance and approval of the signal or a list of signal deficiencies to be corrected.

D.

If the inspection findings contain a list of signal deficiencies, the CONTRACTOR shall correct them as soon as possible. If the signal must be put on flashing operation or completely shut down to make the necessary correction, the CONTRACTOR must receive authorization from the INSPECTOR before this action is taken. When the CONTRACTOR is certain all corrections have been made, he shall again make an inspection appointment with the INSPECTOR. After the final inspection of the signal, a written communication confirming the

SC-17

6/11/2014 1:21 PM

p. 65

City of Garland

Bid 4488-14

acceptance and approval of the signal shall be sent to the CONTRACTOR by the INSPECTOR at the end of 30 consecutive days of satisfactory operation of said equipment. E.

After the signal installation has been accepted, the INSPECTOR shall make final measurements of all items (as necessary).

PERMITS, LICENSES, AND REGISTRATIONS: All permits and licenses necessary for the prosecution of the work described in these documents shall be secured and paid for by the CONTRACTOR. The CONTRACTOR must register with the City of Garland Engineering Department prior to performing any work in the Right-of-Way, per Ordinance No. 5504 and City of Garland Directives for Utility Registration, Permits, and Construction. A copy of the Directives and Ordinance can be obtained from Engineering upon Registration. TRAFFIC CONTROL. All Right-of-Way work and traffic control requirements shall be in accordance with City of Garland Ordinance No. 5504 and City of Garland Directives for Utility Registration, Permits, and Construction, as well as the following information: The CONTRACTOR shall provide proper signing and protective devices prior to beginning construction activity and shall patrol the work area as frequently as needed to ensure that all traffic control devices are properly set and in conformance with the standards as listed in Part VI, "Traffic Controls for Street and Highway Construction and Maintenance Operations" of the current edition of the Manual on Uniform Traffic Control Devices. All signs for temporary construction; i.e. a lane closure for less than one day, may be temporarily mounted on portable supports at a minimum 1' elevation above the top of the curb. All signs shall be removed when they are no longer applicable. All permanent construction signs shall be mounted at 7 feet to the bottom of the sign. Reasonable access to the egress from property adjacent to the project shall be maintained at all times throughout the duration of this project. No construction in the street shall be performed between the hours of 7:00 a.m. to 8:30 a.m. and 4:00 p.m. to 6:00 p.m., on holidays, or weekends unless prior approval is received from the INSPECTOR. A minimum of one lane of traffic shall be kept open for all directions at all times unless otherwise authorized by the INSPECTOR. During non-construction times, access to all traffic lanes in all directions shall be maintained. A flashing arrow board or truck-mounted “Arrow Stick” shall be used during any lane closure. It shall be an approved type and size capable of the sequencing chevron or flashing arrow. All functions shall have left and right modes. As a minimum, "Signal Construction Ahead" and "End Construction" signs shall be installed on each approach to the project. Temporary supports shall not be used for these signs.

SC-18

6/11/2014 1:21 PM

p. 66

City of Garland

Bid 4488-14

The costs for all traffic control devices shall be considered subsidiary to lump sum contracts and shall be considered as incidental to itemized unit price contracts. RELATIONS WITH OTHER CONTRACTORS: The CONTRACTOR shall cooperate with all other contractors who may be performing work on behalf of the OWNER, and workmen who may be employed by the OWNER, on any work in the vicinity of the work to be done under this Contract, and he shall so conduct his operations as to interfere to the least possible extent with the work of such contractors or workmen. He shall be responsible for any injury or damage that may be sustained by other contractors or employees of the OWNER because of any fault or negligence on his part, and shall at his own expense, repair or pay for such injury or damage. Any difference or conflict which may arise between the CONTRACTOR and other contractors, or between the CONTRACTOR and the workmen of the OWNER, in regard to their work, shall be adjusted and determined by the OWNER. If the work of the CONTRACTOR is delayed because of any acts or omissions of any other contractor or contractors, the CONTRACTOR shall have no claim against the OWNER on that account other than for an extension of time. When two or more contracts are being executed at one time in such manner that work on one contract may interfere with that on another, the OWNER shall decide which contractor shall cease work and which shall continue, or whether the work on both contracts shall progress at the same time, and in what manner. When the territory of one contract is the necessary or convenient means of access for the transportation or movement of men, materials, or appliances required for the execution of another contract, such privileges of access or any other responsible privilege may be granted by the OWNER to the CONTRACTOR so desiring, to the extent which may be reasonably necessary. METHOD OF OPERATION: The CONTRACTOR shall give to the OWNER full information in advance, as to his plans for carrying out any part of the work. If at any time before the beginning or during the progress of the work, any part of the CONTRACTOR's plant or equipment or any of his methods of executing the work, appear to the OWNER to be unsafe, inefficient, or inadequate to insure the required quality, or rate of progress, of the work, the OWNER may order the CONTRACTOR to increase or improve his facilities or methods, and the CONTRACTOR shall promptly comply with such orders; but neither compliance with such orders nor failure of the OWNER to issue such orders shall relieve the CONTRACTOR from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by the Contract. The CONTRACTOR alone shall be responsible for the safety, adequacy and efficiency of his plant, equipment, and methods. The approval by the OWNER of any plan or method of work proposed by the CONTRACTOR shall not relieve the CONTRACTOR of any responsibility thereof, and such approval shall not be considered as an assumption by the OWNER, or any officer, agent, or employee thereof, of any risk or liability, and the CONTRACTOR shall have no claim under this Contract on account of the failure or inefficiency of any plan or method so approved. Such approval shall be considered, and shall mean that the OWNER has no

SC-19

6/11/2014 1:21 PM

p. 67

City of Garland

Bid 4488-14

objection to the CONTRACTOR's use or adoption, at the CONTRACTOR's own risk and responsibility, of the plan or method so proposed by the CONTRACTOR. SUGGESTIONS TO CONTRACTOR ADOPTED AT HIS OWN RISK: Any plan or method of work suggested by any representative of the OWNER to CONTRACTOR, but not specified or required, if adopted or followed by CONTRACTOR in whole or in part, shall be used at the risk and responsibility of CONTRACTOR, and the OWNER or OWNER’s representative will assume responsibility thereof.

the the the no

UNFAVORABLE CONSTRUCTION CONDITIONS: During unfavorable weather, or other unfavorable conditions for construction operations, the CONTRACTOR shall pursue only such portions of the work as will not be damaged thereby. No portions of the work, the satisfactory quality or efficiency of which will be affected by any unfavorable conditions, shall be constructed while these conditions exist, unless, by special means or precautions approved by the INSPECTOR, the CONTRACTOR shall be able to perform the work in a proper and satisfactory manner. EQUIPMENT GUARANTY: All mechanical and electrical equipment and devices, and every part thereof, which are furnished by the CONTRACTOR under the terms of this Contract shall be guaranteed by the CONTRACTOR and his surety against defective workmanship, faulty design, mechanical and physical defect, leakage, breakage, and other damages or failure, under normal operation of the equipment and devices under specified conditions, for a period of one year from and after the date of acceptance thereof by the OWNER, and each item of equipment or part thereof, thus proving to be defective within the specified period shall be promptly replaced by and at the expense of the CONTRACTOR, when notified by the OWNER. MONTHLY ESTIMATES: CONTRACTOR shall maintain an estimate of the value of the work done during the month for each individual intersection. Forms will be provided by the CITY. This tracking of work by intersection shall be coordinated with and incorporated into the monthly estimates required by the NCTCOG section supplementing the NCTCOG Standard Specifications.

51.

CONCRETE SIDEWALK REPAIR AND INSTALLATION When any portion of a sidewalk is disturbed, it shall be replaced in whole panels with “Class A” concrete (5-sack), as defined by NCTCOG Specifications for Public Works, Section 7.4.5. Transit mix concrete or continuous volumetric concrete may be used.

SC-20

6/11/2014 1:21 PM

p. 68

City of Garland

Bid 4488-14

SECTION VIII TECHNICAL SPECIFICATIONS

6/11/2014 1:21 PM

p. 69

City of Garland

Bid 4488-14

CITY OF GARLAND TECHNICAL SPECIFICATIONS FOR TRAFFIC SIGNAL INSTALLATIONS / MODERNIZATIONS

SECTION A - ADMINISTRATIVE SPECIFICATIONS

1.0

INTRODUCTION These documents contain provisions, requirements, and instructions pertaining to traffic signal improvements for the following project in the City of Garland, Texas: BID 388-09 Traffic Signal Installations / Modernizations Unless otherwise specifically noted in each instance, the requirements of Section A are incidental to the work and no direct payment will be made for them.

2.0

CONTRACT DOCUMENTS DEFINED The contract documents shall be defined to consist of: *

Specifications and Contract Documents for the project consisting of the following sections: -

* * * * *

Advertisement for Bids Telephone Numbers - Underground Utilities Special Notices & Instructions to Bidders Supplemental Standard Specifications Bid Modifications to the Plan Sheets Contracts and Bonds Special Conditions Technical Specifications - Section A - Administrative Specifications - Section B - Materials to be furnished by or returned to City - Section C - Materials to be furnished by Contractor - Section D - Installation Specifications

Project Plans (referred to as the plans). Amendments or addenda to the contract documents as may be issued by the CITY prior to the opening of bids. Change Orders which may be issued by the CITY subsequent to the award of contract. Texas Manual on Uniform Traffic Control Devices for Streets and Highways (Texas MUTCD), published by the Texas Department of Transportation. TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges (2004).

TS-1 6/11/2014 1:21 PM

p. 70

City of Garland

3.0

Bid 4488-14

PRIORITY OF CONTRACT DOCUMENTS In the case of conflict between the contract documents, priority of interpretation shall be in the following order: * * * * * * * * * * * * * * *

4.0

Change Orders Amendments or Addenda Contract Performance and Payment Bonds Proposal Technical Specifications - Sections A, B, C, and D Special Conditions - Traffic Special Conditions Advertisement for Bid Instructions to Bidders Certificate of Insurance Modifications to the Plans The Plans Standard Specifications for Public Works Construction published by the North Central Texas Council of Governments Texas MUTCD

MEASUREMENT AND PAYMENT The CONTRACTOR shall accept compensation provided by contract pay items as full payment for furnishing all materials and for performing all contract work in a complete and acceptable manner including all labor, plant and incidentals needed, and for all risk, loss, damage or expense of whatever nature arising from the work and its prosecution, subject however to contract provisions. Where two or more pay item areas over-lap, either by discrepancy in definition or by the nature of work, payment will be made at the lowest contract unit price of overlapping pay items involved. No partial payments will be made for the delivered cost of materials to be incorporated in the work. Payment shall be made only for complete units of work. The price bid for all items of work on this project shall include, but not be limited to, the furnishing of all labor, materials, tools, equipment, transportation and incidentals as required to complete the items of work, including material storage. Where contract indicates CONTRACTOR is to install materials furnished by the CITY, the CONTRACTOR shall accept compensation provided by contract pay item or full payment for performing all contract work in a complete and acceptable manner including all labor.

TS-2 6/11/2014 1:21 PM

p. 71

City of Garland

Bid 4488-14

SECTION B - MATERIALS TO BE FURNISHED BY OR RETURNED TO THE CITY

1.0

EQUIPMENT FURNISHED BY THE CITY 1.1

The CITY may furnish the following equipment and materials to the Contractor as needed for this project and as determined by contract item selection: * * * * * * * * * *

1.2

Controller cabinets, extender bases, timers, monitors/MMU’s, loop detector cards, load switches, and all other cabinet mounted components. Traffic signal and pedestrian signal heads and mounting hardware. Pedestrian push buttons and pedestrian signs ("Push Button for Walk Signal") “Permanent” traffic control signs (unless otherwise noted to be provided by the Contractor) Pull boxes Poles, arms, associated equipment, and anchor bolts/nuts/washers Wind stabilizers for mast arms Overhead detector units Opticom discriminators, adapter cards, and detectors with mounting bracket Video Detection Equipment and Cameras

The above materials shall be issued to the CONTRACTOR or his representative between the hours of 9 AM and 3 PM, Monday through Friday, at the City Warehouse, 1720 Commerce Street or at the City's Traffic Shop, 409 Forest Gate, as directed by the CITY. The CONTRACTOR shall contact the INSPECTOR at (972)205-3250 to make an appointment at least 24 hours prior to desired pick up. Material to be picked up on Mondays should be requested no later than noon the preceding Friday. Failure to notify the CITY as required may result in a delay of equipment or material availability. The contractor shall sign for materials received and list the location the material is being received for. The names of the CONTRACTOR’s representatives authorized to sign for warehoused materials, shall be furnished to the City of Garland prior to the receipt of any materials. All materials issued to the CONTRACTOR by the CITY shall become the responsibility of the CONTRACTOR and shall be stored at a secured site and protected from damage and/or theft prior to installation. Any materials damaged, stolen, lost, or otherwise rendered unusable shall be replaced by the CONTRACTOR with materials of the same brand and quality at no expense to the CITY. The CITY may, at its option, make replacement materials available to the CONTRACTOR at the warehouse inventory price. All unused materials shall remain the property of the City of Garland and shall be returned to the Transportation Department upon completion of the applicable bid item. Pedestrian and traffic signal heads and signal poles and arms will be furnished unassembled to the CONTRACTOR. The CONTRACTOR will be required to assemble and install traffic signal and pedestrian signal heads as indicated on the plans.

TS-3 6/11/2014 1:21 PM

p. 72

City of Garland

2.0

Bid 4488-14

SALVAGED MATERIALS Salvaged materials shall be delivered and unloaded by the CONTRACTOR between the hours of 9 AM and 3 PM, Monday through Friday, to a location in the City of Garland as designated by the CITY. The CONTRACTOR shall handle all salvaged material in such a manner to prevent damage to these items. The CONTRACTOR shall contact the Traffic Operations Supervisor or his designated representative at (972)205-3250 to make an appointment at least 24 hours prior to desired drop off.

3.0

AS-BUILT DRAWINGS The CITY shall furnish two (2) sets of Plans to the CONTRACTOR at the time construction commences. These Plans shall be marked-up by the CONTRACTOR, throughout the construction period, indicating all changes, revisions, and additions to the work, including field relocations of work concealed from view and conductor cable lengths. The CONTRACTOR shall permit the CITY to view the marked plan sheets at any time upon request. Upon completion of project, the CONTRACTOR shall deliver these as-built drawings to the CITY. Delivery shall take place prior to final acceptance and payment of any retainage held.

TS-4 6/11/2014 1:21 PM

p. 73

City of Garland

Bid 4488-14

SECTION C - SPECIFICATIONS FOR MATERIALS TO BE FURNISHED BY THE CONTRACTOR 1.0

INTRODUCTION This section of the contract documents contains specifications for the materials to be furnished by the CONTRACTOR in the course of this project as described in the project plans, the contract documents, and as determined by contract item selection.

2.0

3.0

GENERAL MATERIAL REQUIREMENTS 2.1.

ALL materials supplied under this contract shall be approved by the City prior to purchase by the Contractor. Unless otherwise noted on the plans or in these specifications, all materials furnished shall be of new stock. New materials shall be the products of reputable suppliers and manufacturers and must be approved by the CITY. Miscellaneous electrical equipment and materials shall be UL approved.

2.2

Under no circumstances will the City of Garland pay for any items not approved. Any unapproved items founds during installation or during the warranty period shall be replaced at the Contractor’s expense.

2.3.

Materials delivered to the project shall be stored at a secured site and shall be protected from damage and/or theft prior to installation.

REINFORCING STEEL Reinforcing steel shall be of the type and size as shown on the plans and shall conform to the requirements of the pertinent section of the Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation.

4.0

TRAFFIC CONTROL SIGNS (PERMANENT SIGNS) Traffic control signing shall be reflectorized, using encapsulated lens (high intensity prismatic) sheeting. Sign blanks shall be 0.080 thickness sheet aluminum.

5.0

6.0

SIGNAL CABLE 5.1.

Signal wiring between the controller cabinet and pole bases shall be color-coded multiconductor cable, conforming to IMSA Specifications 20-1-1984. Conductor size shall be 14 gauge stranded. Insulation shall be 600 volt polyethylene. Jacket shall be polyvinyl chloride. Number of conductors shall be 3, 8, 16, or 20 as shown on the Plans.

5.2.

Signal wiring from pole base to signal heads shall be color-coded multi-conductor cable conforming to IMSA 20-1-1984. Conductor size shall be 16 gauge stranded. Insulation shall be 600 volt polyethylene. Jacket shall be polyethylene. Number of conductors shall be 7,.

POWER CABLES, GROUND WIRES & GROUND RODS 6.1

The #2, #4, and #6 power cable furnished as called for in the plans shall be THHN 600 volt cable.

TS-5 6/11/2014 1:21 PM

p. 74

City of Garland

7.0

Bid 4488-14

6.2

Power cables with black insulation shall be furnished for use on the hot leg of a circuit and power cables with white insulation shall be furnished for use on the neutral leg of a circuit.

6.3

The grounding conductor furnished shall be a bare # 6 soft drawn solid copper wire.

6.4

Ground rod electrodes furnished shall be copper clad steel being at least 5/8 inch in diameter and a minimum of eight feet long.

12 PAIR FIGURE 8 COMMUNICATION CABLE Figure 8 communication cable provided shall be 12 pair 22 gauge conforming to IMSA specification 19-4-1984.

8.0

12 PAIR COMMUNICATION CABLE The communication cable provided for use in conduits shall be 12 pair, 22 gauge conforming to IMSA specification number 19-2-1984.

9.0

3/8” Messenger cable The cable shall be 7 strand steel cable with a class ”A” galvanized coating per ASTM specification # A-363-52T. The diameter of the cable shall be .360”. The strength of the cable shall be 15,400 lbs ultimate strength minimum.

10.0

COHU CAMERA CABLE The cable shall be bought from a COHU camera dealer. The cable used is identified as CA297F.

11.0

12.0

13.0

VEHICLE DETECTOR LEAD-IN 11.1

Loop detector lead-in cable shall be one, two, or four pair #18 gauge per I.M.S.A. Specifications 50-2-1984.

112

Detector lead-in cable for overhead detector units shall be 5 pair 20 gauge stranded 300 volt with polyethylene insulation and jacket. The CONTRACTOR may substitute 6 pair cable of the same type if it is more readily available. However, payment shall be at the quoted 5 pair price regardless of whether 5 pair or 6 pair cable is furnished and installed.

LOOP DETECTOR WIRE AND SAW SLOT FILLER 12.1.

Wire used to form loop detectors shall be 14 gauge stranded XHHW. The insulation color shall vary based on the loop location in the roadway as described in Section D paragraph 5.8.

12.2

After the wire has been installed in the loop saw cut, the contractor shall furnish and install a 3/8" backer rod tamped in to the maximum depth.

CONCRETE 13.1.

Concrete materials, their preparation, and their placement for concrete bases and service boxes shall meet the requirements of the pertinent sections of the 2004 TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges.

TS-6 6/11/2014 1:21 PM

p. 75

City of Garland

14.0

15.0

16.0

Bid 4488-14

OPTICOM PRIORITY CONTROL SYSTEM 14.1

The CONTRACTOR shall provide Opticom brand M-138 Optical Detector cable for use with the emergency vehicle pre-emption detectors and phase selectors. No brand substitutions are permitted in order to maintain a system warranty on the emergency vehicle pre-emption components.

14.2

If required by the bid request, the CONTRACTOR shall provide Opticom brand 754 discriminator card(s) and 755 four channel adapter card. (s) No brand substitutions are permitted in order to maintain a system warranty on the emergency vehicle pre-emption components.

14.3

If required by the bid request, the CONTRACTOR shall provide Opticom brand M-711, M-721, or M-722 Optical Detectors with mounting brackets as specified for use with the emergency vehicle phase selectors and cable. No brand substitutions are permitted in order to maintain a system warranty on the emergency vehicle pre-emption components.

THERMOPLASTIC 15.1

The CONTRACTOR shall provide thermoplastic materials meeting the City of Garland's thermoplastic pavement marking specifications if thermoplastic pavement markings are included in the project.

15.2

Specifications for thermoplastic material can be obtained by contacting the City of Garland Transportation Department Traffic Shop at (972) 205-3250.

15.3

Unless otherwise specified, thermoplastic marking materials shall be hot-poured thermoplastic.

CONDUIT The CONTRACTOR shall provide PVC conduit that is UL listed, schedule 40 in conformance with Underwriter’s Laboratories, Inc. Standard UL651.

17.0

18.0

VIDEO DETECTION CABLE 17.1

Camera video cable shall be Beldon #8281 coaxial head-end cable or equivalent.

17.2

Camera power cable shall be color-coded multi-conductor cable conforming to IMSA 20-11984. Conductor size shall be 16 AWG with 3 conductors, color coded black, white, and green.

17.3

If required by the bid request, the Contractor shall provide a combination 16 AWG, 3 conductor / Beldon #8281 cable, also known as a Siamese cable.

POLES, ARMS, AND ASSOCIATED HARDWARE See Technical Specification “TRAFFIC SIGNAL SUPPORT STRUCTURES”.

19.0

SIGNAL HEADS AND BACK PLATES

TS-7 6/11/2014 1:21 PM

p. 76

City of Garland

20.0

191

SIGNAL HEADS – See Technical Specification “SH”.

19.2

BACK PLATES – See Technical Specification “BP”.

Bid 4488-14

PEDESTRIAN HEADS See Technical Specification “PH”.

21.0

VEHICULAR AND PEDESTRIAN LED MODULES

22.0

See Technical Specification “LM”. PULL BOXES The Contractor shall furnish Type ‘D’ (17” W x 30” L x 22” D) and Oversized (24” W x 36” L x 24” D) pull boxes, as specified. Pull box and cover shall be constructed of polymer concrete rated to support 20,000 lbs. The cover shall be labeled “TRAFFIC”.

23.0

COMMUNICATIONS VAULTS The Contractor shall furnish Communications Vaults (36” W x 60” L x 24” D) as specified. The Communications Vault and two-piece cover shall be constructed of polymer concrete rated to support 20,000 lbs. The cover shall be labeled “CITY OF GARLAND COMMUNICATIONS”.

TS-8 6/11/2014 1:21 PM

p. 77

City of Garland

Bid 4488-14

SECTION D - INSTALLATION SPECIFICATIONS

1.0

UTILITY LOCATIONS The location of existing utilities shall be requested by the CONTRACTOR. A City of Garland representative shall be present during the locating of all utilities. The CONTRACTOR shall furnish the CITY with a copy of all of his utility location request reference numbers for each job site. Any cost associated with locating utilities shall be considered incidental to the project and shall not be paid for individually.

2.0

CONCRETE FOUNDATIONS & RELATED 2.1

FOUNDATIONS FOR SIGNAL POLE STRUCTURES A.

Concrete foundations for signal structures should be located so that the closest structure is a minimum of 5 feet 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 CONTRACTOR shall furnish all supplementary items necessary for proper foundation installation, which will include anchor bolts for all poles that the Contractor furnishes.

B.

Excavation for all foundations shall be done in accordance with lines and depths indicated on the Plans. 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 is not permitted.

C.

Foundations shall be constructed to the dimensions shown on the Plans or as directed by the INSPECTOR. 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. All bracing and templates for anchor bolts shall remain in place for 48 hours after the concrete is poured. During that time, the anchor bolts and conduit shall not be subjected to any applied strain. Transformer bases or shoebase type shafts shall not be installed on any foundations until approval has been given by the INSPECTOR.

D.

No concrete shall be installed until the foundation forming has been inspected by the INSPECTOR and the bolt pattern/orientation has been verified.

E.

Backfill shall be tamped with mechanical tamps in 6 inch 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.

TS-9 6/11/2014 1:21 PM

p. 78

City of Garland

F.

2.2

Bid 4488-14

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.

FURNISH AND INSTALL FOUNDATION

BASE

MOUNTED

CONTROLLER

CABINET

A.

The CONTRACTOR shall furnish all labor, excavating, backfilling and tamping equipment needed for an installation. The CONTRACTOR shall furnish all conduit, conduit elbows, forming materials, ground rod, various sized rebar, and concrete to complete a controller cabinet foundation installation, including concrete apron.

B.

Controller cabinet foundations shall be installed in relation to the top of curb elevation, the top of the sidewalk elevation, or the surrounding ground depending on the location of the foundation. The elevation reference used shall be selected by the INSPECTOR.

C.

The foundation shall be installed as per the outside dimensions, chamfer, apron thickness, depth below ground level, height above ground level and rebar spacing measurements as follows: Foundation Height above ground Below ground Width Depth

6 in. (if on unlevel ground, 6” above the higher side) 3.0 ft. 4.0 ft. 3.0 ft.

Apron Width 4.0 ft. Depth (from face of foundation to end of apron) 3.0 ft. Minimum Thickness 4.0 in. Minimum REBAR SPACING FRONT VIEW: Vertical Rebars Four (4) no. 5 rebars, 36” long, installed on 14" centers. Horizontal Rebars - Four (4) no. 5 rebars 42” long, installed on 11" centers. REBAR SPACING SIDE VIEW: Vertical Rebars Three (3) no. 5 rebars, 36” long, installed on 14" centers. Horizontal Rebars - Four (4) no. 5 rebars, 28” long, installed on 14" centers. D.

The CONTRACTOR shall maintain a minimum of two (2) inches of concrete cover over all rebar, except within 4 inches of the top of the foundation.

E.

Apron

TS-10 6/11/2014 1:21 PM

p. 79

City of Garland

2.3

1.

The apron shall maintain an elevation that will place the top of the apron a minimum of six (6) inches from the top of the foundation. This may require excavating for the apron installation. Four (4) 44" long #5 rebars shall be installed centered in the apron on 10" centers with the outside rebars 3" from the front and back of the apron.

2.

If a foundation is installed in the immediate area of a sidewalk, where the sidewalk will serve as the apron, the apron shall be deleted and expansion joint material shall be installed between the foundation and sidewalk.

F.

The foundation shall be installed on undisturbed soil or on soil that has been mechanically tamped to the surrounding soil density.

G.

Anchor bolts shall not be installed as part of a cabinet foundation. The cabinet shall be secured to the foundation by four (4) 3/8"X 4" lag bolts with 5/8" O.D. expanded lead anchors installed in the top of the foundation.

Bid 4488-14

FOUNDATIONS, POLE

A.

Type 24-A, 30-A, 36-A, and 48-A foundations shall be constructed to the dimensions shown on TxDOT Standard Detail Sheets TS-FD-99 and LMA(2)-01. Anchor bolts will be furnished by whoever furnishes the poles. For grounding purposes, a 5/8” x 8’ copper clad ground rod shall be furnished and installed as approved by the City in lieu of the UFER ground shown.

B.

2.4

Type ‘A’ and ‘B’ foundations shall be constructed to the dimensions shown on City of Garland Standard Detail Sheet 27A. For grounding purposes, a 5/8” x 8’ copper clad ground rod shall be furnished and installed as approved by the City.

INSTALLATION OF CONCRETE Approval of the INSPECTOR must be obtained by the CONTRACTOR prior to installing any concrete. Concrete SHALL NOT be installed when the atmospheric temperature is 40 degrees F. and falling. With the approval of the INSPECTOR, concrete MAY BE installed when the atmospheric temperature is 35 degrees F. and rising.

2.5

GROUNDING A.

There shall be a properly installed and connected ground rod for each controller cabinet and signal pole foundation to reduce any extraneous voltage to a safe level. The ground rod shall be located so as to minimize the length of the grounding-conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by a volt-ohm-meter.

TS-11 6/11/2014 1:21 PM

p. 80

City of Garland

2.6

B.

The grounding conductor shall be a # 6 soft drawn solid copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper clad steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (< 10 ohms). All ground rods shall be a minimum of eight feet long. When the location precludes driving a single ground rod to a sufficient depth 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 # 6 soft drawn solid copper wire. Connection of grounding circuits to grounding electrodes shall be by devices that will ensure a positive failsafe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor.

C.

The provision and installation of ground rods shall be considered incidental to the installation of the related pole or cabinet foundation.

Bid 4488-14

REMOVE CABINET/POLE FOUNDATION The removal of a cabinet or a pole foundation shall consist of the removal of concrete, re-bar and anchor bolts to a depth that is two (2) inches below any entering conduits. A single bid price shall be established for a controller foundation or pole foundation removal.

3.0

CONDUIT & RELATED 3.1

All new underground conduit runs shall be continuous and of the same material (metal only or PVC only). Where tying into existing underground conduit, the CONTRACTOR shall continue with the same material (metal to metal or PVC to PVC) unless otherwise indicated on the plans or approved in writing by the INSPECTOR. However, it shall be permissible to join an underground PVC conduit to an above ground metal conduit riser utilizing a metal 90 degree elbow.

3.2

If an existing conduit terminating in a pull box is to be extended and the pull box eliminated, the removal of the pull box is considered incidental to the extension or installation of the conduit.

3.3

In the event that it is necessary to cut the pavement to install conduit, the cut shall conform to the Detail Sheet No. 36 showing "Conduit Installation". A CITY street cut permit from the Engineering Department shall be obtained prior to cutting any street. Replacement pavement shall be the same type and thickness as the removed pavement unless otherwise noted and must be approved by Engineering Inspector.

3.4

Unless otherwise shown on plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the Plans. Each section of conduit shall bear evidence of approval by Underwriter's Laboratories.

3.5

Conduit terminating in posts or pedestal bases shall not extend vertically more than three (3) inches above the concrete foundation. Conduits terminating in cabinet foundations shall extend 6” to 10” above the top of the foundation. When

TS-12 6/11/2014 1:21 PM

p. 81

City of Garland

Bid 4488-14

conduits enter a pull box and 45 degree elbows are installed, the ends of the conduits shall be no closer than ten (10) inches to the bottom of the pull box cover. Conduits entering the sides of the pull box shall not extend more than two (2) inches into the pull box. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. All conduit ends shall be sealed with caps or duct tape after continuity has been proven. 3.6

Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be 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. Conduit run size changes shall be allowed at pull box locations only.

3.7

All conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Conduit field cuts shall be square and true so 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. 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 inches depth below the curb grade in the sidewalk areas or 24 inches below the finished street grade in the street areas. Conduit installed under a roadway and extended to a pull box, shall remain at the same depth until it is terminated at a pull box. All conduit installed shall be installed at a minimum depth of thirty-six (36) inches. The CONTRACTOR shall have on-site equipment to verify the depth of all installed conduit other than the boring equipment. The unit shall be able to calculate conduit depths up to 21 ft. deep. PVC conduits installed in an open trench shall be covered with a four (4) inch minimum layer of sand before being backfilled. The sand shall be furnished by the contractor and shall be considered incidental to the conduit installation. See Detail Sheet No. 36 for installation details.

3.8

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. All couplings to be encased in concrete shall be taped and sealed on both ends to prevent concrete water seepage into the conduit. No concrete shall be placed until all of the conduit ends have been capped and all pull box openings closed.

3.9

No bore pit or receiving pit shall be dug closer than two (2) feet behind the right curb, as referenced to direction of travel, or within four (4) feet of a roadway edge without a curb. PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which

TS-13 6/11/2014 1:21 PM

p. 82

City of Garland

Bid 4488-14

the PVC conduit shall be inserted. The void may be made by either boring or jacking a mandrel. Metal conduit that is to be placed under existing pavement, sidewalks, and driveways, shall be placed by jacking or boring. 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. Heavy jacks are to be used for jacking. Boring is to be done by mechanical means providing maximum one inch overcut for the conduit to be placed. Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. Water jetting shall not be permitted. 3.10

If it is determined by the INSPECTOR that it is impractical to place the conduit as outlined above due to unforeseen obstructions, written permission will be granted by the CITY for the CONTRACTOR to open-cut the existing pavement.

3.11

Where conduit is to be placed under existing asphaltic pavement, the boring method is to be used unless written approval is given by the CITY for placement of conduit by jacking.

3.12

The backfilling procedure shall be performed in six (6) inch layers mechanically tamped to the density of the surrounding ground, or water-jetted and tamped. When either method is used, there shall be no excavated materials remaining to be disposed of. The CONTRACTOR shall be responsible for cleanup of work sites.

4.0

3.13

Prior to pulling cable in empty existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. The INSPECTOR shall be notified prior to disconnection or removal of any existing interconnect cable.

3.14

Where existing conduit is found to be unusable (conduit has collapsed or the cable is unable to be pulled from the existing conduit), the CONTRACTOR shall, upon approval by the INSPECTOR, install new rigid metal or P.V.C. conduit. Payment for such conduit installation shall be at the rate specified in the bid proposal or, if none, at a rate agreed upon by both the CITY and the CONTRACTOR.

3.15

A City of Garland Standard Detail Sheet No. 36 for pull box and conduit installation details is included in the plans.

PULL BOXES AND COMMUNICATIONS VAULTS 4.1

GENERAL A.

The CONTRACTOR shall furnish all pull boxes, communication vaults, labor, excavating, backfilling, and tamping equipment needed for all types of pull box and communications vault installation and/or replacement. The CONTRACTOR shall furnish all elbows, risers, gravel, and concrete necessary for the installation. The cost of pull box and communications vault installation/replacement shall include the cost of installing 45 or 90 degree elbows and risers on conduits per the inspector’s direction.

TS-14 6/11/2014 1:21 PM

p. 83

City of Garland

4.2

B.

The tops of pull boxes and communications vaults shall be at the same elevation as the top of the curb or sidewalk. If installed in the area of a berm, the pull box and communications vault tops shall be the same elevation as the berm.

C.

Pull boxes shall be installed on a twelve (12) inch minimum deep bed of gravel and communications vaults shall be installed on a nine (9) inch minimum deep bed of gravel for drainage. The gravel shall be at least 3” wider than the pull box.

D.

For each pull box or communications vault installed (including a break-in type) or replaced, a concrete apron shall be installed around the pull box or communications vault. Pull box aprons shall be 5” deep and 8” wide with the top at ground level, and communications vault aprons shall be 24” deep and 10” wide.

E.

Type D pull boxes will be furnished by the Contractor and used for all pull box installations, with the exception of the communications vault as required .

F.

City of Garland Standard Detail Sheets No. 36 for pull box and conduit installation details, No. 37 for concrete cabinet base and break-in pull box details, and No. 39 for communications vault details are included in the plans.

Bid 4488-14

INSTALL PULL BOX

Pull boxes and communications vaults shall be located and installed per the intersection drawings and the standard detail sheets included in the plans. If for any reason the pull box or communications vault cannot be located as indicated, approval for relocating must be granted by the CITY. 4.3

INSTALL BREAK-IN TYPE PULL BOX A.

The installation of this type pull box will be required when it is necessary to enter or leave a conduit at a location where no pull box exists.

B.

All excavations shall be large and deep enough to operate a pipe cutter of the correct size and allow for a 12" bed of gravel to be installed below the pull box. Upon completion of the installation all backfill shall be mechanically tamped.

C.

If the conduit is shallow enough that no more than two (2) pull box extensions are required, a section of the existing conduit shall be removed that is four (4) inches shorter than the length of the pull box being installed. If the depth of the existing conduit requires more than two (2) pull box extensions, a portion of the existing conduit will be removed that will allow 90 degree elbows to be installed. The elbows will be no closer than six (6) inches to each other in the pull box. Any conduit required to bring the conduit ends within ten (10) inches of the top of the pull box cover shall be considered incidental to the pull box installation. All conduits entering the

TS-15 6/11/2014 1:21 PM

p. 84

City of Garland

Bid 4488-14

sides of the pull box shall not extend more than two (2) inches into the pull box. D.

4.4

All cables will be removed from the conduit being entered, and reinstalled. When the installation is complete, cables may be installed from the pull box to the nearest termination point, and a TEMPORARY splice made in all cables that will allow the intersection to operate until new cable is installed. If this cannot be done, new cable shall be installed from termination point to termination point before the intersection is put back into operation. All TEMPORARY cable associated with the work shall be considered incidental to the pull box installation.

Replace Pull box Pull box replacement shall consist of removing an existing pull box and installing a new pull box. Payment will include removal and replacement of concrete (if applicable), removal of broken or obsolete pull box and the installation of a new pull box as per the standard detail sheets included in the plans.

5.0

VEHICLE DETECTOR LOOP INSTALLATION 5.1

The CONTRACTOR shall furnish all labor, machinery and tools required for sawing concrete and drilling curbs, and all loop wire and 3/8" backer rod required for the installation of any size or configuration of loop required in the plans.

5.2

Detector loop installation and locations shall be in accordance with the plans. A City of Garland Standard Detail Sheet No. 35 for loop detector location and installation detail is included in the plans. It may be necessary to make adjustments to the loop installation locations as shown on the individual intersection plan sheets. The INSPECTOR shall approve the actual installation location of each loop prior to installation.

5.3

For each loop, all sawing, loop wire installation, and backer rod installation work shall be performed on the same work day. Loop layout may be performed independent of the actual loop installation. All loop layout and installation work shall be performed during off-peak traffic hours.

5.4

Loop installation efforts shall not be performed during any type of precipitation.

5.5

Saw Cuts A.

Saw cuts for loop wires shall be made using a single 1/4" diamond blade and shall be a minimum of one and one-half (1 ½) to a maximum of two (2) inches in depth. The saw cut depth shall be smooth and consistent, including the entry point into the curb.

B.

Saw cuts crossing saw cuts shall continue across saw cuts to the center of the saw blade, to assure a smooth bottom of the crossing saw cuts.

C.

All corners of a loop shall be mitered a length of ten (10) inches. The mitered length shall also apply to the center saw cut of a quadrupole loop.

TS-16 6/11/2014 1:21 PM

p. 85

City of Garland

5.6

5.7

5.8

D.

Loop lead-in saw cuts shall be no closer than 12 inches to each other until 18" from the curb. At the curb, the curb shall be drilled for the a one (1) inch PVC conduit installation from the face of the curb to the pull box. Lead-in saw cuts in the curb shall be a minimum of two (2) inches deep. After the loop wire has been installed the conduit hole shall be sealed.

E.

When sawing, all concrete dust and debris shall be collected by vacuum or sweeping. All adjacent storm sewer inlets must be blocked, as to not allow for any runoff into inlets.

Bid 4488-14

Loop Wire Installation A.

All saw cuts shall be clean and dry before the loop wire is installed.

B.

A maximum of four (4) wires shall be permitted in a single saw slot. (Quadrupole loops).

C.

All wires in saw slots shall be a minimum of one inch (1") below street level grade.

Loop Wire A.

All loop wire shall be #14 gauge stranded XHHW.

B.

Loops six (6) feet wide and up to thirty-nine (39) feet in length shall have three (3) turns of wire installed. All loops six (6) feet wide and forty (40) or more feet in length shall have two (2) turns of wire installed. Before any backer rod is installed a non-conductive wedge type material shall be installed to hold the loop wires in place. A wedge shall be placed in each mitered corner of the loop and in the center of any saw cut over six (6) feet in length.

C.

The wire used to form the loop shall be continuous and without splices.

D.

The loop wires will be connected to the loop lead-in cable conductors either in a pull box, in a controller cabinet, or in a signal pole base using a 3M brand Scotchlok #3570 connector sealing pack or approved equivalent. A City of Garland Standard Detail Sheet No. 33 for loop wire/lead-in cable splice detail is included in the plans.

Loop Color Coding Loop installation locations shall be color coded, based on the wire insulation color, as follows: 1.

Loops installed across two or more traffic lanes and located close to stop bar - black wire.

2.

Loops installed across two or more traffic lanes and located two hundred feet or more back from the stop bar - black wire.

TS-17 6/11/2014 1:21 PM

p. 86

City of Garland

3.

Bid 4488-14

Loops, 6 X 6", installed one hundred or more feet back from the stop bar, and assigned to a single traffic lanes: right curb lane - green wire middle lane - yellow wire median curb lane - red wire

5.9

4.

A single loop installed at the median nose of a left turn bay shall be installed with red wire. If two loops are installed in a left turn bay, the back loop shall be installed with green wire.

5.

For loops installed in a dual left turn bay, the left lane shall be color coded as above. The front loop of the right lane shall be installed with orange wire and the back loop shall be installed with white wire.

6.

A single long loop installed from the stop bar back, on a minor street approach, shall be installed with red wire. If the minor street is a two lane approach, the curb lane shall use red wire and the median or center line lane shall be installed with yellow wire.

Circuit Testing A.

Each loop shall be tested by the CONTRACTOR for continuity and resistance to ground.

B.

After placement in the saw cut, the loop wire insulation resistance shall be checked with a 500 VDC megger. The measurement should be greater than 100 megaohms to ground.

C.

The following resistance readings must be obtained for loop continuity: 0.000 when using the 2K Ohm scale 0.00 when using the 20k Ohm scale

5.10

5.11

Loop Sealing A.

A non-conductive wedge type material shall be installed to hold the loop wires in place. A wedge shall be placed in each mitered corner of the loop and at a maximum six (6) foot spacing in saw cuts.

B.

A 3/8" backer rod shall be installed in all saw cuts to protect loop wire.

Overhead Detectors A.

If overhead detector units are included on the plans and/or request for proposals, the detector unit shall be furnished by the CITY and installed by the CONTRACTOR.

B.

The installation shall included mounting the detector unit to the pole/arm, or other mounting location, connecting the necessary cables, and aligning the unit for proper detection and operation.

TS-18 6/11/2014 1:21 PM

p. 87

City of Garland

6.0

Bid 4488-14

CABLE 6.1

INSTALLATION OF CABLE 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 CITY, at least two copies 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.

It is desirable that all cables in a given conduit run be pulled at the same time and the conductors be assembled to form one bundle in such a manner that the pulling tension is equally distributed to all the cables. If a single pull of all cables is not possible, a non-metallic pulling string of 1500 lb. test may be installed along with the first pull of cable. 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 many instances, existing conduits that contain signal cable are to be used for the installation of new cables. In locations where new cables are to replace existing cables, the existing cables may be used to pull in the new cables. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulled out, then replaced, adding the new cables to the existing cables to form one cable pull. Installation 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 damaged 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 measuring device shall be inserted into the conduit, and the length shall be measured (to the nearest foot) from entry point to exit point. All conduit run measurements shall take place in the presence of the CONTRACT ADMINISTRATOR or the INSPECTOR. The CONTRACTOR 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

TS-19 6/11/2014 1:21 PM

p. 88

City of Garland

Bid 4488-14

installed, however, this does not relieve the CONTRACTOR of his responsibility to record accurate measurements of all cable lengths.

6.2

E.

The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the INSPECTOR, the CONTRACTOR shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be one of several commercially available wire pulling compounds that are suitable for P.V.C. 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 in cabinets, pole bases, pull boxes, and all other terminations. 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.

G.

In the event temporary cable runs are installed to provide signal operation during construction, there shall be no cost to the CITY for cable used for the temporary cable runs. The installation and/or removal of any temporary cable runs shall be considered incidental to the installation of the permanent cable runs.

Splices A

Splices of detector lead-in cable inside conduit runs are strictly prohibited. Except for the connection of the loop wire to the loop detector lead-in cables, all splices shall be made above ground. Splicing of signal circuits or power cable in pull boxes is prohibited.

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.

C.

Splices in communication cables shall include the shield. Splices between cable pairs shall be made with Scotchlok solderless connectors designed for this purpose. The completed splice shall be insulated with a re-enterable plastic splice case.

D.

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

TS-20 6/11/2014 1:21 PM

p. 89

City of Garland

Bid 4488-14

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 may be selected at random by the INSPECTOR for examination. 6.3

FURNISH AND INSTALL TRAFFIC SIGNAL CABLE A.

Traffic signal cable shall be furnished by the CONTRACTOR. The signal cable shall be #14 gauge 3, 8, 16, and 20 conductor (stranded) as specified meeting I.M.S.A. specification 19-1-1984.

B.

The CONTRACTOR shall furnish all labor, tools, machinery, pulling devices, cable lubricants, terminal lugs, wire nuts, cable marking tape, and all other incidental materials necessary to complete the work in accordance with the contract documents.

C.

A fourteen (14) gauge, sixteen (16) conductor or twenty (20) conductor cable, as shown on the plans, shall be installed from the controller cabinet to the base of each through signal pole/arm assembly. These cables shall be installed as one continuous piece of cable without splices.

D.

A fourteen (14) gauge, eight (8) conductor cable shall be installed from the through pole/arm signal base to any corresponding base supporting a left turn, pedestrian, or other signal.

E.

The installation of signal cable shall be in accordance with the manufacturers installation recommendations, or standard installation methods shall be used. Vehicles will not be used to pull cable into a conduit. Standard cable attachment pulling devices and lubricants shall be utilized as needed.

F.

Signal cable circuits shall be assigned in accordance with the color codes listed in Figures D6-A and D6-B.

TS-21 6/11/2014 1:21 PM

p. 90

City of Garland

Bid 4488-14

FIGURE D6-A CABLE COLOR CODE AND CIRCUIT ASSIGNMENT 16 & 20 CONDUCTOR CABLE COND. # 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 16/20 20 20 20 20

CIRCUIT COLOR RED ORANGE GREEN RED/BLACK TRACER ORANGE/BLACK TRACER GREEN/BLACK TRACER WHITE/BLACK TRACER BLUE/BLACK TRACER BLUE/WHITE TRACER BLACK/WHITE TRACER BLACK GREEN/WHITE TRACER RED/WHITE TRACER BLUE WHITE BLACK/RED TRACER WHITE/RED TRACER ORANGE/RED TRACER BLUE/RED TRACER RED/GREEN TRACER

PHASE -----------------------------------------------------------------------------------------------------------------------------------------------------------------

INDICATION THROUGH RED THROUGH YELLOW THROUGH GREEN LEFT TURN RED BALL LEFT TURN YEL. BALL LEFT TURN GREEN LEFT TURN YEL. ARW. LEFT TURN GRN. ARW. WALK* DON'T WALK* PED DETECTOR* WALK# DON'T WALK# PED DETECTOR# NEUTRAL -SPARE-SPARE-SPARE-SPARE-SPARE-

NOTES: Controller phase 2 will normally be assigned to North bound traffic. * = P2 or P6. # = P4 or P8.

FIGURE D6-B CABLE COLOR CODE AND CIRCUIT ASSIGNMENT 8 CONDUCTOR CABLE CIRCUIT COLOR RED ORANGE GREEN WHITE/BLACK TRACER BLUE WHITE

PHASE _____ _____ _____ _____ _____ _____

INDICATION LEFT TURN RED BALL LEFT TURN YELLOW BALL LEFT TURN GREEN BALL LEFT TURN YEL. ARROW LEFT TURN GREEN ARROW NEUTRAL

TS-22 6/11/2014 1:21 PM

p. 91

City of Garland

6.4

6.5

Bid 4488-14

FURNISH AND INSTALL VEHICLE DETECTOR LEAD IN CABLE A.

The CONTRACTOR shall furnish all labor, vehicle detector lead-in cable, and required materials for splicing or connecting loop wire to loop lead-in cable or lead-in cable to the detector unit. A City of Garland Standard Detail Sheet No. 34 for loop detector run details is included in the plans.

B.

The loop lead-in cable shall be #18 gauge, one, two, or four pair cable per I.M.S.A. specification 50-2-1984. Overhead detector unit lead-in cable shall be 5 pair 20 gauge stranded 300 volt with polyethylene insulation and jacket.

C.

Vehicle detector lead-in cable shall be routed and installed in conduit or on messenger cables as described on the plans or in the specifications. Connecting the loop lead-in cable to the loop wire shall be considered incidental to the installation of the loop and/or lead-in cable. These connections shall be made waterproof using a 3M brand Scotchlok #3570 connector sealing pack or approved equivalent.

D.

It is desirable that detector lead-in cables shall be run continuously without splices from the curb side pull boxes to the controller cabinet. The CONTRACTOR must receive written approval from the INSPECTOR prior to installing slices in a detector lead-in cable. All splices shall be made in a signal base or underground pull box. Splices shall be made in accordance with the standard detail sheet labeled "Loop Wire/Loop Lead-In Cable Splice Detail".

E.

Vehicle detector lead-in cable may be installed in the conduit the same time as all other cables or separate of other cables. If vehicle detector lead-in cable is installed separate of the other cables the pulling device used shall be non-conductive and non-metallic.

F.

Slack of a sufficient amount that may form a loop shall not be permitted in pull boxes pole bases or in the cabinets. The vehicle detector lead-in cable shall be terminated in the cabinet with spade tongue solderless terminal lugs of the correct wire and screw size.

G.

For vehicle detector cable that is to be installed on a messenger cable, the cable shall be installed using a lashing tool. If a lashing tool cannot be used due to the presence of other cables or due to the size of the cable, the cable may be installed using weather resistant heavy duty (120 pound tensile strength or greater) 15" black Ty-Raps on eighteen (18) inch centers.

FURNISH AND INSTALL OPTICOM CABLE A.

The CONTRACTOR shall furnish Opticom brand M-138 Optical Detector cable. The cable shall be installed in a continuous run from the controller cabinet to the detector location or pole base.

TS-23 6/11/2014 1:21 PM

p. 92

City of Garland

6.6

B.

Opticom cable installed in conduit may be installed as part of a bundle or separately. In either case the pulling device shall be non-conductive and non-metallic.

C.

For Opticom cable that is to be installed on a messenger cable, the cable shall be installed using a lashing tool. If a lashing tool cannot be used due to the presence of other cables or due to the size of the cable, the cable may be installed using weather resistant heavy duty (120 pound tensile strength or greater) 15" black Ty-Raps on eighteen (18) inch centers.

D.

Opticom cables shall be terminated at their designated terminals in the controller cabinet using the correct wire and screw size solderless connector.

Bid 4488-14

CABLE, COMM., 12 PR., IN CONDUIT Pay item #1250 for Cable, Comm., 12 pr., in conduit (FI) shall consist of furnishing the cable plus all necessary labor, materials, and equipment for its installation. The cable shall be 12 pair, 22 gauge conforming to IMSA specification number 19-2-1984. This pay item will be used for the installation of cable between intersections only. Pay item # 1263 will be used for the installation of communications cable from signal controller cabinets at signalized intersections to cable installed under this item (#1250).

6.7

CABLE, COMM., 2 TO 12 PR., U.G. Pay item #1263 for Cable, Comm., Multi-pair @ Intersection (Install) is only used for interconnect cable installation at a signalized intersection to provide a connection between the signal controller cabinet and the communication cable running to other intersections. This item shall consist of labor only. The cable for installation at a specific intersection shall be furnished by the CITY.

6.8

CABLE, COMM., 12 PR., Figure 8 The pay item for cable, comm., 12 pr., Figure 8 (FI) shall consist of furnishing the Figure 8 cable plus all necessary labor, materials, and equipment for its installation. The cable shall be 12 pair, 22 gauge Figure 8 conforming to IMSA specification number 19-4-1984. The cable shall be installed as shown on the standard detail sheet included in the plans.

6.9

CABLE, #2, #4, and #6 POWER A.

The pay item for cable, #2, #4 and #6, power (FI), as called for in the plans, shall consist of furnishing THHN cable of the required wire gauge plus all necessary labor, materials, and equipment for its installation.

B.

Cable with black insulation shall be installed on the hot leg of a circuit and cable with white insulation shall be installed on the neutral leg of a circuit.

TS-24 6/11/2014 1:21 PM

p. 93

City of Garland

6.10

Bid 4488-14

FURNISH AND INSTALL VIDEO DETECTION CABLE A. The CONTRACTOR shall furnish and install a combination 16 AWG, 3 conductor / Beldon #8281 coaxial cable or equivalent, for video camera operation. The cable shall be installed in a continuous run from the controller cabinet to the camera (without splices). Cable must be approved by the City prior to installation.

6.11

RELOCATION OF VARIOUS CABLES The city has many cables not listed and at times will need to be removed and reinstalled into conduits. This will be considered incidental to the job. These cables include but are not limited to, fiber optic cable and traffic monitoring video cable. Fiber optic cables shall be handled carefully and must not exceed the maximum bend radius, as specified by the inspector.

7.0

CABINETS 7.1

INSTALLATION OF BASE MOUNTED CONTROLLER CABINET A.

The CITY shall furnish a base mounted controller cabinet plus an 18” extender base to raise the cabinet height. The controller cabinet supplied by the CITY will have been tested and determined to be operational. The extender base shall be installed between the cabinet foundation and the bottom of the controller cabinet. The installation of the extender base shall be considered incidental to the installation of the cabinet.

B.

The CONTRACTOR shall furnish all labor, lag bolts and anchors and all tools and equipment required to install a base mounted cabinet and extender base.

C.

The controller cabinet shall be installed at the location indicated on the Plans with the back of the cabinet toward the intersection such that the signal heads can be viewed while facing the controller, unless otherwise directed by the INSPECTOR.

D.

All base mounted cabinets and extender base shall be installed on a controller cabinet foundation that contains all of the required conduits and ground rods.

E.

All conduit openings in the controller cabinet junction boxes, service boxes, and bases shall be sealed with an approved sealing compound. The compound shall be a readily workable soft plastic. It shall be workable at temperatures as low as 30 degrees F., and shall not melt or run at temperatures as high as 300 degrees F.

F.

Silicone sealant shall be placed between the bottom of the extender base and the foundation and between the extender base and the cabinet . After the cabinet is in place, the CONTRACTOR shall also place silicone sealant around the outside perimeter of the extender base at the foundation.

TS-25 6/11/2014 1:21 PM

p. 94

City of Garland

7.2

G.

The hold down bolts for connecting the extender bases to the foundation shall be 3/8" X 4" lag bolts with 5/8" lead expansion anchors installed in the concrete foundation. Machine bolts shall be used to connect the extender base to the cabinet. Both the lag bolts and the machine bolts shall be furnished and installed by the CONTRACTOR.

H.

All power circuits, signal circuit cables, loop detector cables, Opticom cables and interconnect cables shall enter the cabinet through conduits installed in the controller foundation.

I.

The CONTRACTOR shall make all circuit connections required within the cabinet.

J.

A controller programmed for the particular intersection, a monitor programmed for the particular intersection, a master controller programmed for a particular "System", if required, Opticom modules and standard or timed detector cards shall be provided and installed by city forces when the CONTRACTOR is ready for the equipment installation. This equipment shall have been tested and proven operational prior to being installed.

K.

The CONTRACTOR shall have personnel available to correct any field wiring problem that may occur.

Bid 4488-14

CONTROLLER CABINET WIRING A.

All work shall be in accordance with applicable sections of the National Electrical Code, local ordinances, the plans, and these specifications. All workmanship shall be first class and the finished work shall be neat and uncluttered in appearance. Work shall be scheduled to minimize disruption to traffic.

B.

All plug-in components inside the controller cabinet (i.e. controller, monitor, load switches, detector amplifiers, etc.) will be provided and installed by the CITY after the CONTRACTOR has thoroughly checked out all field wiring. At time of switch-over to new controller, the CONTRACTOR shall have competent personnel on hand to promptly correct any field wiring deficiencies, which may be discovered at that time.

C.

Wiring for the controller cabinet shall consist of connecting (1) signal wires, (2) vehicle detector wires, (3) power wires, (4) ground wires, (5) pedestrian push button wires, (6) Opticom cables and (7) interconnect wires to their respective terminals in the cabinet. At the controller cabinet, all stranded field wires shall be terminated with forked tongue, solderless, terminal lugs. All solid field wire or interconnect wire shall be stripped back and an eye hook formed in the wire. These "hooks" shall be inserted under the binder head terminal screws 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.

D.

All power cables, signal circuit cables, loop detector cables, Opticom cables and interconnect cables shall be neatly arranged in the cabinet and shall be

TS-26 6/11/2014 1:21 PM

p. 95

City of Garland

Bid 4488-14

permanently labeled as to their function and field termination point. Incoming cable circuits shall be trained to their destination and neatly laced together. All spare circuits in a cable shall be trimmed, insulated and turned back with the ends taped to its' cable. Detector lead-in cables shall have the loop wires connected to the appropriate terminals in the controller cabinet. Communication and detector lead-in cables shall be clearly identified and labeled with metal or plastic tags. All Opticom cables shall be terminated at the designated points in the cabinet.

7.3

E.

Pedestrian push buttons shall have a ground circuit that is connected to the designated terminals in the controller cabinet and installed to the push buttons.

F.

The CONTRACTOR shall bring all interconnect wiring into the controller cabinet, connect and terminate it so as to make the signal coordination system completely operable before turn-on, unless otherwise directed by the INSPECTOR.

G.

Initial acceptance of any intersection shall take effect at the time work at that intersection is complete and the new controller is in operation. The CONTRACTOR's responsibility for correcting any substandard workmanship shall extend for a period of thirty days after initial acceptance.

F.

The City will be responsible for installing or reinstalling all Fiber optic devices in the cabinet.

REMOVE/SALVAGE EXISTING CABINET Removal/salvage of an existing cabinet shall consist of removing the existing controller, monitor/mmu, and other equipment from the cabinet, removal of the existing cabinet from the pole or foundation, and, if applicable, the removal of any/all unused cables existing between the cabinet back panel and any pole foundation. Field wiring shall be cut at the terminal leaving approximately 2” of wire. The removal of a controller cabinet and equipment shall be done only after the new signal cables are in place and ready to be wired into the new cabinet and the signals placed in operation. The bid price shall include delivering and unloading of the controller cabinet and equipment to a location designated by the CITY. Intersection control during the change over shall be the responsibility of the CONTRACTOR.

8.0

POLES/ARMS 8.1

General A.

Poles, arms, anchor bolts, nuts, washers, and associated covers may be furnished by the CITY for installation by the CONTRACTOR. CONTRACTOR furnished poles shall meet TxDOT Standards SMA80(1)-99(DAL), SMA-80(2)-96(DAL), MA-C-96, MA-D-03(DAL), and LMA(1),(2),(3),(4)-01.

TS-27 6/11/2014 1:21 PM

p. 96

City of Garland

8.2

8.3

B.

The CONTRACTOR shall furnish all labor, equipment, and materials necessary for the installation or removal of various signal pole types as required by the plans.

C.

All mast arm type poles shall be installed with the mast arms oriented at 90 degrees to the curb line unless otherwise specified.

D.

The bases shall be securely bolted to the cast-in-place concrete foundations. All bolts, nuts, screws. etc. shall be properly tightened.

E.

When installing painted poles and arms, the CONTRACTOR shall take appropriate measures to ensure the finish is not marred or damaged. Any touch-up paint work that may be required by the INSPECTOR after installation shall be the responsibility of the CONTRACTOR. Paint will not be provided by the City.

Bid 4488-14

Installation of Mast Arm Pole A.

Pay items for the installation of mast arm poles shall include the assembly of the pole and arm, the installation of the pole on the concrete foundation, aligning the pole, grounding the pole, installing terminal strips in the signal pole access compartment, and the installation of all accessory covers. For poles with arm lengths 32’ and greater, the installation shall include the assembly and installation of the wind stabilizer.

B.

Poles shall have nuts on top and bottom (double nuts) of the base plate.

C.

Anchor bolts for mast arm signal poles shall be set so that two are in tension and two are in compression. Obtain approval of anchor bolt placement from the City before placing concrete.

D.

Each pole shall be grounded by installing a No. 6 A.W.G. bare copper wire between the pole and the ground rod at the foundation.

Installation of a Pedestal Pole with Standard Base A.

The pay item for installation of a pedestal pole and standard base shall consist of installing a standard base on a Type 24-A foundation with 3/4" anchor bolts. The 4" diameter aluminum pole shall be screwed into the standard base and tightened. A collar shall be installed around the pole at the top of the standard base.

B.

The pole shall be leveled vertically by the use of metal shims installed under the corners of the standard base as required.

B. Each pole assembly shall be grounded by installing a No. 6 A.W.G. bare copper wire between the base and the ground rod at the foundation.

TS-28 6/11/2014 1:21 PM

p. 97

City of Garland

8.4

Bid 4488-14

Installation of Wood Pole The pay item for the installation of a standard wooden pole shall include installing the wood pole plus any attached cables, guys, anchor rods or any other appurtenance necessary for the installation of the wood pole. The bid price shall also include loading, transporting and installing the wood pole to a location designated by the CITY.

8.5

Removal of a Type II Pole The pay item for the removal of a Type II pole shall include removing the hog rod type arm, the Type II shaft and, if required, the transformer base. The bid price shall also include delivering and unloading the removed components to a location designated by the CITY.

8.6

Removal of a Type III Pole The pay item for the removal of a Type III pole shall include removing the hog rod type arm, a street light luminaire and luminaire arm, the Type III shaft and, if required, the transformer base. The bid price shall also include delivering and unloading the removed components to a location designated by the CITY.

8.7

Removal of a 24'/16' Cantilever Type Pole Assembly The pay item for the removal of a 24'/16' cantilever type pole assembly shall include the removal of a 24'/16' arm, removal of the shaft from the transformer base and the removal of the transformer base. The bid price shall also include delivering and unloading the removed components to a location designated by the CITY.

8.8

Removal of a Standard Base/Pole Assembly The pay item for the removal of a standard base/pole assembly shall consist of removing the standard base and pole from an existing foundation. The pole shall not be removed from the standard base. The bid price shall include the delivering and unloading of the assembly to a location designated by the CITY.

8.9

Installation of an Anchor Plate & Rod The pay item for the installation of an anchor plate, 10", and rod, 3/4" x 8', shall consist of furnishing the 10" anchor plate and twin eye 3/4" x 8' anchor rod, drilling the anchor hole, installing the anchor rod assembly, busting the anchor plate, and tamping the dirt while backfilling the anchor hole.

8.10

Installation of a Down Guy The pay item for the installation of a down guy, 3/8" shall consist of installing one (1) 5/8" X 12" angle eye bolt in a wood pole at the required location and installing a 3/8" SM galvanized steel guy strand 40' in length between the angle eye bolt and an anchor rod using two (2) 3/8" automatic compression dead

TS-29 6/11/2014 1:21 PM

p. 98

City of Garland

Bid 4488-14

ends. Unless otherwise specified, all materials required for this installation shall be furnished by the CONTRACTOR and included in the bid price. 8.11

Removal of Wood Pole The pay item for the removal of a standard wooden pole shall include removing the wood pole plus any attached cables, guys, anchor rods or any other appurtenance necessary for the removal of the wood pole. The bid price shall also include delivering and unloading the removed components to a location designated by the CITY.

8.12

Removal of Street Light Pole Assembly The pay item for the removal of a street light pole assembly shall include removing the street light luminaire and luminaire arm, the pole shaft and, if required, the transformer base. The bid price shall also include delivering and unloading the removed components to a location designated by the CITY.

8.13

Luminaire Arm A.

9.0

The pay item for installation of the luminaire arm shall include the street light luminaire with photocell and conductors from the pole terminal strip to the luminaire. CONTRACTOR furnished luminaire arms shall meet TxDOT Standard Details LUM-A-99 and CFA-99.

SIGNAL HEADS 9.1

INSTALLATION OF SIGNAL HEADS AND PEDESTRIAN HEADS A.

The CITY shall furnish traffic signal heads, visors, backplates, louvers, lamps or LED’s, the appropriate "Astro-Brac" type mount for traffic signal heads and tenon adapters, if needed, for installing a traffic signal head on the end of an arm equipped with a tenon. The CONTRACTOR shall assemble the supplied signal head components and mounting brackets to form a complete signal head for installation. This assembly shall be considered incidental to the signal or pedestrian head installation. The CITY shall furnish left side of pole mounted and right side of pole mounted pedestrian signal heads equipped with clamshell type mounting brackets.

B.

The CONTRACTOR shall furnish all labor, .025 X 3/4" stainless steel banding material and clips, banding tool, aerial device, and all other tools and equipment required to install a traffic signal head or pedestrian signal head.

C.

The CONTRACTOR shall furnish #16 gauge 5, 7, or 8 conductor I.M.S.A. specification 20-1-1984 cable for installing signal circuits from the signal or pedestrian heads to the signal pole base and making the required splices. Five section signal head circuits shall be wired from the signal head to the pole base with 7 conductor cable. Three and four section signal

TS-30 6/11/2014 1:21 PM

p. 99

City of Garland

Bid 4488-14

head circuits shall be wired from the signal head to the pole base with 5 or 7 conductor cable. Each pedestrian signal head circuit shall be wired from the head to the pole base with a 5 or 7 conductor cable. The provision of this cable and all necessary labor, materials, and equipment required for its installation shall be considered incidental to the signal or pedestrian head installations.

9.2

D.

If an Opticom detector is not required to be installed, a pull string shall be installed from the end mast signal head to the pole foundation for the future installation of Opticom detector cables.

E.

All traffic signal displays shall be installed as indicated on the plans. All overhead displays located on each mast arm shall have each red indication set at approximately the same elevation, unless otherwise directed by the INSPECTOR. Lens orientation shall be per manufacturer’s designation for proper display.

F.

Arm mounted traffic signal head locations shall be determined by the INSPECTOR in the field.

G.

All left or right side of pole mounted pedestrian signal heads shall be installed ten (10) feet above the top of the sidewalk. If no sidewalk exists they shall be installed ten (10) feet above the top of the existing curb.

H.

The pedestrian signal mounting brackets shall be banded to the pole prior to the pole being drilled for the pedestrian signal circuits cable.

I.

Drilling of the arm or pole and installing the signal or pedestrian head mounting bracket, or a tenon adapter shall be considered incidental to the traffic signal or pedestrian head installation.

J.

During the course of construction and until a signal head is placed into operation, signal faces shall be covered or turned away from approaching traffic. When ready for operation, they shall be aligned and securely fastened in position facing approaching traffic.

K.

All holes drilled for cable routing shall have a rubber grommet installed.

REMOVAL OF TRAFFIC SIGNAL AND PEDESTRIAN SIGNAL HEADS A.

The CONTRACTOR shall furnish labor, aerial devices and all tools required to remove required signal heads. Various signal head types and mounting methods expected to be encountered are as follows: Head Type 3,4,or 5 3,4,or 5 3,4,or 5 3,4,or 5

Location Std. base/pole Std. base/pole Shaft or arm Arm

Mounting Type Post top cap Astro-Brac Astro-Brac Plumbizer

TS-31 6/11/2014 1:21 PM

p. 100

City of Garland

3,4,or 5 3,4,5,or ped Ped Ped Ped 3,4, or 5

Arm Shaft Std. base/pole Std. base/pole Shaft Span Wire

Bid 4488-14

Mid-mast plate S.P.T. Compart. S.P.T. Compart. Clamshell mount Clamshell mount Span wire mount

NOTE: The removal of a side of post terminal compartment (S.P.T. Compart.) and all attached signal heads shall be considered as removing one (1) signal head for payment.

10.0

B.

If a new signal head is to be installed on the same signal pole after an old head is removed, the new head shall be installed immediately after the removal of the old head.

C.

If a new signal head is to be installed after a signal head is removed, the existing signal circuits from the signal head to the pole base may be used as the pulling device to install new signal circuit cable.

PED PUSH BUTTONS AND SIGNS 10.1

10.2

PEDESTRIAN PUSH BUTTONS A.

Pedestrian push buttons shall be furnished by the CITY for installation by the CONTRACTOR.

B.

The CONTRACTOR shall furnish all labor, drill motors, drill bits, taps, and 1/4-20 X 1" round head plated screws required for the installation plus the cable for connecting the push button to the signal cable in the pole base.

C.

The CONTRACTOR shall install the push buttons on the pole 36” to 42” above the top of the sidewalk. Each push button shall be mounted with two (2) 1/4-20 X 1 inch screws. The CONTRACTOR shall drill a hole through the mounted push button plate and the pole for the installation of the push button circuits, and install the splices required to complete the push button circuits back to the controller cabinet pedestrian detector input terminals. The cable installed between the push button and the pole base shall be Beldon 8720 or approved equivalent.

D.

The removal of any existing pedestrian push button (including standalone pedestrian push button posts) will be considered to be incidental to the removal of the existing pole and/or signal heads.

INSTALLATION OF PEDESTRIAN SIGN A.

The pedestrian sign to be installed with the pedestrian push button will be provided by the CITY.

B.

The CONTRACTOR shall furnish all labor, drill motors, drill bits, taps, and 1/4-20 X 1" round head plated screws.

TS-32 6/11/2014 1:21 PM

p. 101

City of Garland

11.0

C.

The CONTRACTOR shall install pedestrian push button signs one (1) inch above the push button. Each pedestrian sign shall be installed with two (2) 1/4-20 X 1" round head plated screws. The CONTRACTOR shall drill the sign and pole and tap the pole for the screws. The holes in the sign shall be one (1) drill size larger than the bolt diameter.

D.

The installation of the pedestrian sign shall be considered incidental to the installation of a pedestrian signal head.

Bid 4488-14

EMERGENCY VEHICLE PREEMPTION EQUIPMENT

11.1

11.2

11.3

GENERAL A.

The CONTRACTOR shall install Opticom brand priority control system components shown on the plans.

B.

The necessary detectors, mounting brackets, and discriminator modules shall be furnished by the CITY unless otherwise specified in the bid request.

C.

All labor, equipment, tools, and materials necessary for the installation shall be provided by the CONTRACTOR.

DETECTOR INSTALLATION A.

An Opticom detector to be installed may be a single input single channel, dual input single channel, or dual input dual channel unit. The installation pay item price shall be the same for all type Opticom detectors.

B.

The installation of a detector shall include the provision of the necessary 0.025" X 3/4" wide banding material and banding clips required to secure the detector mounting bracket.

C.

The installation of the detector mounting bracket shall be considered incidental to the pay item price for detector installation.

D.

If an Opticom detector is not required to be installed, a pull string shall be installed from the end mast signal head to the pole foundation for the future installation of Opticom detector cables.

PHASE SELECTORS/DISCRIMINATORS A.

The necessary phase selector/discriminator modules shall be furnished and installed by the CITY unless otherwise specified in the bid request.

TS-33 6/11/2014 1:21 PM

p. 102

City of Garland

B.

11.4

Bid 4488-14

The CONTRACTOR shall notify the INSPECTOR when the detectors and cable are installed and are ready to be placed into operation.

CABLE See applicable portions of Section D 6.0 CABLE.

12.0

BARRICADES 12.1

The CONTRACTOR shall provide and maintain all warning devices and take all precautionary measures required to protect persons and property while said persons or property are approaching, leaving, or within the work site or any area adjacent to said work site. No separate compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs, or any other precautionary measures required for the protection of persons or property, including off duty police officers. The CONTRACTOR shall place, maintain, and remove all necessary barricading and signing for the pavement preparation and installation of loops.

13.0

12.2

The CONTRACTOR shall assume all duties owed by the CITY to the general public in connection with the general public's immediate approach to and travel through the work site and the area adjacent to said work site.

12.3

Where work takes place, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall, at his own expense, provide flagmen and watchmen and shall furnish, erect, and maintain such warning devices, barricades, lights, signs, and other precautionary measures until the project has been accepted by the CITY.

12.4

If the INSPECTOR discovers that the CONTRACTOR has failed to comply with requirements (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 shall reimburse the CITY for any expense incurred in ordering such additional precautionary measures.

12.5

In addition, the CONTRACTOR shall be held responsible for all damages 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 own expense.

12.6

Standard detail sheets are included in the plans as a reference for the CONTRACTOR for various lane closures. All barricading and signing used on the project shall comply with the Manual on Uniform Traffic Control Devices.

MISCELLANEOUS

TS-34 6/11/2014 1:21 PM

p. 103

City of Garland

13.1

13.2

Bid 4488-14

POWER SERVICE A.

The CITY shall make all necessary arrangements for connection to power supply, shall obtain meter and meter socket from the power company when they are required, shall install them in accordance with the plans, and shall furnish and install all other materials necessary to make power connections which are not furnished by the power company.

B.

Equipment normally provided by the CITY for power connection includes a breaker panel with two (2) 50 amp breakers and any necessary conduit to the top and/or bottom of the pole on which the breaker panel is mounted.

C.

Conduit from the base of the pole to pull boxes, pole foundations, or other locations will be installed by the CONTRACTOR as shown on the plans and paid under various conduit items.

SIGNAL OPERATION DURING CONSTRUCTION A.

Responsibility During Construction: The contractor shall be responsible for developing a plan to perform the traffic signal work included in or necessitated by the project. This plan shall be submitted to the CITY for review and approval at the preconstruction meeting. The contractor shall be responsible for maintaining traffic signal operation during construction. This shall include but not be limited to the following:           

realigning, relocating and/or providing/installing signal heads to provide proper visibility removing, modifying and/or providing/installing signal heads, if necessary, to provide alternative sequencing providing, installing and connecting temporary cables for signal operations providing/installing temporary poles and/or guys if necessary relocating existing cabinet or installing new cabinet/foundation as needed maintaining system operation via interconnect cable, where applicable maintaining Opticom emergency vehicle priority control system installing and maintaining temporary overhead detectors, if shown on plans or if directed by the Inspector installing and maintaining pedestrian push buttons and/or pedestrian heads, if shown on plans or if directed by the Inspector providing, installing and maintaining “Stop Here on Red” signs as needed removing any temporary poles, cables, signals, etc., when they are no longer needed, unless otherwise directed by the INSPECTOR

TS-35 6/11/2014 1:21 PM

p. 104

City of Garland



Bid 4488-14

providing, installing, and removing roadway markings as needed relating to traffic signal operation

School flashers and other flashers shall be considered traffic signals. All signal poles, arms, heads and other equipment removed and not reinstalled during construction shall be delivered to the Traffic Shop, 409 Forest Gate, Garland, Texas, unless otherwise designated on the plans or as directed by the INSPECTOR. All signal timing and sequencing shall be determined by the CITY. The CONTRACTOR shall notify the CITY at least three (3) working days prior to any traffic control plan changes which require timing or sequencing modification. Maintenance and repair of all equipment, except equipment located inside the control cabinet, shall be the responsibility of the CONTRACTOR. B.

Continuity of Signal Operation Signalized intersections, which were in full (i.e. stop and go) operation prior to the beginning of work by the CONTRACTOR, shall be kept in operation except as follows: Signals may be turned off if necessary during the following times: 9:00 a.m. to 11:30 a.m. and 1:30 p.m. to 3:30 p.m., Monday through Friday; 8:00 a.m. to 5:00 p.m. on Saturday and Sunday. During any such periods, control of the intersection shall be by one of the following means: 1.

Police officer traffic direction arranged in advance by the CONTRACTOR.

2.

Temporary 4-way stop control with at least one 36"x 36" stop ahead sign on each approach and at least one 30" stop sign on each undivided approach and two 30" stop signs on each divided approach. All temporary stop applications shall be approved by the CITY.

3.

Police officer traffic direction AND 4-way stop control with at least one 36" x 36" stop ahead sign on each approach and at least one 30" stop sign on each undivided approach and two 30" stop signs on each divided approach. This control method shall be used for any disruption of signal operation lasting longer than two hours unless another method has been approved by the CITY.

The CONTRACTOR shall be responsible for providing any stop and stop ahead signs plus any needed mounting posts and clamps for stop signs required for temporary intersection control. The CONTRACTOR

TS-36 6/11/2014 1:21 PM

p. 105

City of Garland

Bid 4488-14

shall also be responsible for the proper placement and maintenance of such signs. Police assistance, if used, shall be arranged by the CONTRACTOR directly, at least twenty four (24) hours in advance. If the INSPECTOR discovers that the CONTRACTOR has failed to provide adequate police assistance, the INSPECTOR may order additional assistance. Any cost of police traffic control assistance shall be the financial responsibility of the CONTRACTOR, regardless of who obtains the assistance. C.

Temporary Signal As an alternative to the above, the CONTRACTOR may install, at CONTRACTOR expense, temporary signals meeting Texas MUTCD requirements or may utilize overhead wiring to maintain traffic signal operation while completing underground wiring.

13.3

REPLACING DAMAGED IMPROVEMENTS A.

Improvements such as sidewalks, curbs, driveways, roadway pavement, and any other improvements removed, broken, or damaged by the CONTRACTOR shall be replaced or reconstructed with the same kind of materials found on the work site or with materials of equal quality. The new work shall be left in serviceable condition satisfactory to the ENGINEER.

B.

Whenever a part of a square or slab of existing concrete sidewalk, driveway, or pavement is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed.

C.

Surface restoration shall be considered incidental to the bid items of the project and shall not be paid for separately.

D.

Repair/replacement of existing improvements removed, broken, or damaged by the CONTRACTOR shall be considered incidental to the project and shall not be paid for separately.

E.

The CONTRACTOR shall assume full responsibility for the preservation of existing landscaping (sod, shrubbery, trees, and etc.), sprinkler systems and other private property at the site during the installation of items in this contract document. Damaged landscaping, sprinkler systems, and other private property shall be replaced/repaired by the CONTRACTOR at no expense to the CITY, to the satisfaction of the INSPECTOR.

F.

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 or equipment that was not to be replaced through the fault or act 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

TS-37 6/11/2014 1:21 PM

p. 106

City of Garland

Bid 4488-14

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. 14.0

VIDEO DETECTION CAMERAS The camera placement will be determined on site at the direction of the Transportation Department Inspector. Ideally, the camera will be installed at the highest point of the signal structure or by use of an extension arm.

TS-38 6/11/2014 1:21 PM

p. 107

City of Garland

Bid 4488-14

CITY OF GARLAND TRANSPORTATION DEPARTMENT GENERAL SPECIFICATION FOR TRAFFIC SIGNAL SUPPORT STRUCTURES

1.0 Scope This specification shall cover the design, fabrication, inspection and shipping of support structures for traffic signal assemblies in the City of Garland, Texas. The provisions within this Specification apply unless stated otherwise on detailed project plans or subsequent written instructions from the City of Garland, Texas Transportation Department. 2.0 Reference Documents The following documents are a part of this specification: Texas Department of Transportation (TxDOT) Standard Detail Drawings including but not limited to the following: SMA-80(1)-99 (DAL) SMA-80(2)-96 (DAL)

Traffic Signal Support Structures Single Mast Arm Assembly (80 mph Wind Zone)

LMA(1)-01 LMA(2)-01 LMA(3)-01 LMA(4)-01

Traffic Signal Support Structures Long Mast Arm Assembly (50 to 65 Feet)

MA-D-03 (DAL)

Traffic Signal Support Structures Mast Arm Pole Details

MA-C-96

Standard Assembly Structures

TS-FD-99

Traffic Signal Pole Foundations

for

Traffic

Signal

Support

The 80 mph wind zone shall apply when using the TxDOT Standard Detail Drawings. All pole and arms shall be round and constructed per TxDOT specifications, except as otherwise noted in this document. Total pole height shall be 30’-0” for all signal poles with luminaries and shall be 19’-0” for all other signal poles. The TxDOT standard luminaire arm (Std. Detail Sht. Lum- A) and street sign assembly (Std. Detail Sht. SNS) shall not be included on the pole structures. Poles with luminaires shall be fabricated with an attachment plate and luminaire arm in accordance with the supplemental detail (Traffic Signal Structures – Luminaire Extensions, Sheets 1 and 2) as contained in Section IX – Standard Details. These poles shall also include a fuse block in accordance with TxDOT details.

TS-39 6/11/2014 1:21 PM

p. 108

City of Garland

Bid 4488-14

Bracket assemblies and CGB connectors shall not be included in the materials for this project. The fabricator shall include all materials shown on the TxDOT standard details except as specifically excluded by this specification. This shall include all structural steel, anchor bolts, connection bolts, nuts, washers, end caps, pole caps, cover plates and all miscellaneous hardware shown on the standard details or as addressed in this specification. All slip joints shall be match marked in accordance with the TxDOT Standard Details. The fabricator’s Engineer shall review the proposed attachments to the pole (signal Heads and signage) to verify the loading is within the design loading including gust factors specified on the TxDOT Standard Detail sheets. Verification of the structural adequacy of the TxDOT Standard Detail drawings for the proposed loading shall be by the fabricator’s Engineer. By affixing his seal to the fabrication drawings the fabricator’s Engineer warrants that the traffic signal support structures are adequate for dead, live and wind loading as defined by the TxDOT Standard Details and Specifications. (2) Fabrication and inspection of the traffic signal support structures shall be in accordance with the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, latest edition except as noted otherwise within the project specifications and bid documents. (3) Finish of traffic signal pole support structures shall be as specified elsewhere in the project bid documents. 2.1 Reference Drawings The following City of Garland Drawings shall form a part of these specifications (hereafter referred to as Standard Drawings or Standards): a. Luminaire Extensions, Sheets 1 and 2 of 2. 2.2 Design of Structures – Engineer of Record The Fabricator shall be responsible for the design of structures complete with connections. The design, including calculations, shall be performed by a Licensed Professional Engineer (Texas – Structural). This Engineer (hereafter referred to as Design Engineer of Record) shall carry professional liability insurance against errors and omissions in the amount of $500,000 minimum. There will be no extra pay item for furnishing structural design by a Licensed Professional Engineer with the required professional liability insurance. The price bid for the project materials includes all required structural engineering for the signal support structure to be provided by the Fabricator, including anchor bolts. The fabrication drawing submittal shall include proof of insurance for the Design Engineer of Record. All erection drawings, and fabrication drawings shall be sealed, signed, and dated by the project design Engineer of Record. The Engineer shall keep all structural calculations and plans in a permanent file. TS-40 6/11/2014 1:21 PM

p. 109

City of Garland

Bid 4488-14

2.2.1 Welds No butt welds shall be permitted. All pole shaft splices, pole shaft to base plate and pole shaft to flange shall be full penetration welds and shall develop the full strength of the members. Arm shaft to arm bracket shall be partial penetration groove welds with fillet weld overlay and shall develop the full strength of the shaft. Longitudinal welds shall be 60% penetration, except in outer section of any slip joints and within three inches of full penetration joints, which welds shall be full penetration. All welding shall be per ANSI/AWS D 1.1 including procedure qualification 2.2.2 Bolt Holes All bolt holes shall be oversized by a minimum of 1/16” (or larger as determined by fabricator). All anchor bolt holes shall be oversized, such oversize shall be as determined by fabricator and shall be a minimum of 1/8” plus anchor bolt diameter. 3.0 Material Testing Material testing shall be as specified in TxDOT Specifications. 3.1 Weld Inspection    

All full penetration circumferential splice welds shall be inspected. All full penetration groove welds shall be inspected. Random 25% of partial penetration welds shall be inspected. Random 25% of base connection welds shall be inspected.

3.2 Inspection Method Full and partial penetration welds shall be inspected by non-destructive methods, either ultrasonic or radiographic method. Magnetic particle inspection is permitted on partial penetration groove and fillet welds. All weld types may be tested by other nondestructive methods subject to approval by the City of Garland. 4.0 Drawings Erection and fabrication (detail) drawings shall be submitted to the City of Garland for approval prior to commencement of material fabrication. Such approval shall be for general conformance with this specification and does not relieve the fabricator of responsibility for dimensional correctness, fit, sizing or structural adequacy of members and connections. All erection drawings, and fabrication drawings shall be sealed, signed, and dated by the design Engineer of Record in accordance with Section 2.2 of this Specification. 4.1 Erection Drawings The erection drawings shall contain the following: TS-41 6/11/2014 1:21 PM

p. 110

City of Garland

      

Bid 4488-14

Bill of material of all components to be assembled. A drawing showing location of all components to be assembled Identification markings including all listed information Assembly information including the location of all erection marks Component weights and lifting weight assembled Jacking forces for slip joint connections Match marks for slip joint connections

4.2 Fabrication Drawings Fabrication drawings shall contain the following:     

All sizes, information and other pertinent information necessary to fabricate the component. All details to fabricate the components and subassemblies. All dimensional tolerances required to fabricate the components All welds as to sizes types location and lengths required to fabricate the component Location and dimension of slip joints if applicable

All erection and fabrication drawings shall reflect the contents and presentation as shown in the AISC Detailing Manual. 5.0 Fabrication 5.1 General Fabrication shall be in strict compliance with the approved fabrication detail drawings. Alterations or substitution of any kind shall require approval by the City of Garland. 5.1.1 Preparation of Material Burrs or sharp notches are detrimental to structure and safety and shall removed. All reentry cuts shall be rounded to avoid stress concentrations. Separation of the outer surface and reduction of sectional properties below those required by design shall be avoided. If separation occurs during bending it shall be repaired in accordance with AWS D1.1. Mill scale shall not be considered surface. When hot bending is required, heating shall be sufficient to minimize separation and necking down of the cross section. Temperature used shall not diminish the material physical properties and strength. All components shall be clearly marked by stamping. Stamped marks shall be 0.5 inches high letters and shall be made prior to finish coating and shall be legible prior to and after finish coating. 5.2 Welding TS-42 6/11/2014 1:21 PM

p. 111

City of Garland

Bid 4488-14

5.2.1 Qualification of Personnel All welding shall be performed by personnel qualified in accordance with ANSI/AWS D1.1 for the type of welding or tacking required. 5.2.2 Heating Temperatures Preheat and interpass temperature shall be in accordance with ANSI/AWS D1.1 5.2.3 Welding Method Welding shall be done by shield metal arc, gas shielded flux core, gas shield metal arc or submerged arc process. 5.3 Protective Coatings 5.3.1 General All materials to be coated shall be completely fabricated prior to coating. Unless otherwise noted all surfaces shall be hot dip galvanized. 5.3.2 Preparation The surfaces to be galvanized shall be prepared in accordance with SSPC SP8 prior to galvanizing. All exposed welds shall be mechanically cleaned. 5.3.3 Standards All members shall be galvanized in accordance with ASTM A 123 All fasteners including nuts and washers shall be galvanized in accordance with ASTM A 153. Anchor bolts shall be galvanized for the threaded length plus 6 inches. Repair of damaged hot dip galvanized surfaces shall be in accordance with ASTM A 780. All tapped bolt holes shall be re-tapped after galvanizing to the full thread depth to remove excess material. 6.0 Inspection 6.1 Inspection of welds shall be as specified in Paragraph 3.1. 6.2 Inspection of Material

TS-43 6/11/2014 1:21 PM

p. 112

City of Garland

Bid 4488-14

The Fabricator shall maintain a system, including records, which allows for verification that the structural steel meets the project requirements specified. Certified test reports from the steel mills and from suppliers of bolts, welding electrodes and other materials shall constitute sufficient evidence of conformity when purchased. This information shall be furnished to City of Garland Transportation Department upon request. 6.2.1 Personnel Qualifications All personnel performing non-destructive testing and examinations (other than visual) shall be qualified in accordance with ASNT Practice No. SNT-TC-1a. 6.3 Component Inspection Each component shall be inspected for conformance to fabrication drawings and the requirements of this Specification. Inspection shall include but not be limited to       

Ultra sonic inspection of all base plate material prior to welding shall be inspected for laminations. Visual inspection of dimensions to assure compliance to tolerances. Visual inspection of cut edges to ANSI/AWS D1.1 criteria. Visual inspection of bent surfaces for separations supplemented by magnetic particle inspection in questionable areas. Visual inspection of bolt holes to assure they are cylindrical, perpendicular, free of burrs and free of torn or ragged edges. Visual inspection of finish. Magnetic thickness measurement of finish coating.

The Fabricator shall include the following information in the test and inspection records:   

Welder qualifications Inspector qualifications Results of inspections

This information shall be provided to the City of Garland Transportation Department upon request. The City of Garland Transportation Department reserves the right to request demonstration of all inspection techniques used. 7.0 Materials to be furnished with pole shafts and arms 7.1

Anchor bolts – 4 per shaft with 2 nuts, 2 flat washers, and 2 lock washers

TS-44 6/11/2014 1:21 PM

p. 113

City of Garland

Bid 4488-14

7.2 Cast pole top caps (including luminaire) 1 to 1 ratio including 3 set screws 7.3 End arm caps, 1 to 1 including screws 7.4 Circular steel template, two (2) per pole 7.5 Base cover, 1 per shaft with rounded corners, two-piece with installation hardware 8.0 OMITTED 9.0 OMITTED 10.0 Quality Assurance 10.1 With the bids the Contractor shall provide general dimensions and weights of all structural components. 10.2 The Fabricator shall provide the City of Garland Transportation Department with three (3) copies of erection and shop drawings for the structure. 10.3 The City of Garland Transportation Department shall review the drawings prior to releasing the drawings for shop fabrication. This review is for conformance to contract specification and does not relieve the Contractor of dimensional correctness and fit as well as structural adequacy of all components. 11.0

Material

11.1 The Fabricator shall maintain a system, including records, which allows for verification that the structural steel meets the requirements specified. Certified test reports from the steel mills and from suppliers of bolts, welding electrodes and other materials shall constitute sufficient evidence of conformity when purchased. This information shall be furnished to the City of Garland Transportation Department upon request. Prepared: August 2004 Revised: March 2006, DT

TS-45 6/11/2014 1:21 PM

p. 114

City of Garland

Bid 4488-14

TECHNICAL SPECIFICATION - SH CITY OF GARLAND SPECIFICATION ITEM: SIGNAL HEAD HOUSING, 12", 3, 4 AND 5 SECTION, POLYCARBONATE, YELLOW OR BLACK, AS SPECIFIED 1.

PURPOSE The purpose of this specification is to set forth the minimum design and operating requirements for polycarbonate adjustable face traffic signal head housings. The signal heads shall be supplied without lenses, lamp sockets or reflectors.

2.

GENERAL

2.1

The signal heads shall conform to all of the latest I.T.E. Specifications.

2.2

The signal heads shall consist of three (3), four (4) or five (5) signal sections, as specified. Each section shall be of such design and construction as to fit together rigidly and securely to prevent the entrance of dirt and moisture and to prevent the rotation and/or misalignment of the individual signal sections with each other.

2.3

The signal heads shall be arranged for a horizontal installation .

3.

HOUSING

3.1

The housing of each signal section shall be of one-piece virgin ultra-violet stabilized polycarbonate resin of the specified color, injection molded complete with integral top, bottom, and sides having a minimum thickness of 0.10 inches.

3.2

All parts shall be clean, smooth, and free of flaws, cracks, and other imperfections.

3.3

The front of the housing shall be square or rectangular in shape.

3.4

Each section of each signal head shall be equipped with a two-row bridged five position terminal block for termination of field wires. The terminal block shall have quick-connect male connectors for lamp socket or LED connection wires and #10 screws for field wire connections.

3.5

Openings in the top and bottom shall accommodate standard 1-1/2 inch iron fittings.

TS-46 6/11/2014 1:21 PM

p. 115

City of Garland

3.6

The top and bottom of each section shall have an integral locking ring with 72 serration’s to permit the rotation of signal sections with each other in five degree increments.

3.7

Individual sections shall be fastened together with coupling washer assembly composed of two washers and three zinc-plated bolts, nuts, and lock-washers. The center hole in the washers shall be large enough to accommodate one ¾ inch cable.

3.8

Each housing shall have two integral hinge lugs with stainless steel hinge pins located on the left side for mounting the door.

3.9

The housing shall have integral latching bolt lugs located on the right side. Stainless steel latching bolts and over-size integral-washer wing nuts shall be included on each housing. Twelve inch sections shall have two latching bolt lugs.

4.

DOOR

4.1

Each signal section shall be equipped with a square or rectangular door. A neoprene gasket shall be contained in either the door or the section and shall mate with a rib when the door is closed to provide a weather-tight seal.

4.2

The door of each section shall be of one-piece virgin ultra-violet stabilized polycarbonate resin of the specified color, injection molded with a minimum thickness of 0.10 inches.

4.3

The outside of the door shall have an integral locking rim completely encircling the lens opening to prevent any light leakage between the door and the visor.

4.4

The door shall be equipped with four holes located 90 degrees apart around the lens opening for the purpose of mounting the visors. Threaded brass inserts shall be installed in each hole and a stainless steel screw provided for each insert. The hole spacing shall accommodate both LFE and TCT visors.

4.5

The inside of the door shall have a groove to accommodate a one-piece aircored neoprene lens gasket providing a weatherproof and dust-proof seal between the door and the housing when the door is in the closed position.

4.6

The inside of the door shall have four threaded brass inserts for lens gasket clamps and stainless steel screws for securing the lens gasket and lens or LED to the door.

4.7

The door shall be designed to accommodate any standard LED of 12 inch nominal diameter, as specified.

4.8

The door shall include two integral hinge lugs on the left side that mate with the corresponding lugs of the signal housing.

Bid 4488-14

TS-47 6/11/2014 1:21 PM

p. 116

City of Garland

4.9

The right side of the door shall have integral fork lugs to accommodate the latching bolts and over-sized washerless wing nuts located on the housing. Twelve inch sections shall have two forked lugs.

5.

VISORS

5.1

Visors shall be constructed of ultra-violet stabilized virgin polycarbonate material with a minimum thickness of 0.06 inches, matching the specified color of the housing.

5.2

All signal sections for three (3), four (4) or five (5) section signal heads shall be provided with tunnel visors encircling 300 degrees of the lens.

5.3

Visors shall be designed with a three (3) degree downward tilt.

5.4

The visor shall be designed to fit tightly against the door to prevent light filtration between the visor and the door.

5.5

Visors shall be mounted on the face of the door using stainless steel screws. The screws shall be of sufficient length to allow mounting or removing the visor without removing the screws.

5.6

Mounting holes in the visor or visor tabs shall be spaced at 90 degree intervals to allow visor installation in quarter-turn increments.

5.7

It shall be possible to install or remove a visor without opening the door or loosening any signal section parts other than the visor mounting screws.

5.8

The visors shall be interchangeable with LFE and TCT brand polycarbonate signal heads.

6.

COLOR

6.1

The color for the signal housing and doors shall be federal highway yellow or black as specified in the order.

6.2

The color for the visors shall be black interior with federal highway yellow exterior for yellow signal heads or black exterior for black signal heads, as specified.

7.

MISC.

7.1

All screws, nuts, latching bolts, and hinge pins shall be 300 series stainless steel.

7.2

Visors shall be packaged separately.

7.4

Two (2) parts catalogues with price sheets shall be provided.

Bid 4488-14

TS-48 6/11/2014 1:21 PM

p. 117

City of Garland

8.

OMITTED

9.

TESTING AND ACCEPTANCE

9.1

Upon request by the Transportation or Warehouse Departments, the apparent successful bidder shall furnish a sample of the equipment proposed. Any differences between the sample and the equipment to be furnished shall be noted by the supplier.

9.2

The sample, if requested, shall be supplied within two weeks from the date of request.

9.3

The sample may be examined and tested by the City of Garland both in the shop and under normal installed conditions. Failure of the equipment to meet these specifications or perform acceptably shall be cause to reject the supplier's bid.

9.4

Samples will be returned after testing if requested by the supplier. The sample may be considered as part of the shipment by a supplier if a purchase order is issued and it is identical to the other signal heads to be supplied.

10.

ACCEPTABLE BRANDS

10.1

Acceptable brands shall include TCT, LFE, General Traffic Equipment and Chapel Hill.

11.

EXCEPTIONS

11.1

Any and all exceptions to the specifications shall be described on the bid quotation.

11.2

Exceptions should reference the specification section and explain the variance between the specification and the proposed equipment.

12.

WARRANTY

12.1

The entire signal head assembly including the visor, housing, door frame, terminal blocks, and wires shall be warranted for a minimum of two (2) years against defects in workmanship and/or materials. All painted surfaces shall be warranted for a minimum period of two (2) years against fading, flaking, or discoloration. If an item fails at any time during its warranty period, the entire assembly shall be replaced at no cost to the City.

Bid 4488-14

Revised: 4/21/06

TS-49 6/11/2014 1:21 PM

p. 118

City of Garland

Bid 4488-14

TECHNICAL SPECIFICATION - BP CITY OF GARLAND SPECIFICATION ITEM: BACK PLATE, 5", FOR 3, 4 AND 5 SECTION 12” SIGNAL HEAD, AS SPECIFIED 1.

PURPOSE The purpose of this specification is to set forth the minimum design requirements for traffic signal head back plates, which minimize sun glare and background lighting and increase the target value of the signal head.

2.

GENERAL

2.1

Each back plate shall be 5 inches wide, as measured form the signal head edge to the outside edge of the back plate, and shall be maintained on all sides of the signal head.

2.2

The back plates shall be ordered for specific brands and configurations of signal heads (3, 4, or 5 attached signal sections).

2.3

The overall shape of each back plate shall be rectangular with rounded corners.

2.4

Each back plate shall be of one piece construction.

2.5

Each back plate shall be vacuum formed and constructed of black Lexan polycarbonate of 0.093” minimum thickness.

2.6

The front side of each back plate shall have a hair cell finish. The back side shall have a smooth finish.

2.7

Each back plate shall be constructed to attach to the back of the signal housing to flat 1-1/2” x 2” minimum areas on each corner. Mounting hardware shall consist of twelve (12) each plated 8/32” x 3/4” bolts, 9/32” flat washers, 9/32” x 1” fender washers, and 8/32” self locking nuts.

Revised: 5/12/91

TS-50 6/11/2014 1:21 PM

p. 119

City of Garland

Bid 4488-14

TECHNICAL SPECIFICATION - PH CITY OF GARLAND SPECIFICATION ITEM: PEDESTRIAN SIGNAL HEAD HOUSING, SINGLE SECTION, ONE-PIECE DIE CAST ALUMINUM, YELLOW OR BLACK, AS SPECIFIED 1.

PURPOSE The purpose of this specification is to set forth the minimum design and operating requirements for a pedestrian signal head housing consisting of one piece die cast aluminum. The signal heads shall be supplied without lenses, lamp sockets or reflectors, in either federal yellow or black colors, as specified.

2.

GENERAL

2.1

The signal heads shall conform to all of the latest I.T.E. Specifications

2.2

This specification describes the requirements for a pedestrian signal head housing. It shall consist of one-piece aluminum housing, a one-piece aluminum swing down door frame, a terminal block and stainless steel hinge pins and latches. A two-piece clamshell type mounting bracket shall be used to attach the pedestrian signal head to the signal pole.

3.

DIMENSIONS AND WEIGHT Dimensions of the signal head assembly shall be approximately 18.5 inches wide, 18.75 inches high, and 9 inches deep. The 9 inches deep dimension includes the visor and hinges. The maximum weight of the signal head, less mounting bracket, shall not exceed twenty-one pounds.

4.

HOUSING The single piece housing shall be die cast of corrosion resistant aluminum alloy complete with integrally cast top, bottom, sides, and back. Four (4) integrally cast hinge lug pairs, two (2) at the top and two (2) at the bottom of the housing, shall be provided for the operation of a swing down door.

5.

TERMINAL BLOCKS A three (3) position double-row, screw type terminal block with #10 binder head screws shall be mounted on the back plate inside the pedestrian signal housing.

6.

DOOR FRAME

TS-51 6/11/2014 1:21 PM

p. 120

City of Garland

Bid 4488-14

The cast aluminum door frame shall be cast complete with two (2) hinge lugs at the bottom and two (2) latch slots cast at the top of the door. The door shall be attached to the case by two (2) type 304 stainless steel spring pins or stainless steel detent type clevis pins. For locking the door shut, two (2) stainless steel hinged bolts with captive stainless steel wing nuts with integral washers shall be attached to the top of the case with stainless steel spring pins or stainless steel detent type clevis pins. All screws provided in addition to those detailed above shall be stainless steel, captive type screws. 7.

MOUNTING BRACKET – CLAMSHELL TYPE The pedestrian signal shall be mounted using a two-piece swing-open hinged clamshell type mounting bracket with a double row three position terminal block. The terminal block shall incorporate vertical (90°) quick-connect connectors on #10 binder head screws for both housing and field wires. The internal wiring shall use fully insulated, solderless quick-connectors for connecting to the terminal block. The design of the clamshell mounting bracket shall be such that one half of the bracket is attached to the pedestrian signal head housing and the other half is attached to the signal pole. The terminal block shall be installed on the bracket half affixed to the signal head housing. The clamshell mounting bracket shall be a weatherproof enclosure when closed. It shall have an automotive grade neoprene gasket to keep moisture out of the bracket assembly. The clamshell mounting bracket hinge shall be designed so the pedestrian signal head assembly can be removed by opening the bracket and sliding the signal head assembly vertically upward off the hinge pins leaving the half of the clamshell bracket with the hinge pins attached to the signal pole. No tools shall be required to attach or detach the two halves of the bracket. When the two bracket halves are mated, the pedestrian signal head housing can be locked into position using a single stainless steel vandal proof screw. When this screw is removed, it shall be possible to swing the mounting bracket open to access the terminal block. Terminal block access via removal of covers or access panels is not acceptable. When opened, the clamshell mounting bracket shall support the full weight of the head assembly. The clamshell mount shall provide for three methods of installation without any modification: a. b. c.

8.

Through bolt Banding Lag screws (wood pole)

PAINTING AND COLORS Prior to final assembly the housing, door frame, and other aluminum components shall be cleaned and etched with an iron phosphate solution. After rinsing, the TS-52

6/11/2014 1:21 PM

p. 121

City of Garland

Bid 4488-14

aluminum components shall be sealed with a chemical sealer. A top grade T.G.I.C. polyester powder coat paint shall be electrostatically applied and oven baked at 400° for a period of time in accordance with the paint manufacturer's recommendation. The minimum thickness of the applied paint shall be at least 2 mil. The paint color shall be either federal yellow or black for the signal head housing and the clamshell mounting bracket shall match the color of the signal head, as specified. The paint color for the aluminum parts of the door shall be flat black. 9.

ORDERING INFORMATION Pedestrian signal head assemblies are to be delivered with brackets attached, unless otherwise specified. The location of the mounting bracket on either the left or right side of the head housing shall determine whether the assembly is to be installed to the right or left of the mounting pole. Heads with the bracket attached to the left side of the housing when viewed from the lens side of the head are considered "right of pole" mount. Heads with the mounting bracket attached to the right side of the housing when viewed from the lens side of the head are considered "left of pole" mount. The bid request shall specify the quantity of each type.

10.

WARRANTY The entire pedestrian signal head assembly including the visor, housing, door frame, terminal blocks, and wires shall be warranted for a minimum of two (2) years against defects in workmanship and/or materials. All painted surfaces shall be warranted for a minimum period of two (2) years against fading, flaking, or discoloration. If an item fails at any time during its warranty period, the entire assembly shall be replaced at no cost to the City. A written warranty statement that complies with the warranty requirements of this specification shall be included with the bid response if bidding on these items.

DATE PREPARED:

12/17/04

DATE REVISED:

4/21/06

TS-53 6/11/2014 1:21 PM

p. 122

City of Garland

Bid 4488-14

Attachment 1 Specification for: LIGHT EMITTING DIODE (LED) VEHICLE TRAFFIC SIGNAL MODULES This specification is for the purchase of light emitting diode (LED Traffic Signal Modules (herein referred to as modules) in the following configurations: the 12 inch (300 mm) circular sections, and the 12 inch (300 mm) arrow sections. All modules shall have the incandescent appearance, smooth and non-pixilated.

Glossary Wherever the following terms or abbreviations are used, the intent and meaning shall be interpreted as follows: AlInGaP Cd Chromaticity Conflict monitor Controller unit InGaN ITE LED Load switch MMU

MUTCD NEMA Power factor QPL Rated power THD VTCSH

Aluminum indium gallium phosphorus material used in the production of the LED Candela. (Unit of measure of light intensity). The property of color of light A device that checks for the presence of conflicting signal indications. Traffic Signal Controller Indium gallium nitride material used in the production of the LED. Institute of Traffic Engineers Light Emitting Diode. A device used to switch power to signal indicators (Malfunction Management Unit) A device used to detect and respond to improper and conflicting signal indications and improper operating voltages in the traffic control system. Manual on Uniform Traffic Control Devices National Electrical Manufacturers Association The ratio of the real power component to the total (complex) power component. Qualified Products List The power consumption that the module was designed and tested for at ambient temperature (25C or 77F). Total Harmonic Distortion. (The amount of higher frequency power on the power line) Vehicle Traffic Control Signal Heads (Equipment and Material Standards of the Institute of Transportation Engineers)

1. General All makes and models of LED modules purchased for use in the City of Garland shall appear on the current TxDOT Traffic Signal Qualified Products List (QPL) and LED modules from the same manufacturer shall have been installed in at least ten (10) cities for at least four (4) years at the time that the bid is let. Provide modules that consist of an assembly that utilizes LEDs as the light source in lieu of an incandescent lamp for use in traffic signal sections. Use LEDs that are AlInGaP technology for all indications. Install the ultra bright type LEDs that are rated for 100,000 hours of continuous operation from -40°C to +74°C. Design modules to have a minimum useful life of 72 months, and to meet all parameters of this specification during this period of useful life. Ensure, unless otherwise stated in these specifications, that each module meets or exceeds the

TS-54 6/11/2014 1:21 PM

p. 123

City of Garland

Bid 4488-14

requirements of the ITE VTCSH Light Emitting Diode (LED) Circular Signal Supplement, hereafter referred to as VTCSH. Arrow displays shall meet or exceed the electrical and environmental operating requirements of VTCSH, Part 3. 2. Electrical Provide modules that have maximum power consumption equal to or below the requirements of Table 1. Design the modules to operate from a 60 ±3 HZ AC line voltage ranging from 80 volts to 135 volts. Ensure that fluctuations of line voltage have no visible effect on the luminous intensity of the indications. Design the module to have a normal operating voltage of 120 VAC, and measure all parameters at this voltage. Certify that the module has a power factor of 0.90 or greater, and that THD (current and voltage) induced into an AC power line by the module does not exceed 20 percent for modules with power ratings above 15W, and 40 percent for modules with power ratings of 15W or less. Design the modules onboard circuitry to include voltage surge protection to withstand high repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS-2, 1992. Ensure all wiring meets the requirements of Section 13.02 of the ITE Publication: Equipment and Material Standards, Chapter 2 (VTCSH). Provide spade terminals appropriate to the lead wires and sized for a #10 screw connection to the existing terminal block in a standard signal head. Ensure that the module is compatible with signal load switches and conflict monitors. Design the module to provide sufficient current draw to ensure proper load switch operation while the voltage is varied from a regulated 80Vrms to 135 Vrms. Design off-state for green and yellow modules to be 30Vrms or greater, and on-state to be 40Vrms or greater. Also for green and yellow modules, design the voltage decay to 10 Vrms or less to be 100 milliseconds or less. Ensure that the control circuitry prevents current flow through the LEDs in the off state to avoid a false indication. Design all modules to meet existing monitor specifications for each of the following types of signal monitors: NEMA TS-1 conflict monitors (including so-called NEMA plus features such as dual indication detection and short yellow time detection); NEMA TS-2 Malfunction Management Units; and 170 cabinet Type 210ECL and 2010ECL conflict monitors (including red monitoring and so-called plus features such as dual indication detection and short yellow time detection). Ensure that the modules and associated onboard circuitry meet Class A emission limits referred to in Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electronic noise. 3. Photometric and Chromaticity Requirements The maintained minimum luminous intensity values for the modules are shown in Tables 2 and 3. Test all ball modules for luminous intensity at 25°C to meet 115% of values in table 2. Design and certify the modules to meet or exceed the maintained minimum luminous intensity values throughout the warranty period based on normal use in a traffic signal operation over the operating temperature range. Test the Red and Green modules for maintained luminous intensity (tables 2 and 3) at 74°C (ITE 6.4.2.2). Use LEDs that conform to the chromaticity requirements of VTCSH Chapter 2, Section 8.04 throughout the warranty period over the operating temperature range. Make chromaticity coordinate compliance measurements at 25°C

TS-55 6/11/2014 1:21 PM

p. 124

City of Garland

Bid 4488-14

4. Physical and Mechanical Requirements Design the modules as retrofit replacements for installation into standard incandescent traffic sections that do not contain the incandescent lens, reflector assembly, lamp socket and lens gasket. Ensure that installation does not require special tools or physical modification for the existing fixture other than the removal of the incandescent lens, reflector assembly, lamp socket, and lens gasket. 5. Environmental Requirements Provide modules that are rated for use in the operating temperature range of -40°C (-40°F) to +74°C (+165°F). Ensure that the modules (except yellow) meet all specifications throughout this range. Fabricate the module to protect the onboard circuitry against dust and moisture intrusion per the requirements of NEMA Standard 250-1991 for Type 4 enclosures to protect all internal components. 6. Construction Design the module to be a single, self-contained device with the circuit board and power supply for the module inside and integral to the unit. Design the assembly and manufacturing process for the module to ensure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. Wire the individual LEDs such that a catastrophic loss or the failure of one LED will result in the loss of not more than 20 percent of the signal module light output. Solder the LEDs to the circuit board. 7. Materials Fabricate the lens and signal module from material that conforms to ASTM specifications. Enclosures containing either the power supply or electronic components of the module shall be made of UL94VO flame retardant materials. The lens of the signal module is excluded from this requirement. 8. Module Identification Permanently mark the manufacturer’s name, trademark, model number, serial number, date of manufacture (month & year), and lot number as identification on the back of the module. Permanently mark the following operating characteristics on the back of the module: rated voltage and rated power in Watts and Volt-Ampere. If a specific mounting orientation is required, provide permanent markings consisting of an up arrow, or the word “UP” or “TOP” for correct indexing and orientation within the signal housing. 9. Lens Provide a lens that is integral to the unit with a smooth outer surface and UV stabilized to withstand ultraviolet exposure for a minimum period of 72 months without exhibiting evidence of deterioration. Coat the front of a polycarbonate lens to make it more abrasion resistant. Seal the lens to the module to prevent moisture and dust from entering the module. Tint the red and yellow lens to match the wavelength (chromaticity) of the LED. Provide a green lens that is either colorless or tinted to match the wavelength (chromaticity) of the LED. 10. 12 Inch (300 mm) Arrow The following specification requirements apply to the 12 inch (300 mm) arrow module only.. All general specifications apply unless specifically superceded in this paragraph. Ensure that the arrow module meets specifications stated in Section 9.01 of the ITE VTCSH for arrow indications. Design arrow displays to be solid LEDs (spread evenly across the illuminated portion of the arrow or other designs) not outlines. Determine the luminous intensity using the CALTRANS 606 method or similar procedure. 11. Testing Provide test results for ball modules from an independent testing laboratory showing wattage and compliance with ITE VTCSH Part 2 specifications 6.4.2, 6.4.4.1, 6.4.4.2, 6.4.4.3, 6.4.5, and 6.4.6.1 as a minimum. The 6.4.2.1 test shall meet the requirements of Tables 2 and 4 of this specification. The

TS-56

6/11/2014 1:21 PM

p. 125

City of Garland

Bid 4488-14

6.4.2.2 test is for Red and Green only. Ensure that the LED signal modules tested are typical, average production units. Intertech Labs in Cortland, New York shall be considered an approved lab. Burn In - Energize the sample module(s) (a sample of one module minimum) for a minimum of 24 hours, at 100 percent on-time duty cycle, at a temperature of +74°C (+165°F) before performing any qualification testing. Any failure of the module, which renders the unit non-compliant with the specification after burn-in, shall be cause for rejection. All specifications will be measured including, but not limited to: A. Photometric (Rated Initial Luminous Intensity) - Measure at +25°C. Measure luminous intensity for red and green modules upon the completion of a 30 minute 100 percent on-time duty cycle at the rated voltage. Measure luminous intensity for yellow modules immediately upon energizing at the rated voltage. B. Chromaticity (Color) - Measure at +25°C. Measure chromaticity for red and green modules upon the completion of a 30 minute 100 percent on-time duty cycle at the rated voltage. Measure chromaticity for yellow modules immediately upon energizing at the rated voltage. C. Electrical - Measure all specified parameters for quality comparison of production quality assurance on production modules. (rated power, etc) Equipment Compatibility - In addition to the 6.4.4.5 test of modules for compatibility with controllers, conflict monitors, and load switches, perform the following test, and certify the results. Connect each signal module to the output of a standard load switch connected to a variable AC voltage supply (95 to 135 VAC). With the load switch “off,” vary the AC voltage from 95 Vrms to 135 Vrms, and measure the drop across the module. Readings greater than 15 Vrms are unacceptable. 12. Evaluation Each 12 inch ball module shall be visible at 450 feet during sway conditions (extended view) until obscured by the visor. Each 12 inch arrow module shall be visible at 300 feet during sway conditions (extended view) until obscured by the visor. Sufficient luminance during the extended views will be determined during this blind survey evaluation. 13. Warranty In addition to meeting the performance requirements for the minimum period of 72 months, provide a written warranty against defects in materials and workmanship for the modules for a period of 72 months after shipment acceptance of the modules. Replacement modules shall be provided within 30 days of receipt of modules that have failed at no cost to the City. All warranty documentation shall be given to the City prior to bid award. Provide luminous intensity testing at an independent lab, to determine degradation, for two modules of each color provided by City of Garland at the end of three and five years of operation. 14. Photometric Maintenance Provide testing at an independent laboratory for a designated module to be tested for maintained luminous intensity at 25°C once each year during the six year warranty period.

TS-57

6/11/2014 1:21 PM

p. 126

City of Garland

Bid 4488-14

15. Table 1: Maximum Power Consumption (in Watts)

Temperature 300 mm circular 200 mm circular 300 mm arrow

Red 25°C 17 10 9

Yellow 25°C 25 14 10

Green 25°C 24 12 11

Table 2: Specification for 12 inch (300 mm) Extended View Signals in the City of Garland Minimum Luminous Intensity Values (In Candelas) Expanded View Vertical Angle +/-2.5

+/-7.5

+/-12.5

+/-17.5

+/-22.5

Horizontal Angle (Left/Right) 2.5 7.5 12.5

RED

YELLOW

GREEN

339 251 141

678 501 283

678 501 283

17.5 2.5

77 226

154 452

154 452

7.5 12.5 17.5 22.5 27.5

202 145 89 38 16

404 291 178 77 32

404 291 178 77 32

2.5

50

101

101

7.5 12.5 17.5 22.5 27.5

48 44 34 22 16

97 89 69 44 32

97 89 69 44 32

2.5

22

44

44

7.5 12.5 17.5 (Not Extended View) 22.5

22 22 22 20 16

44 44 44 41 32

44 44 44 41 32

20 20

40 40

40 40

(Not Extended View) 27.5 2.5 17.5

Notes 1. 2. 3.

Design signal modules to meet these requirements as a minimum throughout the warranty period. Design signal modules to have a minimum initial intensity equal to 115% of Table 2 at 25°C. Independent laboratory test reports are required to validate the initial intensity. TS-58

6/11/2014 1:21 PM

p. 127

City of Garland

Bid 4488-14

Table 3: Minimum Initial and maintained Intensities for Arrow Indications (in cd/m2)

Arrow Indication

Red 5,500

Yellow 11,000

Green 11,000

Note Use CALTRANS 606 method or similar procedure. Table 4: Chromaticity Standards (CIE Chart) Red Yellow Green

Y: not greater than 0.308, or less than 0.998 - x Y: not less than 0.411, nor less than 0.995 - x, nor less than 0.452 Y: Not less than 0.506 -.519x, nor less than 0.150 + 1.068x, nor more than 0.730 - x

TS-59

6/11/2014 1:21 PM

p. 128

City of Garland

Bid 4488-14

Attachment 2

SPECIFICATION FOR LED Pedestrian Hand/Walking Figure Countdown Module Scope The following specification requirements shall apply to the Pedestrian Signal Face Modules utilizing full figure (solid filled-in) Raised Hand, Walking and Countdown indications utilizing the incandescent appearance, smooth and non-pixilated. General All makes and models of LED modules purchased for use in the City of Garland shall appear on the current TxDOT Traffic Signal Qualified Products List (QPL) and LED modules from the same manufacturer shall have been installed in at least ten (10) cities for at least four (4) years at the time that the bid is let. Pedestrian signal face modules shall be designed as retrofit replacements for existing standard 16” X 18” pedestrian signal head indications and require no special tools or modifications for installation. The module when installed shall conform to Institute of Transportation Engineers (ITE) Standards: “Pedestrian Traffic Control Signal Indications” and the Manual on Uniform Traffic Control Devices (MUTCD) current edition. The manufacturer's name, serial number, manufactured date (month and date), blank line for installation date to be filled out by installer 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. Photometric Requirements Each Module shall provide an average luminous intensity of at least 3,750 candela/m2 for the Upraised Hand and 5,300 candela/m2 for the Walking Person symbols throughout the useful life over the operating temperature range. The color output of the module shall conform to the requirements of ITE: “Pedestrian Traffic Control Signal Indications” and the MUTCD. The measured chromaticity coordinate of the modules shall conform to the requirements of Section 8.04 and figure 1 of the vehicle Traffic Control Signal Heads (VTCSH) standard. TS-60

6/11/2014 1:21 PM

p. 129

City of Garland

Bid 4488-14

The chromaticity measurements shall remain unchanged over the input line voltage range of 80 VAC to 135 VAC. Display/Design/Construction Each LED traffic signal lamp unit shall comprise a UV stabilized polymeric outer shell, multiple LED light sources, and a regulated power supply. LEDs are to be mounted on a polycarbonate positioning plate or conformably coated PC board. The LEDs shall be manufactured using AlInGaP (Aluminum-Indium-GalliumPhosphorous) technology or other LEDs with lower susceptibility to temperature degradation than AlGaS (Aluminum-Gallium-Arsenic). AlGaS LEDs will not be allowed. The LED traffic signal lamp unit shall operate on a 60 Hz AC line voltage ranging from 80 volts RMS to 135 volts RMS. The circuitry shall prevent flickering over this voltage range. Nominal rated voltage for all measurements shall be 117 volts RMS. The unit shall consist of a housing that is a sealed watertight enclosure that eliminates dirt contamination and allows for safe handling in all weather conditions. Moisture resistance testing shall be performed on LED signal modules in conformance with the requirements in NEMA Standard 250-1991 for Type 4 enclosures. Evidence of internal moisture after testing shall be cause for rejection. The LED Countdown Module shall be a single, self-contained device, not requiring onsite assembly for installation into existing pedestrian signal head housings. The assembly of the LED Countdown Module shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. Three secured, jacketed color coded 16 AWG copper wires 36” in length, rated for service at 105 degrees ‘C”, shall be provided for electrical connections. The countdown module shall be rated for use in the ambient operating temperature range of –40 degrees C (-40 F) to +74 C (+165 F). The LED countdown module shall be completely sealed against dust and moisture intrusion per NEMA Standards. The Pedestrian icon LED’s shall be arranged in a manner to form solid icon symbols. The shape of the symbols shall conform to the standard symbols for pedestrian signals. Outline symbols are not acceptable. The Raised Hand/Walking Figure symbols shall be not less than 10” in height and 6.5” in width and shall meet the standards for adequate luminous intensity. TS-61

6/11/2014 1:21 PM

p. 130

City of Garland

Bid 4488-14

The countdown digits shall be a minimum of 9” in height on a black opaque background. The countdown digits shall have double-row LEDs. The single-row LED configuration is not acceptable. The Raised Hand Symbol shall be “Portland Orange” in color and the Walking Figure shall be “Lunar White” in color and the LEDS used should be of the latest technology available. The individual LED light sources shall be interconnected so that a catastrophic failure of a single LED will result in a total loss of not more than 5% of the signal light output. Documentation Requirements Each LED traffic signal lamp unit shall be provided with the following documentation: 1. Complete and accurate installation wiring guide. 2. Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. Operational Characteristics The countdown module shall be compatible with all types of traffic controllers in existence. The countdown time module shall have a microprocessor capable of recording it’s own time when connected to a traffic controller. When connected, the module shall blank out the display during the initial two cycles while it records and verifies the countdown time using the Don’t Walk signal indication. The countdown time module shall continuously monitor the traffic controller for any changes to the pedestrian phase time and re-program itself automatically if needed. The countdown timer will be designed to either countdown to zero the accumulated sum of the Pedestrian “Walk” and “Clearance” times (Flashing Don’t Walk Indication) or countdown to zero only the “Clearance” time. During the steady “Don’t Walk” Indication the display will always be dark. The mode of operations shall be selected through an easily accessible dipswitch. The module default mode shall be set not to countdown the “Walk” time. If the walk interval is pre-empted (emergency vehicle), the countdown module shall skip the remaining walk time and begin the clearance interval countdown to reach zero (0) at the same time as the flashing raised hand becomes solid.

TS-62

6/11/2014 1:21 PM

p. 131

City of Garland

Bid 4488-14

If the walk interval and/or clearance interval are terminated by the controller due to railroad pre-emption, the countdown timer shall display a zero (0) for one (1) second and shall not display the countdown timing feature again until the unit has re-learned the pedestrian timing values. It shall take no more than two (2) consecutive signal cycles to re-learn the pedestrian timing values. When the flashing hand becomes solid, the module shall display zero for one second and then blank-out. The countdown display of the number of remaining seconds shall begin only at the beginning of the pedestrian change interval and after the countdown displays zero, the display shall remain dark until the beginning of the next countdown. The countdown module shall have accessible dipswitches for the following user selection options. 1- Disables countdown display. 2- Turn on all LED’s for testing. 3- “Coordinated” mode, (displays clearance time only). 4- Display 0 during standby. 5- Display walk time and clearance time. Quality Assurance The module shall be manufactured in accordance with a manufacturer quality assurance (QA) program. The QA Program shall include two types of quality assurance: (1) design quality assurance and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of the modules built to meet this specification, and a documented process of how problems are resolved. LED pedestrian signal modules shall be ISO9001 International Quality System certified. The module units not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. Burn–In The sample modules shall be energized for a minimum of twenty-four hours, at 100% on-time duty cycle, at a temperature of +74 degrees C (+165 degrees F) before performing any design qualification testing. Any failure of the module, which renders the unit non-compliant with the specifications after burn in shall be cause for rejection. For Design Qualification Testing, all specifications will be measured including, but not limited to: TS-63

6/11/2014 1:21 PM

p. 132

City of Garland

Bid 4488-14

Rated Initial Luminous Intensity, measured over the operating temperature range. Chromaticity (Color), measured over the operating temperature range. Electrical, all specified parameters shall be measured and used for quality comparison of production quality assurance of the production modules. (rated power, etc). Equipment Compatibility Modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each pedestrian module shall be connected to the output of a standard load switch connected to an AC voltage developed across each LED pedestrian signal module so connected shall not exceed 10Vrms as the input AC voltage is varied from 95Vrms to 135Vrms. Mechanical vibration testing shall be as per MIL-STD-883. Test Method 2007, using three (3) four (4) minute cycles along each x, y, and z axis, at a force of 2.5G’s with a frequency sweep from 2HZ to 120HZ. The loosening of any external or internal components, or other physical damage shall be caused for rejection. Temperature Cycling shall be performed as per MIL-STD-833, Test Method 1010. The temperature range shall be per “Environmental Requirements”. Module(s) being tested shall be energized and functioning throughout the duration of the test. Failure of a module to function properly or any evidence of cracking of the module housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on all modules mounted in a standard Type “A” pedestrian housing per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. Production Quality Control Testing Burn-in period shall consist of each pedestrian signal module being energized at a rated voltage for a thirty (30)-minute stabilization period before the measurement is made. Each module shall be tested for rated initial intensity after burn-in. The ambient temperature for this measurement shall be +25 degrees C (+77 degrees F). Each module shall be tested for required power factor after burn-in. Each module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against rated values resulting from design qualification measurements. The current flow shall not exceed the rated value. TS-64

6/11/2014 1:21 PM

p. 133

City of Garland

Bid 4488-14

Each module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the lens and back covering materials, housing assembly, or wring assembly. Any defects shall be caused for rejection. Testing and Acceptance Upon request by the Transportation or Warehouse Departments, the apparent successful bidder shall furnish a sample of the equipment proposed. Any differences between the sample and the equipment to be furnished shall be noted by the supplier. The sample may be examined and tested by the City of Garland both in the shop and under normal installed conditions. Failure of the equipment to meet these specifications or perform acceptably shall be cause to reject the supplier's bid. Samples will be returned after testing if requested by the supplier. The sample may be considered as part of the shipment by a supplier if a purchase order is issued and it is identical to the other signal heads to be supplied. Acceptable Brands Duralight Dialight Gelcore Leotek

Unacceptable Brands

Warranty The manufacturer shall provide a written warranty against defects in material and workmanship for the Pedestrian Signal Modules for a period of seventy-two (72) months after acceptance of the modules. Replacement modules shall be provided within seven (7) calendar days after receipt of modules that have failed at no cost to the owner. All warranty documentation shall be given to the Owner prior to the random sampling testing.

TS-65

6/11/2014 1:21 PM

p. 134

City of Garland

Bid 4488-14

. Bids submitted in hard copy, shall be placed in a sealed envelope, signed by a person having the authority to bind the firm in a contract and marked clearly on the outside as outlined below.

FAX TRANSMITTALS and E-MAIL WILL NOT BE ACCEPTED. Submission of Hard Copy Bid/Proposal: Mail or hand deliver to: City of Garland 200 North Fifth Street Purchasing Department, 2nd Floor Garland, Tx 75040 Mark Outside of Envelope:

Close:

Bid #___________:( Name of the Bid ) (__DATE___________) at 3:00 P.M. CST

1. Closing All responses must be received in the City of Garland Purchasing Office before bid closing date and time – no exceptions. The area immediately surrounding Garland City Hall is under construction therefore please allow additional time for disruptions in traffic flow and parking as needed. 2. Late Proposals Proposals received in the Purchasing office after submission deadline will be returned unopened and will be considered void and unacceptable. The City of Garland is not responsible for lateness of mail, carrier, etc. and time/date stamp clock in Purchasing Office shall be the official time of receipt. The City of Garland reserves the right to reject any and all bids/proposals and to waive any informality in the bids/proposals received.

6/11/2014 1:21 PM

p. 135

City of Garland

Bid 4488-14

5

CITY OF GARLAND STANDARD TERMS AND CONDITIONS 1. ENTIRE AGREEMENT: These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Garland’s request for Bid/Proposal are applicable to Contracts/Purchase Orders issued by the City of Garland hereinafter referred to as the City or Buyer and the Seller herein after referred to as the Bidder, Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Purchasing Department and the Supplier. No Terms and Conditions contained in the Sellers Bid/Proposal, Invoice or Statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the Contract/Purchase Order these written provisions will take precedence. 2. OFFICIAL BID NOTIFICATION: The City of Garland utilizes the following for official notifications of bid opportunities: www.bidsync.com and the Commercial Daily Record of Dallas County. These are the only forms of notification authorized by the City. The City is not responsible for receipt of notifications or information from any source other than those listed. It shall be the supplier’s responsibility to verify the validity of all bid information received from any source other than the City of Garland. There will be NO COST to the Seller for using Bidsync for its Bids/Proposals. 3. FRAUD POLICY: The City of Garland is committed to preventing Fraud, Waste, Abuse and Unethical Conduct by its employees. Suppliers and potential suppliers should become familiar with the City of Garland’s Fraud Policy located on our website at www.ci.garland.tx.us, City Hall/Internal Audit/fraud Policy. Suppliers have a responsibility to report any known or suspected fraudulent activities, or unethical conduct, by calling the City’s Hot Line at 972-205-2739 or write to, Fraud Hot Line P.O. Box 469002 Garland TX 75046. All contacts will be held in strict confidence. 4. COUNCIL POLICY: Bidder shall comply with the requirements of City Council Policy OPNS-04 Qualifications for Doing Business with the City of Garland and OPNS-28 Business Conduct with Delinquent Account Holders and litigants attached hereto. 5. PROHIBITION AGAINST PERSON INTEREST IN CONTRACTS: No City of Garland employee shall have a direct or indirect financial interest in any contract with the city, or be directly or indirectly financially interested in the sale of land, materials, supplies or services to the city. 6. COMPETITIVE PRICING: It is the intent of the city to consider Interlocal Cooperative Agreements and State/Federal contracts in determining the best value for the city. 7. INTERLOCAL AGREEMENT: Successful bidder agrees to extend prices to all entities that have entered into or will enter into joint purchasing interlocal cooperation agreements with the City. The city is a participating member of several interlocal cooperative purchasing agreements. As such, the city has executed interlocal agreements, as permitted under Chapter 791 of the Texas Government Code, with certain other political subdivisions, authorizing participation in a cooperative purchasing program. The successful supplier may be asked to provide products/services based upon the bid price, to any other participant. 8. RIGHT TO AUDIT: The city shall have the right to examine and audit after reasonable notice any and all books and records of Seller/Contractor that may relate to this agreement including, without limitation, the performance of Seller/Contractor, its employees, agents, and subcontractors. Such books and records will be maintained in accordance with generally accepted accounting principles and shall, upon request and at the city’s request, be made available at a location designated by the city. Seller/Contractor shall, except for copying costs, otherwise bear all costs of producing such records for examination and copying by the city. Unless otherwise agreed by the parties, such records must be made available to the city within five business days. The provisions of this paragraph shall survive the termination of this agreement. 9. CORRESPONDENCE: The Bid number must appear on all correspondence and inquiries pertaining to the Request for Bid. The Purchase Order number must appear on all invoices or other correspondence relating to the contract. 10. INDEMNITY/INSURANCE: See attached City of Garland minimum requirements, required for all on-site work on city property. 11. EASEMENT PERMISSION: The contractor shall not enter or use private property except as allowed by easements shown on the contract documents or if the contractor obtains specific written permission from the property owner. 12. CITY PROVIDED SERVICES: The contractor, or any sub-contractor or supplier shall use only city provided services in performing this contract including but not limited to: Electric (if available), Water, Sanitation and Solid Waste Services. The rate charged by the city shall be the same as charged for the same or similar services. Commercial Solid Waste rates may be obtained from City of Garland Environmental Waste Department at, 972-205-3500. 6/11/2014 1:21 PM 13. CONTRACTOR EQUIPMENT IDENTIFICATION: All equipment used on the project shall be clearly marked with the contractor’s name and. Subcontractor equipment shall also be similarly marked.

p. 136

12. CITY PROVIDED SERVICES: The contractor, or any sub-contractor or supplier shall use only city provided services in performing this contract including but not limited to: Electric (if available), Water, Sanitation and Solid Waste Services. The rate charged by the city shall be City of Garland Bid 4488-14 the same as charged for the same or similar services. Commercial Solid Waste rates may be obtained from City of Garland Environmental Waste Department at, 972-205-3500. 13. CONTRACTOR EQUIPMENT IDENTIFICATION: All equipment used on the project shall be clearly marked with the contractor’s name and. Subcontractor equipment shall also be similarly marked. 14. DELIVERY: All goods shall be delivered F.O.B. Destination unless otherwise authorized herein. C.O.D. shipments or deliveries are not permitted. 15. SPECIFICATIONS-SAMPLES: If bidding on other than the item requested, sellers bid must identify the Trade Name, Manufacturer’s Name and/or Catalog Number, and certify the item offered is equivalent. Descriptive literature must be submitted with alternate brands. Samples shall be furnished free of expense to the city and if requested, may be returned at bidder’s expense. 16. TIE BIDS: In the event of tie bids, preference will be given to the bidder who offers the best value to the city in accordance with State Law. 17. ERROR-QUANTITY: Bids must be submitted in units of quantity specified, extended, and totaled. In the event of discrepancies in extension, the unit prices shall govern. 18. ACCEPTANCE: The right is reserved to accept or reject all or part of the bid, and to accept the offer considered most advantageous to the city by line item or total bid. 19. OEM PARTS: All vehicle options to be OEM factory installed unless otherwise identified on this bid. 20. SUBSTITUTION: Every delivery of goods by the supplier must comply with all provisions of this order including the specifications, delivery schedule, quantity and quality. Any delivery which does not conform to the buyers requirements shall constitute a breach of contract. Seller does not have authorization to make a substitute unless it is agreed to by the buyer. 21. BID LIST REMOVAL: The city reserves the right to remove a supplier from any Bid List for: (1) continued failure to be responsive to the city, (2) failure to deliver merchandise within promised time, (3) delivery of substandard merchandise or (4) failure to comply with the Contract/Purchase Order requirements. 22. DELIVERY TIMES: Deliveries to the City Warehouse or other designated City Buildings or Facilities will be accepted during normal working hours, i.e. 8:00a.m. to 4:00p.m., Monday through Friday unless other arrangements have been made. Deliveries being made directly to city work sites should be coordinated with the city employee responsible for the work being performed at that site. 23. PACKAGING: Unless otherwise indicated, items will be new, not rebuilt, in first class condition, and in containers suitable for damagefree shipment. 24. WARRANTY: By accepting this order seller warrants that the goods and services to be furnished will be free from defects in materials and workmanship, be of merchantable quality and fit for ordinary use, be in full conformance with buyer’s specifications, drawings and data, seller’s samples or models, and express warranties, and to be fit for any buyer’s particular purpose expressly or impliedly known. These warranties are in addition to all others given to the buyer by the seller or by law. Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the buyer, and any such limitations or exclusions are void. 25. TERM CONTRACTS: Except as otherwise provided herein, prices must remain firm for the entire contract period, including any periods of extension or renewal. At the time of any renewal or extension of the contract, the city or the supplier may request a price adjustment based upon the economy. All requests for a price adjustment must include detailed documentation and rationale to support the requested adjustment. The party to whom a request for price adjustment is made may, in its sole discretion, accept or reject the request. Any price adjustment must be mutually agreed upon in writing by the parties, and shall be effective for the applicable renewal term. 26. TERM CONTRACT QUANTITIES: The quantities in the request for bid are estimated requirements and the city reserves the right to increase or decrease the quantities or cancel any item to be furnished. The successful bidder shall have no claim against the city for anticipated profits for quantities diminished or deleted. 27. TERM CONTRACT SHIPMENTS: The supplier will make shipments under this contract only when requested and only in the quantities requested. If there are minimum shipments or standard packaging requirements please note the items affected. 28. CONTRACT RENEWAL OPTIONS: In the event a clause for option to renew for an additional period is included in the request for bid, all renewals will be based solely upon the option and agreement between the city and the supplier. Either party dissenting will terminate the contract in accordance with its initial specified term. 29. TAXES-EXEMPTION: All quotations are required to be submitted LESS Federal Excise and State Sales Taxes. Tax Exemption Certificate will be executed for the successful supplier. 30. ASSIGNMENT: Seller shall not assign this order or any interest herein, including any performance or any amount which may be due or become due hereunder, without buyer’s prior written consent. 31. INVOICING: Send ORIGINAL INVOICE to address indicated on the purchase order. If invoice is subject to cash discounts the discount period will begin on the day invoices are received. So that proper cash discount may be computed, invoice should show amount of freight 6/11/2014 1:21 PM as a separate item, if applicable; otherwise, cash discount will be computed on total amount of invoice.

p. 137

30. ASSIGNMENT: Seller shall not assign this order or any interest herein, including any performance or any amount which may be due or Bid 4488-14 become due hereunder, without buyer’s prior written consent. City of Garland 31. INVOICING: Send ORIGINAL INVOICE to address indicated on the purchase order. If invoice is subject to cash discounts the discount period will begin on the day invoices are received. So that proper cash discount may be computed, invoice should show amount of freight as a separate item, if applicable; otherwise, cash discount will be computed on total amount of invoice. 32. INSPECTION: Goods purchased are subject to inspection and approval by buyer. Buyer reserves the right to reject or refuse acceptance of goods which are not in accordance with buyer’s instructions, specifications, drawings and data, or seller’s warranties (expressed or implied). Goods not accepted will be returned to seller at seller’s risk and expense. Payment for any goods shall not be deemed an acceptance thereof. 33. ELECTRONIC SIGNATURE – UNIFORM ELECTRONIC TRANSACTION ACT: The city adopts Vernon’s Texas Statutes and Codes Annotated Business and Commerce Code Chapter 43. Uniform Electronic Transaction Act, allowing individuals, companies, and governmental entities to lawfully use and rely on electronic signatures. 34. FUNDING OUT CLAUSE: This agreement may be terminated by the city without notice and without penalty or liability in the event that (1) the city lacks sufficient funds for this agreement; (2) funds for this agreement are not appropriated by the City Council of the City; and (3) funds for this agreement that are or were to be provided by grant or through an outside service are withheld, denied or are otherwise not available to the city. 35. DISPUTE RESOLUTION: Pursuant to subchapter I, Chapter 271, TEXAS LOCAL GOVERNMENT CODE, contractor agrees that, prior to instituting any lawsuit or other proceeding arising from any dispute or claim of breach under this Agreement (a “Claim”), the parties will first attempt to resolve the claim by taking the following steps: (i) A written notice substantially describing the factual and legal basis of the claim shall be delivered by the contractor to the city within one-hundred eighty (180) days after the date of the event giving rise to the claim, which notice shall request a written response to be delivered to the contractor not less than fourteen (14) business days after receipt of the notice of claim; (ii) if the response does not resolve the claim, in the opinion of the contractor, the contractor shall give notice to that effect to the city whereupon each party shall appoint a person having authority over the activities of the respective parties who shall promptly meet, in person, in a effort to resolve the claim; (iii) if those persons cannot or do not resolve the claim, then the parties shall each appoint a person from the highest tier of managerial responsibility within each respective party, who shall then promptly meet, in person, in an effort to resolve the claim. 36. DISCLOSURE OF CERTAIN RELATIONSHIPS: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any supplier or person considering doing business with a local government entity disclose in the Questionnaire Form CIQ, the supplier or person’s affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, this questionnaire must be filed with the Records Administrator of the City of Garland not later than the 7 th business day after the date the supplier or person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Chapter 176 and the questionnaire may be found at www.garlandpurchasing.com. By submitting a response to this request, supplier represents that it is in compliance with the requirements of Chapter 176 of the Texas Local Government Code. 37. PERFORMANCE: If seller fails to comply with any provisions or terms of this order, the buyer, may at buyer’s option, cancel this order or any other orders outstanding. In the event of cancellation buyer retains all rights and remedies it may have. 38. PATENTS: Seller agrees to indemnify and hold harmless the buyer against all costs and expenses, including attorneys fees and undertakes and agrees to defend at seller’s own expense, all suits, actions or proceedings in which buyer or the users of buyer’s products are made defendants of actual or alleged infringement of any U.S. or foreign patent resulting from the use or sale of the items purchased hereunder (except infringement necessarily resulting from adherence to buyer’s specifications or drawings) and further agrees to pay and discharge any and all judgments or decrees which may be rendered in any such suit, action or proceeding. 39. APPLICABLE LAW: This agreement shall be governed by the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this agreement. 40. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 41. TERMINATION: The city at any time after issuance of this agreement, by 30 days written notice, has the absolute write to terminate this agreement for cause or convenience. Cause shall be the supplier’s refusal or failure to satisfactorily perform or complete the work within the time specified, or failure to meet the specifications, quantities, quality and/or other requirements specified in the Contract/Purchase Order. In such case the supplier shall be liable for any damages suffered by the city. If the agreement is terminated for convenience, the supplier has no further obligation under the agreement. Payment shall be made to cover the cost of material and work in process or “consigned” to the city as of the effective date of the termination. 42. FORCE MAJEURE: To the extent either party of this agreement shall be wholly or partially prevented from the performance of the term specified, or of any obligation or duty placed on such party by reason of or through work strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, court judgment, act of God, or other specific cause reasonably beyond the parties control and not attributable to it’s malfeasance, neglect or nonfeasance. In such event, the time for performance of such obligation or duty shall be suspended until such disability to perform is removed. 43. During evaluation process City reserves the right to request a best and final offer upon completion of negotiations. 44. WORKING DAY OR DAYS: The following are legal holidays for the City of Garland: 6/11/2014 1:21 PM New Year’s Day

p. 138

malfeasance, neglect or nonfeasance. In such event, the time for performance of such obligation or duty shall be suspended until such disability to perform is removed. City of Garland 43. During evaluation process City reserves the right to request a best and final offer upon completion of negotiations.

Bid 4488-14

44. WORKING DAY OR DAYS: The following are legal holidays for the City of Garland: New Year’s Day Martin Luther King, Jr. Day Memorial Day July 4 th Labor Day Thanksgiving (2 days) Christmas (2 days) Business Hours: 8:00a.m. to 5:00p.m. Monday through Friday.

CITY COUNCIL POLICY OPNS-04 – Qualifications for Doing Business with the City I.

Purpose and Need for Policy The purpose of this policy is to foster the public’s trust in the conduct of City business and to further insure the expenditures of public funds is beyond reproach.

II.

Policy Other than the exceptions cited below, it is the policy of the City Council to not enter into or renew a contract to purchase, sell, or lease property or services to or from any entity described in this policy.

III.

Procedure to Accomplish Policy A.

The City of Garland shall not, except as provided herein, enter into or renew a contract to purchase, sell, or lease property or services to or from any person or entity who has been: 1) 2)

B.

Persons or entities doing business with the City include: 1) 2) 3) 4) 5)

C.

Convicted of any state or federal felony offense. Conviction includes a final probation, deferred adjudication or similar disposition. Convicted or fined in excess of $50,000 on certain state or federal discrimination offenses. Discrimination charges include only those brought for discrimination against the race, sex, or religion or an individual or class of individuals.

Individuals, corporations, partnerships, associations, or limited liability companies. Owner or principal operators of entities referenced in paragraph B (1). Principal officers of entities referenced in paragraph B (1). Shareholders in corporations or limited liabilities companies if there are five or fewer shareholders. Majority owned affiliates of any entity referenced in paragraph B (1).

This policy shall not apply when: 1) 2) 3) 4)

Three years have elapsed between the conviction and the approval of the contract. The contract does not require City Council approval. Anything of value is paid or given to informants or participants in a crime stopper program, or The City Council determines this policy could cause grave injury or impose a severe financial hardship to the City of Garland by its application, and is waived by an affirmative vote of not less than six (6) Council members.

D.

On bid applications that may result in a contract award by the City Council, the City shall require a representation by bidders that the bidder is not disqualified by the application of this policy.

E.

After contract award, but prior to the commencement of the project or the delivery of the service or property, a determination that the bidder is in violation of this policy shall be cause for terminating the contract.

By the execution and submission of this bid, bidder acknowledges that bidder has received a copy of City Council Policy OPNS-04 and bidder represents and warrants that bidder complies with the requirements of the City Council Policy OPNS-04 and is in no manner disqualified from doing business with the City under that policy.

6/11/2014 1:21 PM

CITY COUNCIL POLICY OPNS-28 – Business Conduct with Delinquent Account Holders and Litigants

p. 139

City of Garland

Bid 4488-14

CITY COUNCIL POLICY OPNS-04 – Qualifications for Doing Business with the City I.

Purpose and Need for Policy The purpose of this policy is to foster the public’s trust in the conduct of City business and to further insure the expenditures of public funds is beyond reproach.

II.

Policy Other than the exceptions cited below, it is the policy of the City Council to not enter into or renew a contract to purchase, sell, or lease property or services to or from any entity described in this policy.

III.

Procedure to Accomplish Policy A.

The City of Garland shall not, except as provided herein, enter into or renew a contract to purchase, sell, or lease property or services to or from any person or entity who has been: 1) 2)

B.

Persons or entities doing business with the City include: 1) 2) 3) 4) 5)

C.

Convicted of any state or federal felony offense. Conviction includes a final probation, deferred adjudication or similar disposition. Convicted or fined in excess of $50,000 on certain state or federal discrimination offenses. Discrimination charges include only those brought for discrimination against the race, sex, or religion or an individual or class of individuals.

Individuals, corporations, partnerships, associations, or limited liability companies. Owner or principal operators of entities referenced in paragraph B (1). Principal officers of entities referenced in paragraph B (1). Shareholders in corporations or limited liabilities companies if there are five or fewer shareholders. Majority owned affiliates of any entity referenced in paragraph B (1).

This policy shall not apply when: 1) 2) 3) 4)

Three years have elapsed between the conviction and the approval of the contract. The contract does not require City Council approval. Anything of value is paid or given to informants or participants in a crime stopper program, or The City Council determines this policy could cause grave injury or impose a severe financial hardship to the City of Garland by its application, and is waived by an affirmative vote of not less than six (6) Council members.

D.

On bid applications that may result in a contract award by the City Council, the City shall require a representation by bidders that the bidder is not disqualified by the application of this policy.

E.

After contract award, but prior to the commencement of the project or the delivery of the service or property, a determination that the bidder is in violation of this policy shall be cause for terminating the contract.

By the execution and submission of this bid, bidder acknowledges that bidder has received a copy of City Council Policy OPNS-04 and bidder represents and warrants that bidder complies with the requirements of the City Council Policy OPNS-04 and is in no manner disqualified from doing business with the City under that policy.

CITY COUNCIL POLICY OPNS-28 – Business Conduct with Delinquent Account Holders and Litigants I.

Purpose and Need for Policy The City conducts business with its citizens and the public at -large. In so doing, there are instances where the City may be asked to conduct business with those who are delinquent in their payment(s) to the City on various accounts or who may be involved in litigation with the City. Examples of the types of delinquent accounts which can be substantial in nature are impact fees, property taxes (generally person property), utility bills, EMS fees, and damage claims to City property. A policy is needed to ensure that the City does not conduct business with those individuals.

II.

Policy

It is the policy of the City Council to forbid any individual or business entity to conduct business with the City if such person(s) currently owe(s) the City money which is past due or delinquent on property taxes, impact fees, utility bills, Municipal Court fees, 6/11/2014 1:21 PM EMS fees, or damage claims to City property. Unless prohibited by law, it shall further be the policy of the City Council to forbid

p. 140

By the execution and submission of this bid, bidder acknowledges that bidder has received a copy of City Council Policy OPNS-04 and bidder represents and warrants that bidder complies with the requirements of the City Council Policy OPNS-04 and is in no mannerCity disqualified of Garland from doing business with the City under that Bid 4488-14 policy.

CITY COUNCIL POLICY OPNS-28 – Business Conduct with Delinquent Account Holders and Litigants I.

Purpose and Need for Policy The City conducts business with its citizens and the public at -large. In so doing, there are instances where the City may be asked to conduct business with those who are delinquent in their payment(s) to the City on various accounts or who may be involved in litigation with the City. Examples of the types of delinquent accounts which can be substantial in nature are impact fees, property taxes (generally person property), utility bills, EMS fees, and damage claims to City property. A policy is needed to ensure that the City does not conduct business with those individuals.

II.

Policy It is the policy of the City Council to forbid any individual or business entity to conduct business with the City if such person(s) currently owe(s) the City money which is past due or delinquent on property taxes, impact fees, utility bills, Municipal Court fees, EMS fees, or damage claims to City property. Unless prohibited by law, it shall further be the policy of the City Council to forbid any individual or business entity who files meritless litigation against the City from conducting business with the City.

III.

Procedure to Accomplish Policy On a monthly basis, the Managing Director of Customer Services shall produce a delinquent accounts list containing the names of those businesses and/or individuals who are delinquent in paying the City for property taxes, impact fees, utility bills, EMS fees, or damage claims. Copies of the delinquent tax history shall be distributed to the City Manager ’s office, Purchasing, Engineering, Planning, and Building Inspection Departments. The delinquent accounts list relating to impact fees, utility bills, EMS fees, and/or damage claims shall be housed in the Customer Service Department. These lists will be available to the City Manager, Assistant City Manager ’s, and other departments upon request, to be checked prior to permit issuance or other conduct of business by the City with any business or individual. The City will not do business with any business or individual until the delinquent account is paid in full. The City shall not award any contracts for services and/or goods to any business, firm, and/or individual(s) who are delinquent or have demonstrated that they are not the most responsible bidder.

IV.

Responsibility and Authority 1.

The Managing Director of Customer Service shall be responsible for producing and distributing a delinquent accounts list containing names of businesses and/or individuals who are delinquent in paying their property taxes, impact fees, utility bills, EMS fees, or damage claims to the City.

2.

The Purchasing Manager shall be responsible for the reporting and removal of any bids submitted by any business(es), firm(s), and/or individual(s) who are delinquent in payment(s) of their utility bills, EMS fees, property taxes, impact fees, or have damage claims to the City.

3.

The City Manager is responsible to ensure that this policy is upheld and that the Council is kept abreast of its effectiveness.

By the execution and submission of this bid, bidder acknowledges that bidder has received a copy of City Council Policy OPNS-28 and bidder represents and warrants that bidder complies with the requirements of the City Council Policy OPNS-28 and is in no manner disqualified from doing business with the City under that policy.

6

6/11/2014 1:21 PM

p. 141

City of Garland

Bid 4488-14

5

Council of Governments

All bid responses must be in compliance with the latest edition of the Supplement to the Standard Specifications for Public Works Construction in North Central Texas.

6 6/11/2014 1:21 PM

p. 142

6/11/2014 1:21 PM

City of Garland

p. 143

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 144

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 145

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 146

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 147

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 148

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 149

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 150

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 151

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 152

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 153

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 154

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 155

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 156

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 157

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 158

Bid 4488-14

6/11/2014 1:21 PM

City of Garland

p. 159

Bid 4488-14

...\dgn\junk.dgn Oct. 21, 2004 11:14:11

City of Garland

6/11/2014 1:21 PM

Bid 4488-14

p. 160

...\dgn\junk2.dgn Oct. 21, 2004 11:22:55

City of Garland

6/11/2014 1:21 PM

Bid 4488-14

p. 161

City of Garland

Bid 4488-14

5

City of Garland CONTRACTOR INSURANCE REQUIREMENTS & AGREEMENT REQUIREMENTS Contractors performing work on City property or public right-of-way for the City of Garland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein.  Contractors shall provide the City evidence that all subcontractors performing work on the project  have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor’s policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Garland Risk Management office. Listed below are the types and minimum amounts of insurances required and which must be maintained during the term of the contract.  The City reserves the right to amend or require additional types and amounts of coverages or  provisions depending on the nature of the work.

1.

TYPE OF INSURANCE Workers’ Compensation Employers’ Liability

AMOUNT OF INSURANCE Statutory Limits $100,000 per occurrence

PROVISIONS

Commercial General (Public) Liability to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Business Auto Liability to include coverage for: a) Owned/Leased vehicles b) Non-owned vehicles c) Hired vehicles

B o d i l y I n j u r y - $250,000 per person, $500,000 per occurrence; Property Damage - $100,000 per occurrence -ORCombined single limit of $600,000

CITY  TO BE LISTED AS  ADDITIONAL INSURED AND PROVIDED 30 DAY NOTICE OF CANCELLATION or material change in coverage. Insurance company must be A rated or above.

B o d i l y I n j u r y - $250,000 per person, $500,000 per occurrence; Property Damage - $100,000 per occurrence -ORCombined single limit of $600,000

CITY TO BE LISTED AS ADDITIONAL  INSURED AND PROVIDED 30 DAY  NOTICE OF CANCELLATION or material change in coverage. Insurance company must be A rated or above.

CITY TO BE PROVIDED A WAIVER OF SUBROGATION, AND 30 DAY NOTICE OF CANCELLATION or material change in coverage. Insurance company must be A -

rated or above. 2.

3.

Certificate of Liability Insurance forms may be faxed  to Purchasing Department , attn:  Liz Segura , @ 972 -2052416, phone 972 -205-2415 or emailed to: [email protected]   Questions regarding required insurance should be directed to Robby Neill, City of Garland Risk Manager, (972)205-2481.   This form must be signed and returned with your quotation.  You are stating that you do have the required insurance and if selected to perform work for the City, will provide the certificates of insurance  with the above requirements to the City.  A PURCHASE ORDER WILL NOT BE ISSUED WITHOUT EVIDENCE OF INSURANCE. AGREEMENT I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Garland.  I also agree to provide the City evidence of insurance coverage on any and all subcontractors  performing work on the project. 6/11/2014 1:21 PM

p. 162

I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Garland.  I also agree to provide the City evidence of insurance coverage on any and all subcontractors  City of Garland Bid 4488-14 performing work on the project.

City of Garland INDEMNIFICATION AGREEMENT

The Contractor agrees to indemnify, hold harmless and defend the City of Garland, its officers, agents and employees, both past and present, from and against liability for any and all claims, liens, suits, demands, and actions for damages, injuries to persons (including death), property damage (including loss of use), and expenses, (including court costs, attorneys ’ fees and other reasonable costs of litigation) arising out of or resulting from Contractor’s work and activities conducted in connection with or incidental to this Contract and from any liability arising out of or resulting from intentional acts or negligence of the Contractor, including all such causes of action based upon common, constitutional, or statutory law, or based in whole or in part upon the negligent or intentional acts or omissions of Contractor, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. It is the express intention of the parties hereto, both the City and the Contractor, that the indemnity provided for in this Contract indemnifies and protects the City from the consequences of the City’s own negligence. The Contractor further agrees that it shall at all times exercise reasonable precautions on behalf of, and be solely responsible for, the safety of its officers, agents, employees, subcontractors, licensees, invitees and other persons, as well as their property, while in the vicinity where the work is being done.  It is expressly understood and agreed  that City shall not be liable or responsible for the negligence or other fault of the Contractor, its officers, agents, employees, subcontractors, licensees, invitees, or other person associated with the Contractor. The Contractor agrees to indemnify and save the City harmless from all claims growing out of any demands of subcontractors, laborers, workers, mechanics, materialmen, and furnishers of supplies, equipment, financing, or any other goods or services, tangible or intangible.  When the City so desires, the Contractor shall furnish  satisfactory evidence that all obligations of the nature hereinabove designated have been paid discharged or waived. INDEPENDENT CONTRACTOR Contractor acknowledges that Contractor is an independent contractor of the City and that Contractor is not an employee, agent, official or representative of the City.  Contractor shall not represent, either expressly or through  implication, that Contractor is an employee, agent, official or representative of the City.  Any income taxes, selfemployment taxes, social security taxes and the like are the sole responsibility of the Contractor. Nothing contained in this Contract shall be deemed or construed by the parties hereto or by any third party to create the relationship of principal and agent or of partnership or of joint venture or of any association whatsoever between the parties, it being expressly understood and agreed that no provision contained in this Agreement nor any act or acts of the parties hereto shall be deemed to create any relationship between the parties other that the relationship of independent parties contracting with each other solely for the purpose of effecting the provisions of this Contract. I understand that the indemnification and Independent Contractor provisions are requirement of all City of Garland Contracts.  I have read the provisions agree to the terms of these provisions.

6/11/2014 1:21 PM

COMPANY NAME

TITLE

SIGNATURE

DATE

p. 163

6

the City of Garland.  I also agree to provide the City evidence of insurance coverage on any and all subcontractors  performing work on the project. City of Garland Bid 4488-14

City of Garland INDEMNIFICATION AGREEMENT

The Contractor agrees to indemnify, hold harmless and defend the City of Garland, its officers, agents and employees, both past and present, from and against liability for any and all claims, liens, suits, demands, and actions for damages, injuries to persons (including death), property damage (including loss of use), and expenses, (including court costs, attorneys ’ fees and other reasonable costs of litigation) arising out of or resulting from Contractor’s work and activities conducted in connection with or incidental to this Contract and from any liability arising out of or resulting from intentional acts or negligence of the Contractor, including all such causes of action based upon common, constitutional, or statutory law, or based in whole or in part upon the negligent or intentional acts or omissions of Contractor, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. It is the express intention of the parties hereto, both the City and the Contractor, that the indemnity provided for in this Contract indemnifies and protects the City from the consequences of the City’s own negligence. The Contractor further agrees that it shall at all times exercise reasonable precautions on behalf of, and be solely responsible for, the safety of its officers, agents, employees, subcontractors, licensees, invitees and other persons, as well as their property, while in the vicinity where the work is being done.  It is expressly understood and agreed  that City shall not be liable or responsible for the negligence or other fault of the Contractor, its officers, agents, employees, subcontractors, licensees, invitees, or other person associated with the Contractor. The Contractor agrees to indemnify and save the City harmless from all claims growing out of any demands of subcontractors, laborers, workers, mechanics, materialmen, and furnishers of supplies, equipment, financing, or any other goods or services, tangible or intangible.  When the City so desires, the Contractor shall furnish  satisfactory evidence that all obligations of the nature hereinabove designated have been paid discharged or waived. INDEPENDENT CONTRACTOR Contractor acknowledges that Contractor is an independent contractor of the City and that Contractor is not an employee, agent, official or representative of the City.  Contractor shall not represent, either expressly or through  implication, that Contractor is an employee, agent, official or representative of the City.  Any income taxes, selfemployment taxes, social security taxes and the like are the sole responsibility of the Contractor. Nothing contained in this Contract shall be deemed or construed by the parties hereto or by any third party to create the relationship of principal and agent or of partnership or of joint venture or of any association whatsoever between the parties, it being expressly understood and agreed that no provision contained in this Agreement nor any act or acts of the parties hereto shall be deemed to create any relationship between the parties other that the relationship of independent parties contracting with each other solely for the purpose of effecting the provisions of this Contract. I understand that the indemnification and Independent Contractor provisions are requirement of all City of Garland Contracts.  I have read the provisions agree to the terms of these provisions.

6/11/2014 1:21 PM

COMPANY NAME

TITLE

SIGNATURE

DATE

6

p. 164

City of Garland

Bid 4488-14

6

6/11/2014 1:21 PM

p. 165

City of Garland

Bid 4488-14

5

ADDITIONAL CLAUSE #4 Bidder shall submit a bid bond equal to five percent (5%) of the bid price. Failure to submit a bid bond when required may deem the bid non-responsive. Bid Bonds may be submitted electronically with the executed original provided immediately upon request.

6 6/11/2014 1:21 PM

p. 166

City of Garland

Bid 4488-14

5

PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS

}

}

WHEREAS, ________________________________________ as principal ("Contractor") and ___________________________________________________________________________, a corporation organized under the laws of _____________________________________ and being duly authorized to do business in the State of Texas, as surety ("Surety")(whether one or more), do hereby expressly acknowledge themselves to he held and bound to pay to the City of Garland, Texas, a homerule municipality organized and operating under the Constitution and laws of the State of Texas (the "City"), its successors and assigns, and to all persons, firms, subcontractors and corporations who may furnish materials or labor under the contract as more fully described below, the sum of _______________________________________ Dollars in the lawful currency of the United States of America ($ _________________ ) for the payment of which Contractor and Surety are liable to the City, jointly and severally; and WHEREAS, Contractor has this day entered into a written contract with the City to build and construct:

Name of Project which contract and the plans and specifications therein mentioned (collectively referred to hereinafter as the "Contract") are hereby expressly incorporated into and made a part hereof as though set forth at length; and WHEREAS, this bond is given pursuant to Chapter 2253 of the Texas Government Code; NOW, THEREFORE, if Contractor shall well, truly and faithfully perform all of the undertakings, duties, terms, conditions and agreements of the Contract; shall satisfy all claims and demands incurred under the Contract; shall fully indemnify and hold the City harmless; shall reimburse and repay the City for any outlay or expense which the City may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations who may furnish materials or labor under the Contract, then this obligation shall be void; otherwise to remain in full force and effect. The obligations of Contractor and Surety under this bond apply both to the original Contract and to any extension or modification of the Contract and Surety agrees that no change, extension of time, addition, expansion or other modification of the Contract, the work to be done under the Contract, or the plans and specifications which are a part of the Contract shall in any manner affect the obligations of Surety under this bond, and Surety waives notice of any such change, extension of time, addition, expansion or other modification. The obligations of Contractor and Surety under this bond are performable and payable in Dallas County, Texas such that exclusive venue for any legal action pertaining to this bond shall lie in Dallas County, Texas. By their signatures below, the persons signing this bond warrant and represent that they are, respectively, duly authorized to sign on behalf of Contractor and Surety. EXECUTED this the _____ day of _______________, 2___. CONTRACTOR:

SURETY:

By:________________________________ Title:_______________________________

By:___________________________________ Title:__________________________________

6/11/2014 1:21 PM

p. 167

under this bond, and Surety waives notice of any such change, extension of time, addition, expansion or other modification. The obligations of Contractor and Surety under this bond are performable and Bid 4488-14 City of Garland payable in Dallas County, Texas such that exclusive venue for any legal action pertaining to this bond shall lie in Dallas County, Texas. By their signatures below, the persons signing this bond warrant and represent that they are, respectively, duly authorized to sign on behalf of Contractor and Surety. EXECUTED this the _____ day of _______________, 2___. CONTRACTOR:

SURETY:

By:________________________________ Title:_______________________________

By:___________________________________ Title:__________________________________

ACKNOWLEDGMENTS [Contractor] STATE OF TEXAS COUNTY OF DALLAS}

}

Before me _____________________________________________________(insert the name of the officer) on this day _______________ personally appeared ___________________________ known to me (or proved to me on the oath of ________________________) or through ____________________ (description of identity card or other document) to be the person whose name is subscribed to the forgoing instrument and acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this ___________ day of ________________, 2______. ____________________________________ Notary Public in and for the State of Texas My Commission Expires:___________________

[Surety] STATE OF TEXAS COUNTY OF DALLAS}

________________________________________ Typed or Printed Name of Notary

}

This instrument was acknowledged before me on the ____day of ________________, 2___ by ______________________________ who is the _________________________ of the Surety, on behalf of Surety. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the ____ day of ______________, 2___. _____________________________________ Notary Public in and for the State of Texas

_________________________________________ Typed or Printed Name of Notary

My Commission Expires:_________________

Revised 1/10/00

revised 2/28/06(year signed only)

revised 7/6/06(notary wording)

6

6/11/2014 1:21 PM

p. 168

City of Garland

Bid 4488-14

5

MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS

}

}

WHEREAS, ______________________________ as principal ("Contractor") and _________ ____________________________________________________, a corporation organized under the laws of _____________________________________ and being duly authorized to do business in the State of Texas, as surety ("Surety")(whether one or more), do hereby expressly acknowledge themselves to be held and bound to pay to the City of Garland, Texas, a home-rule municipality organized and operating under the Constitution and laws of the State of Texas (the "City"), its successors and assigns the sum of _________________________________Dollars in the lawful currency of the United States of America ($_______________) for the payment of which Contractor and Surety are liable to the City, jointly and severally; and WHEREAS, Contractor has this day entered into a written contract with the City to build and construct Name of Project which contract and the plans and specifications therein mentioned (collectively referred to hereinafter as the "Contract") are hereby expressly incorporated into and made a part hereof as though set forth at length; and WHEREAS, under the Contract it is provided that the Contractor will maintain and keep in good repair all work to be performed and done under the Contract for a period of one (1) year from the date of acceptance of the completed work by the City, and to do and perform all necessary work and repair any defective condition, it being understood that the purpose of this maintenance bond is to insure all warranties, express or implied, made or given by the Contractor to the City and to cover all defective, inadequate or non-conforming conditions arising by reason of any materials or labor installed, provided, constructed or performed by the Contractor and in case the Contractor shall fail to correct any such conditions it is agreed that the City may make such corrections and charge the cost of making those corrections against the Contractor and the Surety on this obligation, and the Contractor and Surety shall be subject to the liquidated damages provided in the contract, the plans and the specifications for each day's failure on its part to comply with the terms and provisions of the Contract; NOW, THEREFORE, if the Contractor shall keep and perform its obligation to maintain the work and keep the work in repair for the full maintenance period of one (1) year as herein provided, then these presents shall be null and void and have no further effect, but if default shall be made by Contractor in the performance of its obligations, then these presents shall have full force and effect, and the City shall have and recover from the Contractor and its Surety damages in the premises as provided and it is further understood and agreed that this obligation shall be a continuing one against the Contractor and the Surety and that successive recoveries may be had hereon for successive breaches until the full amount of this bond shall have been exhausted; and it is further understood that the obligation under this bond to maintain the work shall continue throughout the maintenance period and shall not be changed, diminished, or in any other manner affected during the term of this bond. The obligations of Contractor and Surety under this bond apply both to the original Contract and to any extension or modification of the Contract and Surety agrees that no change, extension of time, addition, expansion or other modification of the Contract, the work to be done under the Contract, or the plans and specifications which are a part of the Contract shall in any manner affect the obligations of Surety under this bond, and Surety waives notice of any such change, extension of time, addition, expansion or other modification. The obligations of Contractor and Surety under this bond are performable and payable in Dallas County, Texas such that exclusive venue for any legal action pertaining to this bond shall lie in Dallas County, Texas. By their signatures below, the persons signing this bond warrant and represent that they are, respectively, duly authorized to sign on behalf of Contractor and Surety. EXECUTED this the _______ day of __________________, 20__. CONTRACTOR: By:___________________________________ 6/11/2014 1:21 PM Printed Name:__________________________ Title:__________________________________

SURETY: By:___________________________________ Printed Name:__________________________ Title:__________________________________

p. 169

EXECUTED this the _______ day of __________________, 20__. City of Garland

CONTRACTOR: By:___________________________________ Printed Name:__________________________ Title:__________________________________

SURETY: By:___________________________________ Printed Name:__________________________ Title:__________________________________

Address of Principal: ____________________________________ ____________________________________ ____________________________________

Address of Surety: ____________________________________ ____________________________________ ____________________________________

Bid 4488-14

ACKNOWLEDGMENTS [Contractor] STATE OF TEXAS COUNTY OF DALLAS}

}

Before me _____________________________________________________(insert the name of the officer) on this day _______________ personally appeared ___________________________ known to me (or proved to me on the oath of ________________________) or through ____________________ (description of identity card or other document) to be the person whose name is subscribed to the forgoing instrument and acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this ___________ day of ________________, 2______. ____________________________________ Notary Public in and for the State of Texas My Commission Expires:____________________

_________________________________________ Typed or Printed Name of Notary

[Surety] STATE OF TEXAS COUNTY OF DALLAS

}

}

This instrument was acknowledged before me on the _______ day of ____________________, 20__ by __________________________________ who is the _________________________ of the Surety, on behalf of Surety. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the _____ day of _____________, 20__. _____________________________________ Notary Public in and for the State of Texas My Commission Expires: _________________ Revised 1/10/00

revised 2/28/06(year signed only)

_________________________________________ Typed or Printed Name of Notary

revised 7/6/06(notary wording)

6

6/11/2014 1:21 PM

p. 170

City of Garland

Bid 4488-14

5

PAYMENT BOND

STATE OF TEXAS COUNTY OF DALLAS

}

}

________________________________________ as principal ("Contractor") and WHEREAS, __________________________________, a corporation organized under the laws of _____________________________________ and being duly authorized to do business in the State of Texas, as surety ("Surety")(whether one or more), do hereby expressly acknowledge themselves to he held and bound to pay to the City of Garland, Texas, a home-rule municipality organized and operating under the Constitution and laws of the State of Texas (the "City"), its successors and assigns, and to all persons, firms, subcontractors and corporations who may furnish materials or labor under the contract as more fully described below, the sum of _____________________________________________ Dollars in the lawful currency of the United States of America ($ ________________) for the payment of which Contractor and Surety are liable to the City, jointly and severally; and WHEREAS, Contractor has this day entered into a written contract with the City to build and construct: Name of Project which contract and the plans and specifications therein mentioned (collectively referred to hereinafter as the "Contract") are hereby expressly incorporated into and made a part hereof as though set forth at length; and WHEREAS, this bond is given pursuant to Chapter 2253 of the Texas Government Code; NOW, THEREFORE, if Contractor shall promptly make payment to all persons, firms, subcontractors and corporations who may furnish materials or labor under the Contract, then this obligation shall be void; otherwise to remain in full force and effect. The obligations of Contractor and Surety under this bond apply both to the original Contract and to any extension of time or modification of the Contract and Surety agrees that no change, extension of time, addition, expansion or other modification of the Contract, the work to be done under the Contract, or the plans and specifications which are a part of the Contract shall in any manner affect the obligations of Surety under this bond, and Surety waives notice of any such change, extension of time, addition, expansion or other modification. The obligations of Contractor and Surety under this bond are performable and payable in Dallas County, Texas such that exclusive venue for any

legal action pertaining to this bond shall lie in Dallas County, Texas. By their signatures below, the persons signing this bond warrant and represent that they are, respectively, duly authorized to sign on behalf of Contractor and Surety. EXECUTED this the __________ day of _________________________, 20__. CONTRACTOR:

SURETY:

By:__________________________________

By:_________________________________

6/11/2014 1:21 PM

Title:________________________________

Title:________________________________

p. 171

notice of any such change, extension of time, addition, expansion or other modification. The obligations of Contractor and Surety under this bond are performable City of Garland and payable in Dallas County, Texas such Bid 4488-14 that exclusive venue for any

legal action pertaining to this bond shall lie in Dallas County, Texas. By their signatures below, the persons signing this bond warrant and represent that they are, respectively, duly authorized to sign on behalf of Contractor and Surety. EXECUTED this the __________ day of _________________________, 20__. CONTRACTOR:

SURETY:

By:__________________________________

By:_________________________________

Title:________________________________

Title:________________________________

ACKNOWLEDGMENTS [Contractor] STATE OF TEXAS COUNTY OF DALLAS}

}

Before me _____________________________________________________(insert the name of the officer) on this day _______________ personally appeared ___________________________ known to me (or proved to me on the oath of ________________________) or through ____________________ (description of identity card or other document) to be the person whose name is subscribed to the forgoing instrument and acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this ___________ day of ________________, 2______. ___________________________________ Notary Public in and for the State of Texas My Commission Expires:_______________

_____________________________________ Typed or Printed Name of Notary

[Surety] STATE OF TEXAS COUNTY OF DALLAS

}

}

This instrument was acknowledged before me on the ___________ day of ______________________, 2___ by ________________________________________ who is the ____________________________________ of the Surety, on behalf of Surety. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the ________ day of _______________________, 2___. __________________________________ Notary Public in and for the State of Texas My Commission Expires:______________ Revised 1/10/00

revised 2/28/06(year signed only)

____________________________________ Typed or Printed Name of Notary

revised 7/6/06(notary wording)

6 6/11/2014 1:21 PM

p. 172

City of Garland

Bid 4488-14

5

PREVAILING WAGES Requirements: Pay not less than the minimum wage scale and benefits indicated on the “Minimum Wage Schedule” provided here. Wages listed are minimum rates only. No claims for additional compensation shall be considered by the Owner because of payments of wage rates in excess of the applicable rate contained in this contract. Penalty for Violations – Texas Government Code section 2258.023(b) states as follows: “A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that he worker is paid less than the wage rates stipulated in the contract.” Payroll Records – Texas Government Code section 2258.024 requires the contractor and subcontractor to keep the records showing: (a) the name and occupation of each worker employed by the contractor or subcontractor in the construction of the public work; and (b) the actual per diem wage paid to each worker. The records shall be open at all reasonable hours to inspection by the officers and agents of the public body. Minimum Wage Rates – Pay prevailing basic wage listed, plus any applicable fringe benefits. PREVAILING WAGE SCALE NOTICE This determination of prevailing wages shall not be construed to prohibit the payment of more than the rates named. Under no condition shall any laborer, workman or mechanic employed on this job be paid less than the minimum wage scale. In execution of this contract, the contractor shall comply with all applicable state and federal laws, including but not limited to laws concerned with labor, equal employment opportunity, safety and minimum wage. Basic Rates: Classification

Basic Wage Rates

Acoustical Ceiling Installer Acoustical Ceiling Installer Helper A/C Mechanic A/C Mechanic Helper Asbestos Worker Bricklayers/Stone Mason Bricklayers/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Installer Drywall Installer Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper 6/11/2014 1:21 PMFloor Layer (Resilient) Floor Layer (Carpet)

$15.24 $11.74 $17.59 $10.55 $12.56 $19.12 $10.79 $15.31 $11.29 $13.49 $9.38 $13.12 $8.59 $14.31 $10.33 $13.00 $9.00 $1991 $12.59 $16.65 $12.00 $17.43 $15.19

p. 173

Electrician (Journeyman) City of Garland Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer (Carpet) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer - Skilled Laborer - Common Lather Lather Helper Metal Building Assembler Metal Building Assembler Helper Painter Painter Helper Plasterer Plasterer Helper Plumber/Pipefitter Plumber/Pipefitter Helper Reinforcing Steel Setter Reinforcing Steel Setter Helper Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper Sheetrock Hanger Sheetrock Hanger Helper Sprinkler System Installer Sprinkler System Installer Helper Structural Steel Worker Structural Steel Worker Helper Tile Mechanic Waterproofer Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Concrete Pump Truck Driver Foundation Drill Operator Forklift Front End Loader Truck Driver Welder Welder Helper

$1991 $12.59 $16.65 $12.00 $17.43 $15.19 $11.86 $16.35 $10.94 $14.78 $10.72 $11.87 $9.57 $16.10 $10.80 $12.21 $8.30 $12.98 $8.00 $17.25 $11.22 $18.15 $11.12 $11.63 $9.31 $14.00 $9.97 $16.11 $10.09 $14.38 $10.96 $17.86 $10.09 $15.69 $9.39 $13.48 $11.31 $16.24 $16.57 $13.90 $12.38 $11.26 $12.17 $15.89 $10.11

Bid 4488-14

Apprentice Pay – All Trades and Crafts – The minimum rate for apprentices shall be in accordance with the scale determined by the approved apprenticeship program of $1.00 per hour less than journeymen’s rates, whichever is lower. An approved apprenticeship program is one approved by the U.S. Department of Labor, Bureau of Apprenticeship training, and only apprentices enrolled in an approved program may be paid apprenticeship rates. Base Per Diem Rate – Hours Worked/Day Times Base Hourly Rate Multipliers for Overtime Rates: Over 40 hours per week: Base hourly rate times 1.5 Holidays: Base hourly rate times 1.5

6/11/2014 1:21 PM

New Year’s Day Martin Luther King Day Memorial Day July 4 th

p. 174

New Year’s Day Martin Luther King Day Memorial Day July 4 th Labor Day Thanksgiving (2 days) Christmas (2 days)

City of Garland

Bid 4488-14

6

6/11/2014 1:21 PM

p. 175

City of Garland

Bid 4488-14

5

RETAINAGE: As security for the faithful completion of the work by the CONTRACTOR, the OWNER shall retain ten percent (10%) of the total dollar amount of work done on all contracts less than $200,000.00; five percent (5) of the total dollar amount of work done on all contracts of $200,000.00 or more. On all contracts in excess of $200,000.00, the following shall apply: (a)

when work progress is fifty percent (50%) complete, retainage may a the OWNER’S option be reduced to two percent (2%) of the dollar value of all work satisfactorily completed to date (not to include material on hand) provided that the CONTRACTOR is on or ahead of the approved progress schedule and there is no cause for greater retainage as determined by the Engineer;

(b)

when work progress is substantially complete, the retainage may be further reduced to only that amount necessary to assure completion as determined by the Engineer;

(c)

if the OWNER determines that the CONTRACTOR is not making satisfactory progress or if there is other specific cause, the OWNER may, at his discretion, reinstate up to the five percent (5%) retainage.

6 6/11/2014 1:21 PM

p. 176

City of Garland

Bid 4488-14

5

The following is the Council of Governments Liquidated Damages Clause for Public Works. 1.36.1 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME The time of completion is the essence of this contract. For each calendar day that any work shall remain uncompleted after the time specified in the proposal and the contract, or the increased time granted by the OWNER, or as equitably increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in the special provisions, shall be deducted from the monies due the CONTRACTOR: Amount of Contract ($) Amount of Liquidated Damages ($) Less than $5000 60.00 per day 5,000.00 to 14, 999.99 80.00 per day 15,000.00 to 24,999.99 100.00 per day 25, 000.00 to 49,999.99 120.00 per day 50,000.00 to 99,999.99 160.00 per day 100,000.00 to 1,000,000.00 240.00 per day More than 1,000,000.00 500.00 per day The sum of money thus deducted for such delay, failure or noncompletion is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, per calendar day that the CONTRACTOR shall be in default after the time stipulated in the contract for completing the work. The said amounts are fixed and agreed upon by and between OWNER and CONTRACTOR because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER in such event would sustain; and said amounts are agreed to be the amount of damages which the OWNER would sustain and which shall be retained from the monies due, or that may become due, the CONTRACTOR under this contract; and if said monies be insufficient to cover the amount owing, then the CONTRACTOR or his surety shall pay any additional amounts due.

6 6/11/2014 1:21 PM

p. 177

City of Garland

Bid 4488-14

5

IF VENDOR IS AWARDED BID/PROPOSAL, INSURANCE AND BONDS WILL BE REQUIRED WITHIN 10 DAYS OF  NOTICE OF AWARD.

DO NOT FILL OUT THESE FORMS UPON SUBMISSION OF YOUR BID/PROPOSAL. THEY  ARE INCLUDED TO FAMILIARIZE THE BIDDER WITH THE DOCUMENTS REQUIRED TO BE EXECUTED UPON AWARD OF THIS BID/PROPOSAL.

CONTRACTOR'S AFFIDAVIT OF BILLS PAID (To be executed prior to acceptance of project) STATE OF TEXAS COUNTY OF DALLAS Personally, before me the undersigned authority, on this day appeared ________________________________who, being duly sworn, on oath, says that he is a legal representative of _____________________________(Full name of Contractor as in Contract) and that the contract for the construction of the project, designated as _____________________________(Project No) has been satisfactorily completed and that all bills for materials, apparatus, fixture, machinery and labor used in connection with the construction of this project have, to the best of my knowledge and belief, been fully paid. Signature _______________________ Title ___________________________

Sworn to and subscribed before me this ______day of __________, 2 _____. Notary Public in and for _____________________________County, Texas Instructions: If the Contractor is an individual, he shall sign the affidavit. If the Contractor is a partnership, any partner may sign the affidavit. If the Contractor is a corporation, a person authorized by the by-laws or by the Board of Directors shall sign the affidavit. If the Contractor is a joint venture of individuals, any of the individuals may sign the affidavit. If the Contractor is a joint venture of partnerships, or of individuals and partnerships, the individual or any partner of any partnership may sign the affidavit. If the contractor is a joint venture in which a corporation is a party, separate affidavits must be executed in the name of the joint-venture; one by each corporation and one by each individual or partnership. Signatures for corporations should be by a duly authorized officer. If signature is by another, a showing of authority to sign must accompany the affidavit. ---------------title----------------CONTRACT THIS CONTRACT is made and entered into by and between the CITY OF GARLAND, TEXAS (the Â“City”), a municipal corporation located in Dallas County, Texas, and ____________________________a Texas corporation, herein referred to as “Contractor.” RECITALS: WHEREAS, the City requested bids for (brief scope of work)____________________________________________ _________________________________________________________________________________________________and 6/11/2014 1:21 PM

WHEREAS, Contractor submitted the lowest responsible bid in response to the CityÂ’s request for bids,

p. 178

“Contractor.” City of Garland Bid 4488-14 RECITALS: WHEREAS, the City requested bids for (brief scope of work)____________________________________________ _________________________________________________________________________________________________and

WHEREAS, Contractor submitted the lowest responsible bid in response to the CityÂ’s request for bids, NOW THEREFORE, in consideration of the mutual covenants contained herein, the sufficiency of which is acknowledged, the City and the Contractor hereby agree as follows: 1.  Services Provided.  The Contractor undertakes, covenants, and agrees to provide the services required by the City in accordance with the requirements, terms and conditions contained in the CityÂ’s request for bids in connection with Bid Number ________ (entitled “__________________________________________________________”). 2.  Incorporation by Reference.  All terms and conditions contained in the CityÂ’s request for bids in connection with Bid Number ________ are incorporated into this Contract by reference as if full set forth at length. 3.  Price and Payment.  The Contractor shall be entitled to receive (amount in words) ____________________________________________dollars ($____________.00) for performance of the services contemplated by this Contract.  Payment shall be governed by the terms and conditions set forth in the request  for bid in connection with Bid Number _________________. 4.  Additional Security.  It is mutually agreed that should it appear to the City of Garland, or to the Authorized Agent in charge, at any time during the existence of this Contract,  that the sureties on the ContractorÂ’s bond have become insolvent, bankrupt, or otherwise financially unable to protect the City under the terms of the Contract, the City may demand the Contractor to furnish additional security in some approved surety company satisfactory to the City.  The acts of  the City or the Agent with reference to demanding new or additional security shall never be construed to relieve the original sureties of their obligations under the Contract, or to relieve the Contractor.  The City may stop performance  under the Contract until additional security has been furnished by the Contractor, and the City shall in no case be liable to the Contractor on account thereof.  In the event of the refusal  or failure of the Contractor to comply with the demands of the City with reference to furnishing additional security, the City may exercise its right as provided herein to stop all payments under the Contract and to arrange for completion of the Contract requirements obligating the Contractor for any and all additional expenses incurred. 5.  Entire Agreement.  It is understood and agreed that this contract contains the entire agreement between the parties and  supersedes any and all prior agreements, arrangements or understandings between and parties relating to the subject matter.  No oral understandings, statements, promises or  inducements contrary to the terms of this contract exist. This contract cannot be changed or terminated orally and no written modification of this contract shall be effective unless executed by both parties. EXECUTED on this the ____________ day of ___________________________, 2 CITY OF GARLAND: By:____________________________     By: ___________________________                                                 (City /Owner)                             Party of the Second Part (Contractor)

Name:_________________________    Name: ________________________ Title: __________________________    Title: __________________________ Date:  _________________________   Date:  _________________________ Before me this day personally appeared the person whose signature appears above, who after being by me duly sworn upon oath says that he/she is ____________________________________________________________________________, (title and name of company)

and is authorized to sign as an act of the corporation. Subscribed and sworn to before me on this the ______ day of ________________, 2                                                                                     ___________________________________ 6/11/2014 1:21 PM                                                                                     Notary Public in and for the State of Texas

p. 179

Subscribed and sworn to before me on this the ______ day ofGarland ________________, 2 City of

Bid 4488-14

                                                                                    ___________________________________                                                                                     Notary Public in and for the State of Texas                                                                                     ___________________________________                                                                                     Printed Name of Notary                                                                                     My Commission Expires ______________

3

6/11/2014 1:21 PM

4

6

p. 180

City of Garland

Bid 4488-14

5

Agreement and Information Form RESPONSES THAT DO NOT CONTAIN THIS COMPLETED FORM WILL NOT BE COMPLIANT Section I Company Profile Name of Business: Business Address: 5

6

Contact Name: Phone#: Fax#: Email#: Name(s) Title of Authorized Company Officers: 5

6

Federal ID #:   DUN #: Remit Address:  If different than your physical address:  5

6

Section II Historically Underutilize Businesses (HUB) The City of Garland supports the opportunity of HUBs to be considered for all levels of purchases of goods and services through the competitive procurement process. The City of Garland accepts HUB certification from the State of Texas. The City of Garland may accept certifications from other sources on a case by case basis. Visit www.garlandpurchasing.com for further information.   HUB Owned Business Yes No Include a current copy of your HUB certification with your response. Identify type of material, Goods, Supplies and Services your company provides. (Determines 1099 status)

A. Products/Goods:          E.   Construction:              

F. Professional Services: J. Other Services:           

6/11/2014 1:21 PM

p. 181

A. Products/Goods:         

City of Garland

Bid 4488-14

E.   Construction:              

F. Professional Services: J. Other Services:            Section III Instructions to Bidders Electronic Bids: The City of Garland uses BidSync to distribute and receive bids and proposals. There will be NO COST to the Contractor/Supplier for Standard bids or proposals. For Cooperative Bids and Reverse Auctions ONLY, the successful contractor/supplier agrees to pay BidSync a transaction fee of one percent (1%) of the total amount of all contracts for goods and/or services. Cooperative Bids and Reverse Auctions will be clearly marked on the bid documents. To assure that all contractors/suppliers are treated fairly, the fee will be payable whether the bid/proposal is submitted electronically, or by paper means. Refer to www.bidsync.com for further information. Contractor/Supplier Responsibility: It is the contractor/suppliers responsibility to check for any addenda or questions and answers that might have been issued before bid closing date and time. Contractors/Suppliers will be notified of any addenda and Q&A if they are on the invited list, they view the bid, or add themselves to the watch list. Acknowledgement of Addenda:  #1    #2  #3  #4 #5 Delivery of Bids: For delivery of paper bids our physical address is: City of Garland 200 N. Fifth Street, Garland TX 75040 Attn:  Purchasing Department Suite 203 Contractor/Supplier Employees: No Contractor/Supplier employee shall have a direct or indirect financial interest in any contract with the city, or be directly or indirectly financially interested in the sale of land, materials, supplies or services to the city. Fraud Policy: The City of Garland is committed to preventing Fraud, Waste and Abuse and Unethical conduct by its employees. Suppliers and potential suppliers should become familiar with City of Garland’s Fraud Policy located on our website at www.ci.garalnd.tx.us, City Hall/Internal Audit/Fraud Policy. Contractors/Suppliers have a responsibility to report any known or suspected fraudulent activities, or unethical conducts by calling the City Hot Line at 972-205-2739 or writing to Fraud Hot Line P.O. Box 469002 Garland TX, 75046. All contacts will be held in strict confidence. Deliveries: All deliveries will be F.O.B. City of Garland. All Transportation Charges paid by the contractor/supplier to Destination. Payment Terms: A Prompt Payment Discount of % is offered for Payment Made Within Days of Acceptance of Goods or Services. If Prompt Payments are not offered or accepted, payments shall be made 30 days after receipt and acceptance of goods or services or after the date of receipt of the invoice whichever is later. Delivery Dates: Delivery Dates are to be specified in Calendar Days from the Date of Order. Bid Prices: Pre-Award bid prices shall remain Firm and Irrevocable for a Period of Exceptions:

Days.

Contractor/Supplier does not take Exception to Bid Specifications or Other Requirements of this Solicitation.

Contractor/Supplier take the following Exception(s) to the Bid Specifications or Other Requirements of this Solicitation (Explain in Detail). 5

6

Historically Underutilized Business (HUB): It is the policy of the City of Garland to involve HUBs in the procurement of goods, equipment, services and construction projects. Prime Contractors/Suppliers are encouraged to provide HUBs the opportunity to compete for sub-contracting and other procurement opportunities. A listing of HUBs in this area may be 6/11/2014 1:21 PM accessed at the following State of Texas Website. http://www.window.state.tx.us/procurement/cmbl/cmblhub.html .

p. 182

6 City of Garland

Bid 4488-14

Historically Underutilized Business (HUB): It is the policy of the City of Garland to involve HUBs in the procurement of goods, equipment, services and construction projects. Prime Contractors/Suppliers are encouraged to provide HUBs the opportunity to compete for sub-contracting and other procurement opportunities. A listing of HUBs in this area may be accessed at the following State of Texas Website. http://www.window.state.tx.us/procurement/cmbl/cmblhub.html . Other Government Entities: Would bidder be willing to allow other local governmental entities to participate in this contract, if awarded under the same Terms and Conditions?  Yes No Bid Bond: Is Bid Bond attached if applicable? Yes

No

Termination: The city at any time after issuance of this agreement, by 30 days written notice, has the absolute right to terminate this agreement for cause or convenience. Cause shall be the contractor/supplier’s refusal or failure to satisfactorily perform or complete the work within the time specified, or failure to meet the specifications, quantities, quality and/or other requirements specified in the contract/purchase order. In such case the supplier shall be liable for any damages suffered by the city. If the agreement is terminated for convenience, the supplier has no further obligation under the agreement. Payment shall be made to cover the cost of material and work in process or “consigned ” to the city as of the effective date of the termination. Bidder Compliance: Bidder agrees to comply with all conditions contained in this Agreement and Information Form and the additional terms and conditions and specifications included in this request. The undersigned hereby agrees to furnish and deliver the articles or services as specified at the prices and terms herein stated and in strict accordance with the specifications and conditions, all of which are made a part of your offer. Your offer is not subject to withdrawal after the award is made. W-9 Form: A W-9 form will be required from the successful bidder. The City of Garland reserves the right to reject all or part of the offer and to accept the offer considered most advantageous to the city by item or total bid. The City of Garland will award to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the City. I hereby certify that all of the information provided in sections I, II and III are true and accurate to the best of my knowledge. Signature:

             Date: 

Title: Signature certifies no changes have been made to the content of this solicitation as provided by the City of Garland.

Revised 8/27/09; 9/30/09

6

6/11/2014 1:21 PM

p. 183

City of Garland

Question and Answers for Bid #4488-14 - Term Contract for Traffic Signal Installation/Modernization

Bid 4488-14

5

OVERALL BID QUESTIONS There are no questions associated with this bid.   If you would like to submit a question,  please click on the "Create New Question" button below.

Question Deadline: Jun 25, 2014 12:00:00 PM CDT

6 6/11/2014 1:21 PM

p. 184