TR0801-CN100310r�
T H E C 1 T Y O F
X A S 18
CONSTRUCTION SPECIFICATIONS
And
CONTRACT DOCUMENTS
FOR
TRAFFIC SIGNAL INSTALLATION
At
Sandy Lake Road @ Riverchase Drive
TR 08 -01
Bid No.
Q- 0410 -01
Prepared by
City of Coppell
Engineering Department
FOR
THE CITY OF COPPELL
�,
..0.060 .....................
KEITH R. MARVIN
. ...........................
1 89M
AL
March
2010
TABLE OF CONTENTS
Page #
Section 1 - Bidding Documents
Notice to Bidders
1 -4
Instructions to Bidders
1 -5
Proposal/Bid Schedule
1 -15
Conflict of Interest Form
1 -27
Prevailing Wage Rates
1 -29
Section 2 - Contract Documents
Standard Form of Agreement (Contract)
2 -2
Certificate of Insurance
2 -8
Instructions for Bonds
2 -9
Performance Bond
2 -10
Payment Bond
2 -12
Maintenance Bond
2 -14
For this project, the Standard Specifications for Public
Works Construction — North Central Texas Council of
Governments Fourth Edition; the City of Coppell
Standard Construction Details (Ord. #2006 - 1129);
TxDot Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges; and
Appendix `C' Design Criteria and Standards in the
City of Coppell Subdivision Ordinance (Ord. #94 -643)
shall govern all work to be done, together with any
additional Supplementary Conditions, Specific Project
Requirements, General Notes, Description of Pay
Items and/or Technical Specifications included herein.
Section 3 - City of Coppell's Supplementary Conditions 3 -1
to the NCTCOG General Provisions
Section 4 - Specific Project Requirements 4 -1
Section 5 - Description of Pay Items 5 -1
Section 6 - Technical Specifications 6 -1
1 -2 Bidding Documents
SECTION I
BIDDING
DOCUMENTS
1 -3 Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the Traffic Signal Installation Project - No. TR 08 -01
(Sandy Lake Road @ Riverchase Drive). Plans and Specifications may be obtained for a non-
refundable cost of $25.00 from the Purchasing Agent, 255 Parkway Blvd., Coppell, Texas, or
telephone (972) 304 -3698. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas,
for the Traffic Signal Installation Project - No. TR 08 -01 will be received in the Purchasing Office
at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., April 8, 2010, and
then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with
the City of Coppell Bid No. Q- 0410 -01 designated clearly on the exterior of the bid envelope.
Included with the bid there should be a completed Conflict of Interest form and a Proposal Guaranty
per Item 102.5 of the NCTCOG's Standard Specifications for Public Works Construction 4 11 Edition.
A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the second
floor conference room (255 Parkway Boulevard), at 2:00 p.m. on April 1, 2010. The conference is
not mandatory; however, all interested bidders are strongly encouraged to attend.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE
A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible
personal property to be incorporated into the project. (Note: This procedure may not be used,
however, for materials which do not become a part of the finished product, such as, equipment rental
or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal
property, the contract shall separate and provide separate charges for materials to be incorporated
into the project from charges for labor. The City will provide the Contractor with an exemption
certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a
sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal
property) in the space provided on the bid form. The successful bidder's bid form will be used to
develop a separated contract and determine the extent of the tax exemption.
1 -4 Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas 4th Edition, as prepared by the
NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to
them in these General Conditions. The term "Bidder" means one that submits a Bid directly
to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term
"Successful Bidder" means the lowest, qualified, responsible Bidder to whom the Owner (on
the basis of the Owner's evaluation as hereinafter provided) makes an award. The term
"Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form,
and the proposed Contract Documents (including all Addenda issued prior to receipt of bids).
Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This work shall consist of the installation of the installation of a new traffic signal at the
intersection of Sandy Lake Road and Riverchase Drive. The work at this installation shall
include all components necessary for the "turn key" construction of the traffic signals as
shown in the plans, including but not limited to: signals /signal heads; controllers and
cabinets, opticom, wiring, pole /mast arms with foundations, electrical hookup, video
detection, etc. This work shall generally consist of all necessary work to produce operational
traffic signals at all locations. Traffic pull boxes and conduit were installed at the time the
road was constructed, and will be utilized for this installation.
3. Copies of Bidding Documents.
1 -5 Bidding Documents
3.1 Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at the
office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00. The
following general requirements pertain to the Bidding Documents:
A) No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B) After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents at no charge. Additional sets over five (5) will be furnished for
$15.00 per set.
C) Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, and possession of such
equipment as may be needed to complete t work in an expeditious, safe and satisfactory
manner. The required information to be submitted shall consist of, but shall not necessarily
be limited to, the following:
A. Current Project Experience (within five [5] days if requested).
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience (required to be submitted with five [5] days if requested).
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment. (within five [5] days if requested).
The Bidder shall provide a list of equipment, which will be used on this project.
1 -6 Bidding Documents
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
D. Financial. (within five [5] days if requested).
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an audited
certified financial statement (current within the last six (6) months of bid date). This
information will be used to confirm that the Bidder has suitable financial status to
meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial interest,
direct or indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to less
than one percent (1 %) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site shall be from Sandy Lake Road and Riverchase Drive. It shall be the
contractors responsibility before submitting a Bid, to (a) examine the Contract Documents
thoroughly, (b) visit the site to become familiar with local conditions that may affect cost,
progress, performance or furnishing of the Work, (c) consider federal, state and local Laws
and Regulations that may affect cost, progress, performance or furnishing of the Work, (d)
study and carefully correlate Bidder's observations with the Contract Documents, and (e)
notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to
make these examinations shall in no way relieve any Bidder from the responsibility of
fulfilling all of the terms of the contract, without additional cost to the OWNER.
1 -7 Bidding Documents
6.2 Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where construction
comes in close proximity to existing structures or utilities, or if it becomes necessary to move
services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's
responsibility to notify and cooperate with the utility or structure owner. The utility lines and
other existing structures shown on the plans are for information only and are not guaranteed
by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's
responsibility to verify locations and depths sufficiently in advance of construction such that
necessary adjustments may be made to allow for the proper installation. The Contractor shall
be liable for damage to any utilities resulting from the construction of this project.
6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or furnishing of the Work and which Bidder deems necessary to
determine its Bid for performing and furnishing the Work in accordance with the time, price
and other terms and conditions of the Contract Documents.
6.4 On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes, clean up and restore the site to its former conditions upon completion of such
explorations.
6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are
identified in the Contract documents.
6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the Bid
is premised upon performing and furnishing the work required by the Contract Documents
and such means, methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and
conditions for performance and furnishing of the Work.
7. Interpretations and addenda.
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the
Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing
Agent in response to such questions will be issued by Addenda mailed or delivered to all
1 -8 Bidding Documents
bidders recorded as having received the Bidding Documents. Questions received less than
two days prior to the date for opening of Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect. Each Bidder shall acknowledge on the bid
proposal that all Addenda issued have been received.
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
8. Contract Time.
8.1 The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed or when the contractor begins work, whichever comes first.
8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are: Two hundred and forty dollars ($240.00) per day.
10. Substitute or "Or- Equal' Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
"or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
that a substitute or "or- equal" item of material or equipment may be furnished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the Effective Date of the Agreement. No substitutions should be
considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
1 -9 Bidding Documents
experience statement with pertinent information regarding similar projects and other
evidence of qualification for each such Subcontractor, supplier, person or organization if
requested by the Owner. If the Owner, after due investigation, has reasonable objection to
any proposed Subcontractor, Supplier, other person or organization, may, before the Notice
of Award is given, request the apparent Successful Bidder to submit an acceptable substitute
in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's
Bid price may be increased (or decreased) by the difference in cost occasioned by such
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item of
work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the organization
is chartered. Bids which are signed for a corporation shall have the correct corporate name
thereof, its post office address, and the signature of the president or other authorized officer
of the corporation, manually written below the corporate name in the following manner: "By
it
If the bid is made by an individual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the managing
member of the firm or partnership shall be given or the bid may be signed by an attorney -in-
fact. If signed by an attorney -in -fact, there shall be attached to the bid a power of attorney
evidencing authority to sign the bid, executed by the members of the firm or partners.
1 -10 Bidding Documents
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this project,
may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used for
the comparison of bids. Payments will be made to the Contractor only for the actual
quantities of work performed or materials furnished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided for
in the Contract Documents.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until 2:00 p.m., April 8, 2010 and then publicly opened and read
aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked
with the Project title, City of Coppell Bid No. 4- 0410 -01 and the name and address of the
Bidder shall be submitted. Included with the bid there should be a completed Bid Affidavit
and a Proposal Guaranty per Item 1.5 of the NCTCOG's standard Specifications for public
Works Construction 3 Edition. If the Bid is sent through the mail or other delivery system
the sealed envelope shall be enclosed in a separate envelope with the notation "BID
ENCLOSED for Construction of. TraEc Signal Installation Project - TR 08 -01 on the face
of it and addressed to the Purchasing Agent, City of Coppell, Texas.
16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
16.2 If, within twenty -four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further
bidding on the work.
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to
waive any irregularities in the bids as received and to reject any and all bids without
1 -11 Bidding Documents
qualification(s). More than one bid from an individual, firm or partnership, corporation or
association, under the same or different names, will not be considered. Reasonable grounds
for believing that a Bidder is interested in more than one such bid may cause the rejection of
all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced
may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of
the Standard Specifications for Public Works Construction will be rejected.
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
19. Award of Contract.
19.1 The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject
the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the
indicated sum of any column of figures and the correct sum thereof will be resolved in favor
of the correct sum.
19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not
the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the Notice of
Award.
19.3 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers,
or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to
the Notice of Award.
19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perform and furnish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the prescribed time.
1 -12 Bidding Documents
19.5 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose
evaluation by the Owner indicates to the Owner that the award will be in the best interests of
the Project.
19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
20. Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
21. Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
22. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor
work any illegal alien.
23. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Calendar Day count on the
project shall commence within ten (10) calendar days after the date of Notice to Proceed or
when the contractor begins work, whichever occurs first.
24. Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials to be
incorporated into the project from charges for labor. The City will provide the Contractor
with an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost
of materials to be incorporated into the contract (tangible personal property) in the space
provided on the bid form. The successful bidders bid form will be used to develop a
separated contract and will determine the extent of the tax exemption. Upon execution of the
construction contract, the successful bidder shall provide a per item breakdown of 1)
1 -13 Bidding Documents
materials incorporated into the project; and 2) labor, equipment, supervision and materials
not incorporated into the project.
25. Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description concerning any point, shall be regarded as meaning that only the
best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
26. Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the contract
will be made in writing by the Owner.
27. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in
part, without the prior written consent of Owner.
28. 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.
29. Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to final
payment by the City.
30. Testing Requirements.
The Owner shall make arrangements with an independent laboratory acceptable for testing
as required by the construction plans and standard specifications. The Contractor shall
bear all related costs of retests or reinspections. The Contractor shall notify the
ENGINEER in a timely manner of when and where tests or inspections are to be made so
that they may be present. One copy shall be provided to the Contractor of all reports and
laboratory test results. Testing by the City does not alleviate the contractor's responsibility
for his own quality assurance /quality control testing. Contractor shall replace any deficient
construction items at his own expense.
1 -14 Bidding Documents
31. Overtime.
"Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to
overtime. Overtime request or scheduled testing must be made in writing and approved by
the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City
for inspection services shall be paid by the Contractor. If not paid, such cost may be
deducted from partial payments."
32. Payment.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided
in the General Provisions.
33. Documentation of existing conditions.
Contractor must video and provide copy to City of existing conditions within entire work
area prior to the start of construction. This is subsidiary to Pay Item #103 Preparing ROW.
34. Bid Security.
Contractor must submit a bid security in the amount of five (5 %) percent of the amount of
the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and
execute a Performance, Payment and Maintenance Bonds on the forms included in the
Contract Documents if awarded the contract.
Acceptable Bid Security are:
Certified or cashier's check made payable to the Owner.
An approved Bidder's Bond underwritten by a surety named in the current list of "Surety
Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit
Staff Bureau of Accounts, U.S. Treasury Department.
35. Bonds
Performance, Payment and Maintenance Bonds are required for this project and shall be
provided in accordance with the General Conditions.
1 -15 Bidding Documents
BID FORM
PROJECT IDENTIFICATION: Traffic Signal Installation Project - No. TR 08 -01
Sandy Lake Road @ Riverchase Drive
BID OF
(NAME OF FIRM)
DATE
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q- 0410 -01
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days
after the day of Bid opening. BIDDER will sign and submit the Agreement with other
documents required by the Bidding Requirements within fifteen (15) days after the date of
OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a) BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No:
Date:
Rec'd:
1 -16 Bidding Documents
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations
that in any manner may affect cost, progress, performance or furnishing of the Work.
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of the
contract documents. CONTRACTOR may rely upon the accuracy of the technical
data contained in such reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with respect to subsurface conditions
at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating to
existing surface or subsurface structures on the site, which are contained in the
contract documents and which have been utilized in preparation of the contract
documents. CONTRACTOR may rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
(d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests and
studies (in addition to or to supplement those referred to in (c) above) which pertain
to the subsurface or physical conditions at the site or otherwise may affect the cost,
progress, performance or furnishing of the Work as BIDDER considers necessary for
the performance or furnishing of the Work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents; and no additional examinations, investigations, explorations, tests
reports or similar information or data are or will be required by BIDDER for such
purposes.
(e) BIDDER has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground Facilities
are or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents.
(f) BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
1 -17 Bidding Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
(i) It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
evaluating bids.
(j) It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are to
be performed at the unit prices set forth, except as provided for in the Contract
Documents.
4. It is understood and agreed that all work under this contract will be completed within the bid
calendar days. Completion date will be established in the Notice to Proceed. It is understood
that time of completion will bee a consideration in the award of the bid.
5. It is understood and agreed that the contractor experience in this type of work will be a strong
consideration in the award of the bid.
6. It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist, including traffic that could affect productivity.
7. BIDDER will complete the Work for the following price(s):
1 -18 Bidding Documents
VbaAwu/ SO"m1,S
TRAFFIC SIGNAL INSTALLATION PROJECT TR
08 -01
Sandy Lake Road @ Riverchase
Drive
UNIT PRICE BID SCHEDULE
Item Quantity Unit Description and Price in Words
Unit
Total
No.
Price
Price
I -1 1 LS Mobilization & Demobilization
Complete in Place
61r - t"L1SFr,.�f�
f Dollars
and Cents
per lump sum.
7
1 -2 1 LS Installation of Highway Traffic
Signals
L — L �ka s 1� Dollars
and 2 &A Cents
per lump sum.
�0ad.
d6Q-
1 -3 1 EA Traffic Signal Pole w/ 32 foot
Mast Arm
0�4 1 -S', Dollars
an d ZZt_re Cents
per each.
I -4 1 EA Traffic Signal Pole w/ 36 foot
Mast Arm
1Lf s'S_. �9PIv
Dollars
and Cents
er each.
s
I -5 1 EA Traffic Signal Pole w/ 44 foot
.S
Mast Arm
�C ✓a�_
i JA ' Dollars
and .2- �_r Cents
er each.
1 -19 Bidding Documents
TRAFFIC
SIGNAL INSTALLATION PROJECT TR 08 -01
Sandy Lake Road @ Riverchase Drive
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
I -6
2 EA
Traffic Signal Pole w/ 48 foot
Mast Arm
Dollars
and �;Lw,l Cents
per each.
1-7
2 EA
Pedestrian Signal Pole
Dollars
and alrej Cents
p er each.
1-8
2 EA
Traffic Signal Pole Foundation 36-
A
b{ -d Dollars
and a —' Cents
per each.
�, U
i
1 -9
2 EA
Traffic Signal Pole Foundation 36-
B
-11V rb i Dollars
and _ 2 e4`ra Cents
per each.
I -10
,
2 EA Pedestrian Pole Foundation 24 -A
nd 'C
°Ql fT--/ Dollars
and Cents
per each.
I -11
1 EA Traffic Signal Controller
Foundation
Dollars
and 2L_r Cents
per each.
1 -20 Bidding Documents
TRAFFIC SIGNAL INSTALLATION PROJECT TR 08 -01
Sandy Lake Road @ Riverchase Drive
UNIT PRICE BID SCHEDULE
Item Quantity Unit Description and Price in Words
No. Unit Total
Price Price
I -12 7 EA 3- section Signal Head w/
Backplate
Dollars
and Cents
per each. u
I -13 4 EA
5- section Signal Head w/
Bac
,�_ Dollars
and �� Cents
per each.
I -14 `.r3v
8 EA Pedestrian Signal Section
Dollars
and _g_rc a Cents
per each. ,� �-,�
I -15 8 EA Pedestrian Push Button and Sign
Assembly
Dollars
and X P�!'e; Cents
per each.
I -16 4 EA Uni- Directional Opticom Detector
ll� 1 rs� r^f t
Dollars
and -Cents �,. -r'�
per each.
.S'
-17 .4 EA Traffic Signal Confirmation Lights
Dollars
and ��r Cents
per each.
1 -21 Bidding Documents
TRAFFIC SIGNAL INSTALLATION PROJECT TR 08 -01
Sandy Lake Road @ Riverchase Drive
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
1 -18
1
LS
Video Imaging Vehicle Detection
System (VIVDS)
T� tS..
�e,5 n, Dollars
.��8
and Cents
per lump sum.
1 -19
1
LS
Cabinet Mounted Communication
Equipment,
Dollars
and Cents
per lump sum.
1 -20
154
LF
2" PVC Conduit
Si " (- Dollars
and Cents
p er linear foot.
, �d��/
1 -21
5
LF
2" RMC Conduit
d r. ( -kind
! t k , z ,,, _ -r, Dollars
and z t.-(`cs, Cents
p er linear foot.
JS,
1 -22
1624
LF
3" PVC Conduit
"T Dollars
and 2 bm Cents
p er linear foot.
( �,
1 -23
4
EA
Furnish & Install Type `A' Ground
Box.
�� Jc� 9-v t�
Dollars
and Ira Cents
per each.
,
1 -22 Bidding Documents
1 -23 Bidding Documents
TRAFFIC SIGNAL INSTALLATION PROJECT TR 08 -01
Sandy Lake Road @ Riverchase Drive
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit Description and Price in Words Unit
Total
No.
Price
Price
I -24
132
LF 3 Conductor #6 Gauge Wire
� 1z, Dollars
_,
and 'Tt-,/,,t,tir Cents
per linear foot.
4- r�
16
I -25
134
LF 1 Conductor #6 Gauge Bare Wire
Dollars
and v Cents
per linear oot.
Y 14
I -26
491
LF 1 Conductor #8 Gauge Wire
Dollars
and F-,'q ,7: Cents
per linear foot.
I -27
893
LF 16 Conductor #12 Gauge Wire
,r t , Dollars
and ,.ate, —,a Cents
per linear foot.
i
�Q S
I -28
1043
LF Opticom Cable
Ong Dollars
and Cents
per linear foot.
I -29
1080
LF Video Cable
Dot ,.— Dollars
and �';-f ry Cents
per linear foot.
1 -23 Bidding Documents
TRAFFIC SIGNAL INSTALLATION PROJECT TR 08 -01
Sandy Lake Road @ Riverchase Drive
UNIT PRICE BID SCHEDULE
Item
Quantity
Unit
Description and Price in Words
Unit
Total
No.
Price
Price
I -30
1293
LF
3 Conductor #14 Gauge Wire
6 R v Dollars
and ,T - �, Cents
per linear foot.
r
�,
I -31
305
LF
5 Conductor #14 Gauge Wire
e0 n i, Dollars
and T L ; Cents
per linear foot.
✓ 7�
c( � ��--
1-32
394
LF
7 Conductor #14 Gauge Wire
0P,_ Dollars
and Y, �,, - f 7 vr.- Cents
per linear foot.
1 -33
4455
LF
12 Strand Corning AnyLan Pre -
terminated Fiber
` rl Dollars
and S��r .` �� Cents
per linear foot.
If 3f 2_S
((� 7 0 6 a
1 -34
1
LS
Power Service and Pedestal
Equipment
Dollars
and W,0 Cents
per lump sum.
scic 'j
1 -24 Bidding Documents
TRAFFIC SIGNAL INSTALLATION PROJECT TR 08 -01
Sandy Lake Road @ Riverchase Drive
UNIT PRICE BID SCHEDULE
Item
No.
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
I -35
1
EA
Opticom Detector Phase Selector
Dollars
and Zt,�' Cents
I-36
1
EA
per each.
UPS System
UAJre Dollars
and Z rn Cents
per each.
Q i2 b
J
I -37
4
EA
Furnish and Install Illuminated
Street Signs
Dollars
and Cents
I -38
1
LS
per each.
Furnish and Install Miscellaneous
Signs
1-ft5 A Dollars
and -2, Cents
per lump sum.
I -39
1
LS
Furnish and Install Pavement
Markings
'^
fv f �d Dollars
and - 2—t-IrJ Cents
per lump sum.
1 -25 Bidding Documents
TOTAL BID ITEMS I -1 thru I -39
TANGIBLE PERSONAL PROPERTY COST
BID SUMMARY FOR TR 08 -01
CALENDAR
TOTAL PRICE DAYS
TOTAL BID ITEMS BASE BID $
In Words: 1 1,11 A uJrJ - r c n i L asses nj spc dsyl Yuadr' -cJ
J0 ffexrs a ncj n'nq G n -rS
6. BIDDER agrees that all Work awarded will be completed within /,50 Calendar Days.
Contract time will commence to run as provided in the Contract Documents.
7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated
on the applicable signature page.
8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on
tangible personal property to be incorporated into the project. Said taxes are not included in
the Contract Price (see Instructions to Bidders).
9. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem necessary
to stay within the City's available funds. Should the City elect to delete any portion, the contract
quantities will be adjusted accordingly.
SUBMITTED ON
Signature:
Bidding Documents
W -9 -10»
CONFLICT OF INTEREST QUESTIONNAIRE
FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local
OFFICE USE
Government Code by a person doing business with the governmental entity.
ONLY
Date Received
By law this questionnaire must be filed with the records administrator of the local
government not later than the 7th business day after the date the 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.
1
Name of person doing business with local governmental entity.
2
❑ Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing
authority not later than September 1 of the year for which an activity described in Section 176.006(a),
Local Government Code, is pending and not later than the 7th business day after the date the originally
filed questionnaire becomes incomplete or inaccurate.
3
Name each employee or contractor of the local governmental entity who makes
recommendations to a local government officer of the governmental entity with respect to
expenditures of money AND describe the affiliation or business relationship.
4
Name each local government officer who appoints or employs local government officers of the
governmental entity for which this questionnaire is filed AND describe the affiliation or business
relationship.
1 -27 Bidding Documents
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
Page 2
For vendor or other person doing business with local governm
5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section
only if the answer to A, B, or C is YES.
This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation
or other relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the
questionnaire? ❑ Yes ❑ No
B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
government officer named in this section AND the taxable income is not from the local governmental entity? L) Yes
No
C. Is the filer of this questionnaire affiliated with a corporation or other business ent� that the local government officer
serves as an officer or director, or holds an ownership of 10 percent or more? Yes ❑ No
D. Describe each affiliation or business relationship.
Signature of person doing business with the governmental entity
Date
1 -28 Bidding Documents
PREVAILING WAGE RATES
TX20080043
Air Tool Operator ...... ..........................10.06
Asphalt Raker .......... ..........................11.01
Asphalt Shoveler .. ...............................
8.80
Batching Plant Weigher ........................
14.15
Carpenter .......... ...............................
12.80
Concrete Finisher - Paving ......................
12.85
Concrete Finisher - Structures ...................13.27
Concrete Rubber ........ .........................10.61
11.58
Electrician ......... ...............................
18.12
Flagger.............. ...............................
8.43
Form Builder - Structures ........................11.63
Form Setter - Paving and Curb ..................11.83
Form Setter - Structures .........................
11.63
Laborer - Common . ...............................
9.18
Laborer - Utility ......... ..........................10.65
Mechanic .......... ...............................
16.97
Oiler............... ...............................
14.98
Servicer ................. ..........................12.32
Painter - Structures ...............................
13.17
Pipe Layer .............. ..........................11.04
14.00
Asphalt Distributor Operator ..................
13.99
Asphalt Paving Machine ........................12.78
16.29
Broom or Sweeper Operator ....................
9.88
Bulldozer ........ ...............................
13.22
Concrete Curbing Machine Operator ......
12.00
Concrete Finishing Machine ..................
13.63
Concrete Paving Spreader Machine.........
14.50
Concrete Paving Joint Sealer ..................
12.50
Concrete Paving Saw . ..........................13.56
Truck Driver Lowboy /Float ...................
10.44
Truck Driver - Transit Mix ......................
9.47
Truck Driver- Winch ............................
9.00
Vibrator Operator -Hand Type ..................
7.32
Welder ............ ...............................
11.57
Slipform Machine Operator ..........................12.33
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel ...........................
14.12
Foundation Drill Operator Crawler Mounted.....
13.67
Foundation Drill Operator Truck Mounted .......
16.30
Front End Loader ........... ..........................12.62
Milling Machine Operator . ..........................11.83
Mixer ................... ...............................
11.58
Motor Grader Operator Fine Grade ...............
15.20
Motor Grade Operator ...............................
14.50
Pavement Marking Machine ........................10.04
Roller, Steel Wheel Plant -Mix Pavements .........11.28
Roller, Steel Wheel Other Flatwheel or
Tamping ............... ..........................10.92
Roller, Pneumatic, Self- Propelled ..................11.07
Scraper........................ ..........................11.42
Tractor - Crawler Type ...............................
12.60
Tractor - Pneumatic .......... ..........................12.91
Traveling Mixer ............. ..........................12.03
Wagon - Drill, Boring Machine .....................
14.00
Reinforcing Steel Setter Paving ....................
14.86
Reinforcing Steel Setter Structures ................
16.29
Steel Worker- Structural ............................
14.80
Spreader Box Operator ..............................
10.92
Work Zone Barricade ....... ..........................10.09
Truck Driver - Single Axle Light .....................10.91
Truck Driver - Single Axle Heavy ....................11.47
Truck Driver - Tandem Axle Semi Trailer .........11.75
1 -29 Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of
in the year 2008
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called
OWNER) and
(hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This work shall consist of the installation of the installation of a new traffic signal
at the intersection of Sandy Lake Road and Riverchase Drive. The work at this
installation shall include all components necessary for the "turn key" construction of
the traffic signals as shown in the plans, including but not limited to: signals /signal
heads; controllers and cabinets, opticom, wiring, pole /mast arms with foundations,
electrical hookup, video detection, etc. This work shall generally consist of all
necessary work to produce operational traffic signals at all locations. Traffic pull
boxes and conduit were installed at the time the road was constructed, and will be
utilized for this installation.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Construction of the
Traffic Signal Installation Project (Sandy Lake Road @ Riverchase Drive)
PROJECT NO. TR 08 -01
Bid No. Q- 0410 -01
Article 2. ENGINEER.
The Project has been designed by the City of Coppell Engineering Department. Contract
administration will be provided by the City of Coppell Engineering Department who is hereinafter
called ENGINEER and who is to act as OWNER's representative, assume all duties and
responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract
Documents.
2 -2 Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within from the date when the
Contract time commences to run as provided in Item 103.2 of the General Provisions, and
completed and ready for final payment in accordance with Item 109.5 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the time specified in paragraph 3.1 above, plus any extensions thereof
allowed in accordance with Item 1.36 of the General Provisions. They also recognize the
delays, expense and difficulties involved in proving in a legal or arbitration proceeding the
actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead
of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred
forty and no /100 dollars ($240.00) for each day that expires after the time specified in
paragraph 3.1 for Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents in current funds subject to additions and deductions by Change Orders
as provided in the contract documents in accordance with the unit prices listed in Section 1 -
Proposal and Bid Schedule. The contract sum shall be the amount of $
The total tangible personal property cost included in the contract sum is
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of
the General Provisions. Applications for Payment will be processed by ENGINEER as
provided in the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract
Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, each month during construction as provided below. All progress payments
will be on the basis of the progress of the Work measured by the schedule of values
established in Item 109.5 of the General Provisions (and in the case of Unit Price Work
based on the number of units completed) or, in the event there is no schedule of values, as
provided in the General Provisions.
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
2 -3 Contract Documents
determine, or OWNER may withhold, in accordance with Item 109.4 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with
Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract
Price as recommended by ENGINEER as provided in said Item 109.5.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface
conditions and drawings of physical conditions which are identified in the Supplementary
Conditions as provided in Item 102.3 of the General Provisions, and accepts the
determination set forth in Item SC- 105.1.3 of the Supplementary Conditions of the extent of
the technical data contained in such reports and drawings upon which CONTRACTOR is
entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations, tests,
reports, and studies (in addition to or to supplement those referred to in paragraph 7.1
above) which pertain to the subsurface or physical conditions at or contiguous to the site or
otherwise may affect the cost, progress, performance, or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Item 102.3 of
the General Provisions; and no additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data are or will be required by CONTRACTOR
for such purposes.
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes all responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and furnish the Work at the
Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 102.3,
103.1 and 104.1 of the General Provisions.
2 -4 Contract Documents
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: Standard Specifications for Public Works Construction — North Central Texas
Council of Governments Fourth Edition.
8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions
(pages 3 -2 thru 3 -10, inclusive).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for "Traffic Signal Installation At Sandy Lake Road @ Riverchase Drive
- Project No. TR 08 -01 for the City of Coppell ".
8.8. Drawings (Construction Plans) entitled: " Traffic Signal Installation At Sandy Lake
Road @ Riverchase Drive - Project No. TR 08 -01 ".
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
2 -5 Contract Documents
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 104.2 and 109.3 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
104.2 and 109.3 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 101. of the General Provisions
will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due
and moneys that are due may not be assigned without such consent (except to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and
legal representatives to the other party hereto, its partners, successors, assignors and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2 -6 Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on , 2010.
OWNER: City of Coppell CONTRACTOR:
255 Parkway Boulevard
Coppell, TX 75019
BY: BY:
TITLE:
ATTEST:
Address for giving notices:
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of Engineering/Public Works
TITLE:
ATTEST:
Address for giving notices:
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2 -7
Contract Documents
Certificate of Insurance
After award of contract, Contractor will provide Owner With Certificate of Insurance, which will
be executed and bound here with final documents.
See the Standard Specifications for Public Works Construction — North Central Texas Council of
Governments Fourth Edition, Item 103.4 for insurance policies required.
• Contractors Insurance
• Workers Compensation — As set forth in the Workers Compensation Act
• Commercial General Liability - $1,000,000 Accident/Occurrence
• Automobiles - $500,000 Combined single limit per occurrence
• Owners Protective Liability - $600,000 /occurrence; $1,000,000 aggregate
• "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage
• Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed
Operations Aggregate
Additional Insured — The owner shall be named as an additional insured on the Commercial
General Liability (Public), Owners Protective Liability, and Excess/Umbrella
Liability Policies furnished by the Contractor.
See the Standard Specifications for Public Works Construction — North Central Texas Council of
Governments Fourth Edition, Item 107.2 for indemnification requirements.
2 -8 Contract Documents
Instructions For Bonds
A. The surety on each bond must be a responsible surety company that is qualified to do
business in Texas and satisfactory to the Owner.
B. The name and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line opposite
the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal
shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members of
the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
E. If the principal or surety is a corporation, the name of the State in which incorporated shall
be inserted in the appropriate place in the body of the bond, and said instrument shall be
executed and attested under the corporate seal, the fact shall be stated, in which case a scroll
or adhesive seal shall appear following the corporate name.
F. The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary according
to the form attached hereto. In lieu of such certificate, records of the corporation as will
show the official character and authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate seal, to be true copies.
G. The date of this bond must not be prior to the date of the contract in connection with which
it is given.
2 -9 Contract Documents
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is ,
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called 'Beneficiary ", in the penal sum of
DOLLARS
($ ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of
, A.D. 20 , which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Construction of the:
Traffic Signal Installation Project (Sandy Lake Road @ Riverchase Drive)
PROJECT NO. TR 08 -01
Bid No. Q- 0410 -01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary
all outlay and expense which the Beneficiary may incur in making good any default or deficiency,
then this obligation shall be void; otherwise, it shall remain in full force and effect.
2 -10 Contract Documents
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the specifications accompanying the same shall in anyway
affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this the day of
PRINCIPAL SURETY
By:
Title:
ATTEST:
copies, each
.20
Title:
ATTEST:
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name.
2 -11 Contract Documents
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called 'Beneficiary ", in the penal sum of
DOLLARS
($ ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the of , A.D.
20 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Construction of the:
Traffic Signal Installation Project (Sandy Lake Road @ Riverchase Drive)
PROJECT NO. TR 08 -01
Bid No. Q- 0410 -01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying
the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any
2 -12 Contract Documents
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this the day of _
PRINCIPAL
By:
Title:
ATTEST:
SURETY
By:
Title:
ATTEST:
copies, each
,20
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
1►0.1451
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
name.
2 -13 Contract Documents
BOND # 10- 04915 -PP
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT Roadway solutions, Inc.
as Principal, an dF irst Sealord Sure y, Inc, a
corporation organized under the laws of Pennsylvania
as sureties,
do hereby expressly acknowledge themselves to be held and bound to pay unto the
Cit of Coppell , a Municipal Corporation, Texas, the sum of
C e nx dm d SEnm nmusar4 Eight R xdted Fif Ly Dollars and ro
Cents ($ 107,850.00 - -) , for the payment of which sum will and truly be made unto said
City of Coppell , and its successors, said principal and sureties do hereby
bind themselves, their assigns and successors jointly and severally.
THIS obligation is conditioned; however, that whereas, the said
Roadway Solutions, Inc.
has this day entered into a written contract with the said
City of Coppell to build and construct the Traffic Signal
Installation Project (Sandy Lake Road 0 Riverchase Drive) PROJECT NO. TR 08 -01 Bid
No. Q- 0410 -01, which contract and the plans and specifications therein mentioned, adopted by the
City of Coppell are hereby expressly made a part thereof as through the same
were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will maintain and keep in good repair, the work herein contracted to be done and
performed, for a period of two (2) years from the date of the acceptance of said work, and to do
all necessary repairs and /or reconstruction in whole or in part of said improvements that should be
occasioned by settlement of foundation, defective workmanship or materials furnished in the
construction or any part thereof or any of the accessories thereto constructed by the Contractor. It
being understood that the purpose of this section is to cover all defective conditions arising by
reason of defective material and charge the same against the said Contractor, and sureties on this
obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages
mentioned in said contract for each day's failure on its' part to comply with the terms of said
provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said
agreement to maintain said work and keep the same in repair for the said maintenance period of
two (2) years, as provided, then these presents shall be null and void, and have not further effect,
but if default shall be made by the said Contractor in the performance of its' contract to so
maintain and repair said work, then these presents shall have full force and effect, and said
City of Coppell shall have and receive from the said Contractor and its' principal
and sureties damages in the premises, as provided; and it is further agreed that this obligation shall
be a continuing one against the principal and sureties, hereon, and that successive recoveries may
be and had hereon for successive branches until the full amount shall have been exhausted; and it
2-14 Contract Documents
is further understood that the obligation herein to maintain said work shall continue throughout
said maintenance period, and the same shall not be changed, diminished or in any manner affected
from any cause during said time.
IN WITNESS WHEREOF, the said Roadway Solutions, Inc. has
caused these presents to be executed by President
and the said First Sealord Surety, Inc. has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact Shane A. Humphrey
, has hereunto set his hand, the 13th day of April 20 10
PRINCIPAL SURETY
Roadway Soluti Inc. First S lord Surety, Inc.
By: f ---1 s' By:
Shane A. Humphrey
Title: Title: Attorney -in -Fact
kyjYY► .`
ATTEST:
NOTE. Date of Maintenance Bond must not be prior to date of Contract.
2 -I5 Contract Documents
First Sealord Surety, Inc Power No: TX - 0710 -10 -05567
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS: That First Sealord Surety, Inc., a corporation of the Commonwealth of Pennsylvania, (hereinafter the
"Company ") has made, constituted and appointed, and by these presents does make, constitute and appoint
Cheryl L. Humphrey and /or Shane A. Humphrey all of Prosper, Texas
its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of a
similar nature as follows:
* * * * * * * * «* Not To Exceed Five Million Dollars ------------------------ - - - - --
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly ( execu executed by the aforesaid Attorney -in -Fact, shall be
binding upon the said Corporation as fully and to the same extent as if signed by the duly authorized officers of the Corporation and sealed with its
corporate seal, and all the acts of said Attorney -in -Fact, pursuant to the authority hereby given, are hereby ratified and confirmed.
This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Corporation on April 7, 2003
with all Amendments thereto and are still in full force and effect:
"Article XII: Policies, Bonds, Recognitions, Stipulations, Consents of Surety, Underwriting Undertakings, and Instruments Relating Thereto.
Section 12 -1. Insurance policies, bonds, recognitions, stipulations, consents of surety and underwriting undertakings of the Corporation, and releases,
agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the
Corporation: a) by the Chairman of the Board, the President or a Vice President, and by the Secretary or an Assistant Secretary; or b) by an Attorney -
in -Fact for the Corporation appointed and authorized by the Chairman of the Board, the President, or a Vice President to make such signature; or c) by
such other officers or representatives as the Board may from time to time determine. The seal of the Corporation shall if appropriate be affixed thereto by
any such officer, Attorney -in -Fact or representative. The authority of such Attorney -in -Fact and Agents shall be as prescribed in the instrument
evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any
person empowered to make such appointment."
IN WITNESS WHEREOF, First Sealord Surety, Inc. has caused these presents to be duly signed and its corporate seal to be hereunto affixed and duly
attested this 20th day of January, 2004.
(Seal)
,.ov
Attest: I.
Commonwealth of Pennsylvania
County of Montgomery
Gary L. Bragg, Secretary
First Sealord Surety, Inc.
By:
Joel D. Cooperman, Vice President
On this 20th day of January, 2004, before me personally appeared Joel D. Cooperman, Vice President of First Sealord Surety, Inc., with whom I am
personally acquainted, who, being by me duly sworn, said that he resides in the Commonwealth of Pennsylvania, that he is Vice President of First
Sealord Surety, Inc., the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of the said
Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation;
and that he his name thereto as Vice President of said Corporation by like authority. COMMONWEALTH OF PENNSYLVANIA
NoWW Seal
(Seal) a4: � � �. � AntlwnyT , S>aewart, Notary Pudic
Notary Public Lower Merlon 7wp,,MoNpom yClouny
`t `0� °•�31t�P' t : MtY COnw"W EVInn Aug. 5, 2010
`��'� CERTIFICATE Member, Pennsylvania Association of Notaries
I, the unders Yi'ecl Secretary of First Sealord Surety, Inc. do hereby certify that the original Power of Attorney of which the foregoing is a full, true and
correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Officer who executed the said Power of Attorney was
one of the Officers authorized by the Board of Directors to appoint an Attorney -in -Fact as provided in Section 12 -1 of the By -Laws of First Sealord
Surety, Inc. This Certificate may be signed and sealed by facsimile under and by authority of the following provisions of the By -Laws of First Sealord
Surety, Inc.:
"Section 12 -2. The use of a printed facsimile of the corporate seal of the Corporation and of the signature of the Secretary or an Assistant Secretary on
any certification of the correctness of a copy of an instrument executed by an authorized person pursuant to Article XII, Section 12 -1 of the By -Laws
appointing and authorizing an Attorney -in -Fact to sign in the name and on behalf of the Corporation surety bonds, underwriting undertakings, or other
instruments described in said Section 12 -1, with like effect as if such seal and such signature had been manually affixed and made."
In Witness Whereof, I have hereunto set my hand and affixed the corporate seal of the Corporation to these presents
this 13 t Y1l ay of April 20 10 .
This power of attorney is void unless the Bond number is inserted in this paragraph (insert Bond # here 10 - 04915 — ), the bond
number is the same number as on the o;4G d the bond number has been inserted by an officer or employee of the Company or by the agent.
(seal)
L. Bragg, ecretary
Pirsi .`;cat;td tiurCi� 1'Oil.doc (Fd.0120/2004)
SECTION 3
STANDARD SPECIFICA TIONS
SUPPLEMENTARY
CONDITIONS
T H E • C 1 T Y • O F
�T
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE
PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS,
FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED
OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED
REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
DIVISION 100: GENERAL PROVISIONS
ITEM 101. — DEFINITIONS & ABBREVIATIONS
SC -101.1
Engineer The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of
the Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Calendar Day Add the following sentence to the end of the working days definitions: "Hours
worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime.
Overtime request or scheduled testing must be made in writing and approved by the City of Coppell.
Seventy -two hours notice required. All overtime incurred by the City for inspection services and any
overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may
be deducted from partial payments." The pay rate scale for Inspector overtime charges will be $54/hr.
All other terms used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 103.3 — SURETY BONDS
SC- 103.3.1
Add following sentence to Item 103.3.1:
3 -2 Standard Specifications
Supplementary Conditions
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
ITEM 103.4 - INSURANCE
SC- 103.4.6
Add the following new item:
"103.4.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written Amendment.
Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR."
SC- 103.4.7
Add the following new item:
103.4.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties' insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the
effect that in the event of payment of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same."
ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK
SC -103.6
Add following sentence to end of Item 103.6.
"Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and
109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work."
ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT
SC- 104.2.1
104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "except as
provided below."
3 -3 Standard Specifications
Supplementary Conditions
Add the following sentence to the end of paragraph two in Item 104.2.1.
"The unit price of an item of Unit Price Work shall be subject to re- evaluation and
adjustment under the following conditions:
ITEM 105.1— CONTRACT DOCUMENTS
SC- 105.1.1
Add the following language at the end of the Item 105.1.1: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
SC- 105.1.3
Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies ".
ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES
SC- 105.2.2
Amend the first sentence of Item 105.2.2 to change the words 'one year" to "two years ".
ITEM 105.4 — CONSTRUCTION STAKES
SC -105.4
Delete Item 105.4 in its entirety and insert the following in lieu thereof:
"Construction stakes /surveying shall be provided by the CONTRACTOR. Monumentation has been
provided for establishing vertical and horizontal control. The Contractor shall be responsible for
establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER
may make checks as the Work progresses to verify lines and grades established by the Contractor to
determine the conformance of the completed Work as it progresses with the requirements of the
construction documents. Such checking by the Engineer shall not relieve the Contractor of his
responsibility to perform all Work in connection with Contract Drawings and Specifications and to
the lines and grades given therein."
ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS
SC- 107.3.2
Replace Item 107.3.2 with the following new paragraph:
3 -4 Standard Specifications
Supplementary Conditions
"107.3.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or
indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land,
materials, supplies or services. This prohibition does not apply when the interest is
represented by ownership of stock in a corporation involved, provided such stock
ownership amounts to less than one percent (1%) of the corporation stock. Any
violation of this prohibition will constitute malfeasance in office. Any officer or
employee of the City found guilty thereof should thereby forfeit his office or
position. Any violation of this prohibition with the knowledge, expressed or
implied, of the persons or corporations contracting with the City shall render the
contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor."
ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES
SC- 107.14
Delete Item 107.14 and substitute the following in lieu thereof:
"107.14 Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code covering tangible personal property purchased by a contractor for
use in the performance of a contract for the improvement of City -owned realty.
It is still possible, however, for a contractor to make tax -free purchase of tangible personal
property, which will be incorporated into and become part of a City construction project
through the use of a "separated contract" with the City. A "separated contract" is one, which
separates charges for materials from charges for labor. Under such a contract, the contractor
becomes a "seller" of those materials, which are incorporated into the project, such as bricks,
lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the
sales tax at the time such items are purchased. The contractor then receives an exemption
certificate from the city for those materials. (This procedure may not be used, however, for
materials, which do not become a part of the finished product. For example, equipment
rentals, form materials, etc. are not considered as becoming "incorporated" into the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure in
sales tax for materials, which are to be incorporated into the project. The successful bidder's
bid form will be used to develop the "separated contract" and will determine the extent of the
tax exemption. Upon execution of the construction contract, the contractor shall furnish a
breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project."
3 -5 Standard Specifications
Supplementary Conditions
ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC- 107.19.2.1
Add the following new Item 107.19.2.1 immediately after Item 107.19.2:
"107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACTOR'S,
OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR
shall promptly attempt to settle with such other Contractor by agreement, or to
otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the
fullest extent permitted by Laws and Regulations, indemnify and hold OWNER,
ENGINEER and Consulting Engineer harmless from and against all claims,
damages, losses and expenses (including, but not limited to, fees of engineers,
architects, attorneys and other professionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable, brought
by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to
the extent based on a claim arising out of CONTRACTOR'S performance of the
Work. Should a separate Contractor cause damage to the work or property of
CONTRACTOR or should the performance of work by any separate Contractor at
the site give rise to any other claim, CONTRACTOR shall not institute any action,
legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit
any action against any of them to be maintained and continued in its name or for its
benefit in any court or before any arbiter which seeks to impose liability on or to
recover damages from OWNER, ENGINEER or Consulting Engineer on account of
any such damage or claim. If CONTRACTOR is delayed at any time in performing
or furnishing Work by any act or neglect of a separate Contractor and OWNER and
CONTRACTOR are unable to agree as to the extent of any adjustment in Contract
Time attributable thereto, CONTRACTOR may make a claim for an extension of
time in accordance with Item 1.36. An extension of the Contract Time shall be
CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and
Consulting Engineer for any delay, disruption, interference or hindrance caused by
any separate Contractor."
ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES
SC- 107.23.2a
Add the following new Item 107.23.2a immediately after Item 107.23.2:
I 07.23.2a Existing Utilities and Sewer Lines The Contractor shall be responsible for the
protection of all existing utilities or service lines crossed or exposed by the
construction operations. Where existing utilities or service lines are cut, broken or
damaged, the CONTRACTOR shall replace the utilities or service lines with the
same type of original construction, or better, at his own cost and expense. This
3 -6 Standard Specifications
Supplementary Conditions
includes any and all irrigation systems, whether or not they are identified on the
plans.
If it is necessary to change or move the property of any owner or of a public utility,
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public utility to enter upon
the limits of the project for the purpose of making such changes or repairs of their
property that may be made necessary by the performance of this contract."
ITEM 108.1— PROGRESS SCHEDULE
SC -108.1
Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If
requested by Owner, Engineer or Contractor ".
ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC -108.3
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price
shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 108.3:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to
minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 108.8."
ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES
SC -108.8
Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time
shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of time can not be made up by revising the sequence of the work of the
project."
DIVISION 200: SITE PROTECTION AND PREPARATION
3 -7 Standard Specifications
Supplementary Conditions
ITEM 203 — . SITE PREPARATION
203.3.2 Add the following sentence after the second sentence: "The method of
protection shall be 2 inch by 4 inch wood railing unless otherwise shown on
the Plans or directed by the Engineer."
ITEM 203.7 - EMBANKMENT
203.7.3. Strike the first sentence and replace with the following: "Earth embedment
and select material shall be compacted to between 95 percent and 100
percent of Standard Proctor Density as determined by ASTM D -698 at, or
up to five (5) percentage points above, optimum moisture content, using
mechanical compaction methods, unless otherwise specified in the Plans or
Specifications."
DIVISION 300: ROADWAY CONSTRUCTION
ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT
303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of
Fly Ash as an admixture in any Class of concrete is specifically prohibited
without written approval of the Engineer.
ITEM 303.5 - CONSTRUCTION METHODS
303.5.4 Joints
303.5.4.2 Expansion Joints: Replace with the following: 'Expansion joints shall
be installed perpendicularly to the surface and centerline of the pavement.
Expansion Joint material shall be redwood boards, 3/4 -inch in width, and
extended through curbs. Expansion joints are to be installed at each end of
radius at street intersections. Expansion joints shall be equally spaced
between intersections with not less than one every 200 linear feet of
pavement, unless otherwise specified on the Plans or directed by the
Engineer.
303.5.4.2.3 Proximity to Existing Structures: Add to end of sentence, "or as directed by
the Engineer ".
303.5.4.3 Contraction Joints. Delete the first sentence of the first paragraph and insert
the following: "Contraction or dummy joints shall be sawed to T/4 inches in
depth, and 1/4 inch in width, and installed every 20 linear feet of pavement,
and extend through curb, unless otherwise directed by the Engineer."
303.5.6 Finishing.
3 -8 Standard Specifications
Supplementary Conditions
303.5.6.1 Machine. Add the following paragraph at the end of this subsection: "Fog
sprays powered by pressure pumps, and capable of covering the entire area
of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
303.5.6.2 Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire
area of freshly placed concrete with a fine mist, shall be used if water is
needed for finishing operations."
DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES
ITEM 504. — OPEN CUT - BACKFILL
504.2.3.3.3 Additional Requirements
(2) Additional Requirements for Type "B" backfill when used in streets: Insert the
following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D -698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 504.5 - EMBEDMENT
504.5.3.2 Compaction.
504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence by striking the words "to a density comparable
with adjacent undisturbed material" and replacing with "to a density between
95 percent and 100 percent Standard Proctor Density as determined by
ASTM D -698 at, or up to five (5) percentage points above, optimum
moisture content, unless otherwise specified in the Plans or directed by the
Engineer."
DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS
ITEM 803 — SLOPE AND CHANNEL PROTECTION
803.3.3 Riprap Construction Methods
803.3.3.6 Mortar Riprap. Add the sentence: "Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387 -83."
3 -9 Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
T H E C 1 T Y 0 F
SPECIFIC PROJECT REQUIREMENTS
The construction specifications, which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas Council of Governments Fourth Edition. The
following Specific Project Requirements contain general and specific project requirements
applicable to this project in the City of Coppell. These individual specifications control for this
project. Additional amendments to the NCTCOG Standard Specifications are contained in Section
3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an
item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the
Standard Specifications for the City of Coppell, Texas shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A. American Standards Association
A.S.T.M. American Society of Testing Materials
A.A.S.H.T.O. American Association of State Highway
& Transportation Officials
A.C.I. American Concrete Institute
A.W.S. American Welding Society
A.W.W.A. American Water Works Association
S.S.P.C. Steel Structures Painting Council, Federal
Specifications Treasury Department
U.L. Underwriters Laboratories
N.E.M.A. National Electrical Manufacturers Association
W.P.C.F. Water Pollution Control Federation
TX.DOT Texas Department of Transportation
C.D.G.S. City of Dallas General Specifications
S.S.P.W.C.N.C.T. Standard Specifications for Public Works
Construction North Central Texas
T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices
4 -2 Specific Project Requirements
1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of
Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019.
1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be authorized
by said owner to act in any particular position.
1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF
COPPELL: All improvements described in this Proposal and Construction Drawings shall
be performed in accordance with the Project Drawings and Specifications. In the event that
an item is not covered in the Project Drawings and Specifications, then the City of Coppell
Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and
Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) shall apply.
1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right -of -way. Entrance onto private property shall be at the expressed
approval of the ENGINEER, only.
1.5 PROJECT DESCRIPTION: This work shall consist of the installation of the installation
of a new traffic signal at the intersection of Sandy Lake Road and Riverchase Drive. The
work at this installation shall include all components necessary for the "turn key"
construction of the traffic signals as shown in the plans, including but not limited to:
signals /signal heads; controllers and cabinets, opticom, wiring, pole /mast arms with
foundations, electrical hookup, video detection, etc. This work shall generally consist of all
necessary work to produce operational traffic signals at all locations. Traffic pull boxes and
conduit were installed at the time the road was constructed, and will be utilized for this
installation.
1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis
of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written request
for final inspection. The calendar day count shall resume upon receipt by the Contractor of
a written list of items necessary to satisfactorily complete the project. This process shall
continue until such time as the project is accepted by the Engineer, and the Owner. The
calendar day count will not be suspended or otherwise affected by use of completed
portions or "substantial completion" of any of the project.
1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
4 -3 Specific Project Requirements
1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by
the owner as shown on the plans. The Contractor shall be responsible for layout and staking
of all grades and lines for construction utilizing qualified survey personnel. The Contractor
shall preserve all stakes or markings until authorized by the Engineer to remove same. The
Contractor shall bear the cost of the re- establishing any control or construction stakes
destroyed by either him or a third party and shall assume the entire expense of rectifying
work improperly constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall be
considered as full compensation for these requirements.
1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross -
sections, and dimensions shown on the Drawings. Any deviation from the Drawings which
may be required by the exigencies of construction will be determined by the Engineer and
authorized by him in writing.
1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an
independent laboratory acceptable for testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests, or
reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and
where tests or inspections are to be made so that they may be present. One copy shall be
provided to the contractor of all reports and laboratory test results. Testing by the Owner
does not alleviate the contractors' responsibility for his own quality assurance /quality
control testing. Contractor shall replace any deficient construction items.
1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order
of the court, or other public authority, the Owner may at any time during suspension upon
seven days written notice to the Contractor, terminate the Contract. In such an event, the
Owner shall be liable only for payment for all work completed plus a reasonable cost for
any expenses resulting from the termination of the Contract, but such expenses shall not
exceed $5,000.
1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal
of trees that obstruct the installation of the improvements as outlined for this project in these
Contract Documents. The penalty for the removal or destruction of a tree without obtaining
written permission from the Engineer shall be $500.00 per caliper inch payable to the
Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so
directed by the Engineer at the Contractor's expense.
4 -4 Specific Project Requirements
1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent Superintendent capable of reading the plans and
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices in accordance with the TMUTCD and take all precautionary
measures required by law 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.
Additionally, two -way traffic and 20 mph advisory signs for each direction of traffic shall
be placed on both sides of all intersections. 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 by law for the protection of persons or
property.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of-
way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
required by law. The Contractor shall submit a traffic control plan to be reviewed by the
City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m. or after
4:00 p.m. No less than one lane of traffic in each direction shall be provided at all times.
The Contractor is responsible for providing and maintaining flagmen, watchmen, warning
devices, barricades, signs, and lights, and other precautionary measures shall not cease until
the project shall have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable federal
and state law (by failing to furnish the necessary flagmen, warning devices, barricades,
lights, signs or other precautionary measures for the protection of persons or property), the
Engineer may order such additional precautionary measures as required by law to be taken
to protect persons and property, and to be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found
4 -5 Specific Project Requirements
of such damage, the Engineer may order the damaged portion immediately removed and
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental and shall not be
separate pay item.
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
In regards to existing utilities, structures and other property within, crossing or adjacent to
the site, the Contractor understands and accepts the following conditions:
a. Prior to any excavation, the Contractor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
utilities and structures. This includes the water and sanitary sewer services.
b. After commencing the work, the Contractor will use every precaution to avoid
interferences with existing underground and surface utilities and structures, and
protect them from damage.
C. Where the locations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items that may be
encountered during the work are not necessarily indicated. The Contractor shall
determine the exact locations of all items indicated, and the existence and locations
of all items not indicated.
d. The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below ground or
above ground, and he shall bear sole responsibility to settle the total cost of all
damage suits which may arise as a result of this operations.
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction directly with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the contract.
1.19 CLEANUP:
During Construction The contractor shall at all times keep the job site as free from all
material, debris and rubbish as is practicable and shall remove same from any portion of the
job site when it becomes objectionable or interferes with the progress of the project, and/or
when requested to do so by the Owner.
4 -6 Specific Project Requirements
Final Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new - appearing condition.
1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
documents for this project shall be understood as meaning an Owner's agent will observe
the construction on behalf of the Owner. The agent will observe and check the construction
in sufficient detail to satisfy himself that the work is proceeding in general accordance with
the contract documents, but he will not be a guarantor of the Contractor's performance.
1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the construction of
the various improvements shall be removed from the property by the Contractor. Any
required burning and/or disposal permits shall be the sole responsibility of the Contractor.
All excavated materials in excess of that required for backfilling shall be removed from the
job site and disposed of in a satisfactory manner by the Contractor.
1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction of this
project, including water required for mixing of concrete, sprinkling, testing, flushing,
flooding, or jetting. The Contractor shall provide water as required at his own expense.
1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date of
final completion and acceptance of the project.
4 -7 Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. Contractor to submit Shop Drawings, Product Data and Samples as required by the
Contract Documents and as specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable after contract award, submit to the Engineer, for review, the
required number of bound copies of shop drawings of all items as specified in the
various sections of these specifications, accompanied by letters of transmittal.
B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data
for materials and equipment; showing dimensions, performance characteristics, and
capacities and other pertinent information as required to obtain approval of the items
involved.
C. No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained.
1.3 PRODUCT DATA:
A. Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawings and diagrams:
1. Modify drawings and diagrams to delete information that is not applicable to
the work.
2. Supplement standard information to provide information specifically
applicable to the work.
1.4 SAMPLES: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
B. Determine and verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
4. Conformance with specifications.
4 -8 Specific Project Requirements
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work that requires submittals until return of submittals with Engineer's
review.
E. Keep one (1) approved copy of shop drawings or product data at job site at all times.
1.6 SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no delay in the work or
in the work of any other contractor.
B. Number of submittals required:
1. For shop drawings and product data: Submit the number of copies that the
contractor requires, plus two that will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
C. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the work or materials.
7. Applicable standards, such as ASTM or Federal Specification numbers.
8. Identification of deviations from Contract Documents.
9. Identification of revisions on re- submittals.
10. Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of products, field measurements and field construction criteria,
and a \coordination of the information within the submittal with requirements
of the work and of Contract Documents.
11. Fabrication and erection drawings lists and schedules.
12. Basis of design and design calculations signed and sealed by a registered
professional engineer.
13. Seal and signature of a register engineer on all structural submittals.
D. REVIEW:
1. Shop drawing and product data information review will be general. Such
review will not relieve the contractor of any responsibility and work required
by the Contract.
4 -9 Specific Project Requirements
2. Satisfactory shop drawings will be so designated and all sets, except four
(4), returned to the Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be returned to the Contractor,
with indications of the required corrections and changes.
3. Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
A. Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes that have been made other than those requested by the
Engineer.
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or
acceptance of submittal.
C. Return submittals to Contractor for distribution, or for resubmission.
4 -10 Specific Project Requirements
SECTION S
DESCRIPTION OF PA Y ITEMS
T H E C I T Y 0 F
SECTION 5 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the contractor can fully
understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included as a
pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or
additional payment will be made therefore. For example, there shall be no separate payment
for the following: (a) removal and replacement of any signs with the exception of the new
signs paid under various Bid Items, (b) removal of spoils, (c) water for construction, (d)
surveying to re- establish grade, (e) maintenance of existing traffic control during construction,
(f) permitting from other entities, (g) any other incidentals necessary to complete the work.
The above items are not meant to be a total and complete list of subsidiary items but only
representative of the types of items that should be included in the various pay items associated
with this project.
2. Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs in the Standard Specifications for Public
Works Construction - North Central Texas Council of Governments Fourth Edition, unless
modified by these special provisions.
All work for this project shall be governed by the Standard Specifications for Public Works
construction - North Central Texas Fourth Edition, as prepared by the North Central Texas
Council of Governments, the City of Coppell Standard Construction Details (Ord. #92 -554),
and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance
(Ord. #94 -643), together with any additional Supplementary Conditions, Specific Project
Requirements, General Notes or Description of Pay Items included herein.
2.1 Pay Item #I -1 - Mobilization & Demobilization:
This pay item shall consist of the mobilization for the construction of the project. It is
anticipated that the project will be constructed in multiple phases. This pay item shall be
inclusive of any and all mobilizations and demobilizations associated with the project.
Measurement and Payment shall be as follows: one -half the mobilization and demobilization
shall be paid with the first pay estimate after the initial mobilization has taken place. On all
subsequent pay estimates, measurement and payment shall be prorated on the basis of the
percent of the job complete plus the initial 50% (i.e., when the pay request reflects 50%
payment of the total contract amount, then the contractor will be paid for 75% of the
mobilization pay item, etc.) Payment shall be total compensation for furnishing all labor,
materials, tools, and equipment necessary to complete the work.
5 -2 Description of Pay Items
2.2. Pay Item #I -2 - Installation of Highway Traffic Signals:
This work includes the furnishing and installation of new highway traffic signals including
traffic signal controllers and cabinets in accordance with the appropriate details and
specifications, including City of Coppell "TS -2 Type 2 Cabinet Specifications" and
"Specification for Fully- Actuated Solid State Controller unit (TS -2) with Time -Based
Coordination, Preemption, and Closed Loop Operation" as well as Item 680 in TxDOT's 2004
Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges.
This item will also include supplying an upload - download device for each signal installation.
Measurement and Payment for installation of highway traffic signals work performed and
materials furnished, completed and in place as provided herein shall be made on the basis of
the price bid per lump sum (LS) and shall be total compensation for furnishing all labor,
materials, and equipment necessary to complete the work.
2.5. Pay Item #I -3 Thru #I -6 -Traffic Signal Pole with 32, 36, 44, and 48 Foot Mast Arm:
This work shall include the furnishing and installation of traffic signal poles with various
length mast arms as indicated on the plans. Said traffic signal poles shall be installed in
accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly ",
and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.5. Pay Item #I -7 Pedestrian Signal Pole:
This work shall include the furnishing and installation of pedestrian signal poles as indicated
on the plans. Said pedestrian signal poles shall be coated and installed in accordance with
City of Coppell standards and "Specification for Mast Arm Pole Assembly ", and TxDOT
Item 687
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.6 Pay Items #I -8 Thru #I -10 Traffic Signal Foundations & Pedestrian Pole Foundations:
This work shall include the furnishing and installation of traffic signal foundations type 36 -A
and 36 -B as indicated in the plans. This item will also cover the installation of pedestrian
signal pole foundations type 24 -A as indicated in the plans. All work shall be in accordance
with the appropriate details and specifications, including Item 656 in TxDOT's 2004 Standard
Specifications for Construction and Maintenance of Highways, Streets and Bridges.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
5 -3 Description of Pay Items
2.7 Pay Item #I -11 Traffic Signal Controller Foundation:
This work shall include the furnishing and installation of the traffic signal controller
foundation in accordance with City of Coppell standards and specification "Underground
Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and
Installation Procedures ", and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.9. Pay Item #I -12 & I -13 — 3- Section & 5- Section Signal Head w/Backplate:
This work shall include the furnishing and installation of 3- section signal heads with
backplates. Said signal heads shall be installed in accordance with City of Coppell standards
and specification " Polycarbonate Resin Traffic Signal Heads - 12 Inch, Expandable,
Adjustable Type ", and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.10 Pay Item #I -14 Pedestrian Signal Sections:
This work shall include the furnishing and installation of polycarbonate, symbolic pedestrian
signal sections in accordance with the appropriate details and specifications, including Item
682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of
Highways, Streets and Bridges. Pedestrian signal head shall be of the "count down" variety.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.11 Pay Item #I -15 Pedestrian Push Button and Sign Assemblies:
This work shall include the furnishing and installation of pedestrian push button and sign
assemblies in accordance with City of Coppell standards and specification "Vehicle and
Pedestrian Detectors; Detector Amplifiers; Lead in Cable; Pedestrian Push Buttons;
Installation Procedures ", and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.12 Pay Item #I -16 Uni- Directional Opticom Detector:
This work shall include the furnishing and installation of uni- directional opticom detectors in
accordance with the appropriate details and specifications, including the Emergency
Management Response System special specification.
5-4 Description of Pay Items
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.13 Pay Item #I -17 Traffic Signal Confirmation Lights:
This work shall include the furnishing and installation of traffic signal confirmation light
assemblies with clear globe on the mast arms and in the locations as designated by the Owner.
Contractor shall furnish and install Pelco Part Number SM -0286 traffic signal confirmation
lights, or equal. Confirmation light shall be mounted high enough to be visible above the
street name sign.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work. Any necessary extensions shall be considered subsidiary to this pay item.
2.15 Pay Item #1 -18 Video Imaging Vehicle Detection System:
This work shall include the furnishing and installation of video imaging vehicle detection
systems in accordance with the appropriate details and specifications. System provided shall
be AutoScope Terra, or approved equal.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.16 Pay Item #I -19 Cabinet Mounted Communication Equipment:
This work shall include the furnishing and installation of all necessary cabinet mounted
equipment for communication between the traffic signal controller and remote city locations
via the 12 strand fiber provided under item I -33. This pay item shall cover the installation of
necessary equipment in both the new cabinet being installed at Sandy Lake and Riverchase
Drive, and the existing cabinet at Macarthur and Sandy Lake.
This equipment will include a Corning AnyLAN integrated single -panel housing, 24 -fiber LC
Duplex with Corning fiber jumpers. Jumpers shall be 2 -F singlemode LC -LC duplex. The
equipment will also include an Ethernet switch. The switch shall be EtherWan, model
EX72089 -OVB hardened managed switch with 8 ports, or approved equal. Switch shall be
equipped with an EtherWan 41- 136046 power supply and EtherWan fiber modules.
Measurement and Payment shall be made on the basis of the bid price per lump sum and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work. Completion of the work shall include those items listed herein as well as
any additional items required to interface between the fiber and the traffic signal controller
and the video detection system.
2.17 Pay Item #1 -20 thru #I -22 PVC Conduit & RMC Conduit:
This work shall include the furnishing and installation of 2" and 3" PVC conduit, and 2"
RMC Conduit in accordance with City of Coppell standards and specification "Underground
S -S Description of Pay Items
Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and
Installation Procedures ", and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.18 Pay Item #I -23 Furnish & Install Type `A' Ground Box:
This work shall include the furnishing and installation of ground boxes ion accordance with
City of Coppell standards and specification "Underground Traffic Signal Requirements;
Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures ", and
appropriate TxDot standard details.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.19 Pay Item #I -24 3 Conductor #6 Gauge Wire:
This work shall include the furnishing and installation of 3C #6 gauge wire in the locations
shown in accordance with City of Coppell standards and specification "Multiple Conductor
and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.20 Pay Item #I -251 Conductor #6 Gauge Bare Wire:
This work shall include the furnishing and installation of 1 C #6 gauge bare wire in the
locations shown in accordance with City of Coppell standards and specification "Multiple
Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.21 Pay Item #I -261 Conductor #8 Gauge Wire:
This work shall include the furnishing and installation of 1 C #8 gauge wire in multiple
locations of the project in accordance with City of Coppell standards and specification
"Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG
standards.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
5-6 Description of Pay Items
2.22 Pay Item #I -2716 Conductor #12 Gauge Wire:
This work shall include the furnishing and installation of 16C #12 Gauge wire in multiple
locations of the project in accordance with City of Coppell standards and specification
"Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG
standards.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.23 Pay Item #I -28 Opticom Cable
This work shall include the furnishing and installation of opticom cable as recommended by
the manufacturer in multiple locations of the project in accordance with City of Coppell
standards and specifications.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.24 Pay Item #I -29 Video Cable:
This work shall include the furnishing and installation of VIVDS Video cable in multiple
locations of the project in accordance with the recommendation of the manufacturer. Cable
furnished shall be of the type recommended for use with the AutoScope Terra video system.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.25 Pay Item #I -30 3 Conductor #14 Gauge Wire:
This work shall include the furnishing and installation of 3C #14 gauge wire in multiple
locations of the project in accordance with City of Coppell standards and specification
"Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG
standards.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.26 Pay Item #I -315 Conductor #14 Gauge Wire:
This work shall include the furnishing and installation of 5C #14 Gauge wire in multiple
locations of the project in accordance with City of Coppell standards and specification
"Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG
standards.
5-7 Description of Pay Items
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.27 Pay Item #I -32 7 Conductor #14 Gauge Wire:
This work shall include the furnishing and installation of 7C #14 Gauge wire in multiple
locations of the project in accordance with City of Coppell standards and specification
"Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG
standards.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.28 Pay Item #I -33 12 Strand Corning AnyLan Pre - terminated Fiber:
This work shall include the furnishing and installation of fiber optic cable in the locations as
shown on the plans. The cable shall be Corning AnyLan pre - terminated 12 fiber singlemode
trunk with opti -tip connectors. The lengths as shown in the plans are approximate, and are
based on the best information available to us at this time. Upon completion of the conduit
installation, it shall be the contractors responsibility to verify the actual length necessary to
make the connections indicated in the plans. As this type of cable is pre - terminated with
"plug & play" ends at the factory it is imperative that the correct length be ordered. Any
shortage will be the sole responsibility of the contractor.
Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work. Payment will be made on the basis of the actual length of cable provided
and installed.
2.29 Pay Item #I -34 Power Service and Pedestal Equipment:
This work shall include the furnishing and installation of power service and pedestal
equipment in accordance with City of Coppell standards and specification "Power Service and
Service Equipment and General System Wiring Procedures ", and NCTCOG standards.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.30 Pay Item #I -35 Opticom Detector Phase Selector:
This work shall include the furnishing and installation of opticom detector phase selectors in
accordance with the appropriate details and specifications, including the Emergency
Management Response System special specification.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
5-8 Description of Pay Items
2.31 Pay Item #I -36 UPS System:
This work shall include the furnishing and installation of an uninterrupted power supply
system, Clary Corporation, Model SP -1000, or equal with a six battery cabinet in accordance
with the appropriate details and specifications, including TxDOT Specification. This item
shall include the installation of the externally mounted cabinet to house the system.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.32 Pay Item #I -37 Furnish and Install Illuminated Street Name Signs:
This work shall include the furnishing and installation of illuminated street name signs in
accordance with this specification, and as indicated in the drawing. Signs shall be edge lit
LED illuminated with an 18" tall viewing area. Signs shall be "Classic Thinline" model from
Southern Manufacturing, or approved equal. Signs shall be mounted to the mast arm using
an Astro -Brac® SP0140 or approved equal. A photocell shall be provided to ontrol when
the sign is illuminated. The photocell shall be set up such that all lights are on or off at
the same time. Lights shall not come on or turn off at different times.
Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.33 Pay Item #I -38 Furnish and Install Miscellaneous Signs:
This pay item shall consist of the furnishing and installation of standard street signs at the
locations specified by the Owner. All signs shall be manufactured and mounted in
accordance with City of Coppell standards and Texas MUTCD guidelines.
Measurement and Payment shall be made on the basis of the bid price per Lump Sum (LS)
and shall be the total compensation for furnishing all labor, materials, and equipment
necessary to complete the work.
2.34 Pay Item #I -39 Furnish & Install Pavement Markings:
This pay item shall consist of the furnishing and installation of pavement markings as
indicated in the plans. Markings shall be placed in the location shown in the plans and in
accordance with the City of Coppell standard details. Pavement marking material (buttons,
stripes, arrow, etc.) shall be in accordance with city standards as outlined in the appropriate
details.
Measurement and Payment shall be made on the basis of the bid price per Lump Sum (LS)
and shall be the total compensation for furnishing all labor, materials, and equipment
necessary to complete the work.
5-9 Description of Pay Items
SECTION 6
TECHNICAL SPECIFICATIONS
AND DESCRIPTION OF PA Y ITEMS
T H E - C 1 T Y O F
SECTION 6 CONTENTS:
IS 2 CABINET ASSEMBL Y
FULLY - ACTUATED SOLID STATE CONTROLLER UNIT
UPLOAD - DOWNLOAD DEVICE
SPECIFICA TION FOR MAST ARM POLE ASSEMBL Y
POL YCARBONATE RESIN TRAFFIC SIGNAL HEADS
UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS
MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR
TRAFFIC SIGNAL CABLE AND WIRE
POWER SERVICE & SERVICE EQUIPMENT /
GENERL SYSTEM WIRING PROCEDURES
RETROREFLECTIVE PREFABRICATED PA VEMENT MARKINGS
Page 6 -2
Page 6 -11
Page 6 -12
Page 6 -13
Page 6 -17
Page 6 -22
Page 6 -27
Page 6 -40
Page 6 -43
TS2 -TYPE 2 CABINET SPECIFICATIONS
1.0 TS 2 CABINET ASSEMBLY
1.1 This specification describes the minimum acceptable requirements for a TS 2 cabinet
assembly to house a NEMA TS 1 Type 2 solid state full- actuated controller unit. The
cabinet assembly shall be configured by NAZTEC to City of Coppell specification, or
approved equal.
1.2 Cabinet Design Requirements
1.2.1 Vertical shelf support channels shall be provided to permit adjustment of shelf location
in the field. The channels shall have a single continuous slot to allow shelves to be
placed at any height within the cabinet. Channels with fixed notches or holes are not
acceptable.
1.2.2 Each cabinet shall be equipped with an extra set of unistrut channels or a keyhole panel
on either side of the front section of the cabinet to permit the purchaser to mount
additional equipment as necessary.
1.2.3 Shelves shall be at least 330 mm deep and be located in the cabinet to provide a 12.5
mm clearance between the back of the shelf and the back of the cabinet. A 38 -mm
drawer shall be provided in the cabinet, mounted directly beneath the controller support
shelf. The drawer shall have a hinged top cover and shall be capable of storing
documents and miscellaneous equipment. This drawer shall support to 22.5 kg in weight
when fully extended. The drawer shall open and close smoothly. Drawer dimensions
shall make maximum use of available depth offered by the controller shelf and be a
minimum of 600 mm.
1.2.4 Two shelves shall be provided in the cabinet and shall be at minimum 305 mm apart in
height. There shall be sufficient shelf space to accommodate a controller unit 330 -mm
high, an MMU, one 8 position card rack and external power supply. An additional space
at least 305 -mm high, 325 mm wide, and 305 mm deep shall be provided. The
controller unit, MMU, card racks, and power supply shall be placed on the shelves in
such a manner that sufficient ventilation is provided to all components. Labels showing
the proper placement of each component shall be provided along the shelves to ensure
proper placement.
1.2.5 The cabinet shall be vented and cooled by 2 thermostatically controlled fans. The fans
shall be a commercially available model with a capacity of at least 2.7 m /min. The
thermostats shall be adjustable range of 20 °C to 43 °C. A press -to -test switch shall be
provided to test the operation of the fans.
6 -2 Technical Specifications &
Description of Pay Items
1.2.6 The cabinet shall be provided with a unique five digit serial number which shall be
stamped directly on the cabinet or engraved on a metal or metalized mylar plate, epoxied
or riveted with aluminum rivets to the cabinet. The digits shall be at least 5 mm in
height and located on the upper right sidewall of the cabinet near the front.
1.3 Cabinet Door
1.3.1 The cabinet shall be provided with one door in front that will provide access to the
cabinet. The door shall be provided with three hinges with non - removable stainless steel
pins, or a full - length piano hinge with stainless steel pins spot welded at the top of the
hinge. The hinges shall be mounted so that it is not possible to remove them from the
door or cabinet without first opening the door. The bottom of the door opening shall
extend at least to the bottom level of the back panel. The door and hinges shall be braced
to withstand a 74 -kg per vertical meter of door height load applied to the outer edge of
the door standing open. There shall be no permanent deformation or impairment of any
of the door or the cabinet body when the load is removed.
1.3.2 The cabinet door shall be fitted with a Number 2 Corbin lock and a stainless steel handle
with a 16 mm (minimum) diameter shaft (or equivalent cross - sectional area for a square
shaft) and a three point latch. The lock and latch design shall be such that the handle
cannot be released until the lock is released. One key shall be provided for each cabinet.
A gasket shall be provided to act as a permanent dust and weather resistant seal at the
controller cabinet door facing. The gasket material shall be of a nonabsorbent material
and shall maintain its resiliency after long term exposure to the outdoor environment.
The gasket shall have a minimum thickness of 6.25 mm. The gasket shall be located in a
channel provided on the cabinet or on the door(s). An "L" bracket is acceptable in lieu of
this channel if the gasket is fitted snugly against the bracket to insure a uniform dust and
weather resistant seal around the entire door facing. Any other method is subject to
purchaser approval during inspection of an order.
1.3.3 A locking auxiliary police door shall be provided in the door of the cabinet to provide
access to a panel that shall contain a signal shutdown switch, a signal flash switch, a
manual- automatic switch, and a manual advance push- button switch on a six foot
retractable cord. Manual control of the controller unit from the police door shall
override any external control (external logic, etc.) in effect when the Manual- Automatic
switch is in the manual position. Each actuation of the manual advance push -button
switch shall advance the controller to the next interval. Manual control shall not
override any calls for preemption. The police door shall be gasketed to prevent entry of
moisture or dust and the lock shall be provided with one brass key.
1.3.4 The intake for the vent system shall be filtered with a permanent air filter. The minimum
filter dimensions shall be 406.4 mm wide by 304.8 mm high by 25 mm thick. The filter
shall be securely mounted so that any air entering the cabinet must pass through the
filter. The cabinet opening for intake of air shall be large enough to use the entire filter.
The air intake and exhaust vent shall be screened to prevent entry of insects. The screen
6 -3 Technical Specifications &
Description of Pay Items
shall have opening no larger than 8.1 mm. 2 . The total free air opening of the exhaust vent
shall be large enough to prevent excessive back - pressure on the fan.
1.4 Wiring
1.4.1 All wiring within the cabinet shall be neat and routed such that opening and closing the
door or raising or lowering the back panel will not twist or crimp the wiring. All wiring
harnesses shall be either braided, sheathed in nylon mesh sleeving, or made of PVC or
polyethylene insulated jacketed cable. Wiring leading to the cabinet door shall be
sheathed in nylon mesh sleeving or be PVC jacketed cable only.
1.4.2 Size
A. All conductors between the main power circuit breakers and the signal power bus
shall be a minimum size 10 AWG stranded copper. All conductors carrying
individual signal lamp current shall be a minimum size 14 AWG stranded copper.
All AC service lines shall be of sufficient size to carry the maximum current of
the circuit or circuits they are provided for. Minimum cabinet conductor wire size
shall be 22 AWG stranded copper. All wiring and insulation shall be rated for
600 V or greater.
B. Conductors for AC common shall be white. Conductors for equipment grounding
shall be green. All other conductors shall be a color different than the foregoing.
C. No P.C. boards will be allowed on the back panel of the cabinet. All wiring must
be done from the ABC Harnesses to the Back Panel using standard 19 -gauge
wiring.
1.4.3 A barrier terminal block with a minimum of three compression fitting terminals designed
to accept up to a #4 AWG stranded wire shall be provided for connection of the AC
power lines. The block shall be rated at 50 Amperes.
1.4.4 All terminals shall be permanently identified in accordance with the cabinet wiring
diagram using an anodized silk screening process on the aluminum panel. Where
through -panel solder lugs or other suitable connectors are used, both sides of the panel
shall have the terminals properly identified. Identification shall be placed as close to the
terminal strip as possible.
A. Each controller input and output function shall be distinctly identified with no
obstructions, at each terminal point in the cabinet, with both a number and the
function designation. The same identification must be used consistently on the
cabinet wiring diagrams. The back panel shall be wired and labeled according to
the TS2 -1992 specification MODE 6 — User defined UO which converts existing
unused TS 1 inputs to extra vehicle detectors and preempts.
B. Each load switch socket shall be identified by phase number, overlap number, and
pedestrian phase number as applicable. No cabinet equipment, including the load
switches themselves, may obstruct these identifications.
6 -4 Technical Specifications &
Description of Pay Items
C. Each flash transfer base and power relay base shall be properly identified with no
possible obstructions.
D. Each harness within the cabinet shall be distinctly identified by function on the
connector end.
E. The flasher socket shall be distinctly identified with no possible obstruction.
F. All other sockets needed within the cabinet to fulfill the minimum requirements of
the Invitation to Bid, or attachments thereof, shall be distinctly identified.
1.4.5 The controller unit harnesses (ABC plugs) shall be long enough to reach any point 400
mm above the timer shelf. The conflict monitor harness and any required auxiliary
harness shall reach 600 mm from the conflict monitor shelf.
1.4.6 An unused, spare terminal block providing ten terminals shall be provided. This block
shall be double 8 -32 X 5/16" binder head screw design with shorting bars. These
terminal strips shall be located on the lower third of either side of the cabinet.
1.4.7 Copper ground buses shall be provided for both the power supply neutral (common) and
chassis ground. Each bus bar must provide a minimum of ten unused terminals with 8 -32
X 5/16" or larger screws. The AC neutral and chassis ground buses shall be jumpered
together with a minimum #10 AWG wire.
1.4.8 A 20 Ampere and a 50 Ampere thermal type circuit breaker shall be mounted and wired
in the cabinet. The 20 ampere breaker shall protect the base light, trouble light, GFCI
receptacle, modem duplex receptacle, and fans. The 50 ampere breaker shall protect the
signal load circuits, controller circuits, conflict monitor, flasher, and card rack detector
power supply. The breakers shall be Square "D" QUO 150 Series, no other brand will be
allowed.
1.4.9 The circuit breakers shall be equipped with solderless connectors and installed on the
right side wall (facing the cabinet) or lower right hand side of the back panel inside the
cabinet. The breakers shall be easily accessible. The breakers shall be positioned so that
the rating markings are visible.
1.4.10 A Ground Fault Circuit Interruption (GFCI) type duplex receptacle shall be mounted and
wired in the lower right side wall of the cabinet. An additional duplex receptacle (for
use with communications modems) shall be mounted and wired in the upper left side of
the cabinet behind the preempt/interconnect panel. These receptacles shall be wired on
the load side of the 20 Amp circuit breaker.
1.4.11 The above breakers are in addition to any auxiliary fuses which may be furnished with
the controller to protect component parts, such as transformers, etc.
1.4.12 The load side of the main circuit breaker shall be protected by a two stage lightning
surge suppresser, equivalent to the EDCO ACP340 (with LED indication along with a
set dry contacts for alarm capabilities to indicate proper operation).
6 -5 Technical Specifications &
Description of Pay Items
1.4.13 The suppresser ground connection shall be connected to the cabinet by means of a short,
heavy copper ground strap. The strap shall be bonded to the cabinet.
1.4.14 The suppresser shall be connected to the line filter as recommended by the manufacturer.
Number 10 AWG or larger wire shall be used for connections to the suppresser, line
filter and load switch bus.
1.4.15 A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet.
This light shall be turned on when the cabinet door is opened, and turn off when the
cabinet door is closed. An MOV or other such transient suppression device shall be
placed across the AC power input to the light.
1.4.16 A radio frequency interference (RFI) suppresser shall be provided and installed on the
load side of the signal circuit breaker and shall be protected by the surge protector. This
filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50
decibels over the frequency range of 200 Kilohertz to 75 Megahertz.
1.4.17 Transient suppression devices shall be placed on the coil side of all relays in the cabinet.
DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC
relays shall have MOV's or equivalent suppression across their coils. RC networks are
acceptable. One suppression device shall be supplied for each relay.
1.4.18 Except where soldered, all wires shall be provided with lugs or other approved terminal
fittings for attachment to binding posts. Insulation parts and wire insulation shall be
insulated for a minimum of 600 volts.
1.4.19 The outgoing traffic control signal circuits shall be of the same polarity as the line side
of the power source.
1.4.20 A switch shall be provided on the inside face of the cabinet door that shall be labeled
Test - Normal. When the switch is in the Normal position, call for flashing operation shall
remove the power from the controller unit. When the switch is in the Test position, the
call for flashing operation shall permit the controller unit to continue to run so that its
operation can be observed.
1.4.21 A switch shall be provided near the Test - Normal switch to cause the controller unit, and
any auxiliary equipment, to stop timing. It shall be labeled "STOP TIMING ".
1.4.22 The cabinet shall be wired so that activation of the MMU will cause the controller unit,
and any auxiliary equipment, to stop timing.
1.4.23 Conflict and manual flash shall be wired for all red.
1.4.24 The cabinet shall be designed and equipped with enough transfer relays for the purchaser
to change any main street indications (movements 2, 6, and/or 1, 5) to amber for the
6 -6 Technical Specifications &
Description of Pay Items
conflict and/or manual flash operation on the face of the back panel or a side panel,
using only simple tools.
1.4.25 Transfer relays shall be the plug -in type manufactured by Magnecraft or equivalent. The
relays shall have contacts a minimum of 3/8" diameter in size and shall be rated at a
minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC.
1.4.26 The red enable and remote reset from the conflict monitor shall be terminated on the face
of the back panel.
1.4.27 A 75 Amp, solid state relay shall be wired between the RFI filter output and the load
switch power bus. The relay shall be controlled by the signal shutdown switch and the
flash switch. The relay shall be mounted to a heat sink designed to allow maximum
current flow at 74 C without damaging the relay.
1.4.28 All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state
relay shall be covered with a clear non - conductive plastic cover to prevent accidental
contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt
from this requirement.
1.4.29 An input point shall be provided on the back panel to allow external reset of the
Malfunction Monitoring Unit.
1.4.30 The load switch outputs shall be brought out through posted 10 -32 X 5/16" binder head
screw terminals. Field wiring for the signal heads shall be connected at this terminal
strip.
1.4.31 The cabinet shall be equipped with an auxiliary power connector to plug in a generator
for electrical service. The circuit shall be activated by the presence of 120 VAC
generator line voltage that will supply a relay to transfer the supply source to generator
power. The connector shall be located inside an accessible panel on the rear of the
cabinet and shall allow a plug to be present with the access door closed and locked.
2.0 DETECTOR PANEL AND CARD RACK
2.1 The cabinet shall have a 20 loop detector panel mounted on the left side of the cabinet.
This panel shall provide for all connections between loops at the street and the detector
amplifiers as described in the following sections.
2.2 Detector Card Rack
2.2.1 The card rack shall have 12 positions (10 slots for vehicle, 2 slots for Opticom
preemption). The detector card rack shall have a rigid frame and shall be fabricated
from aluminum and shall have slots set in a modular fashion such that the PCB edge
connectors shall plug into the rear while sliding between top and bottom card guides for
each module. Mounting flanges shall be provided and be turned outward for ease of
6 -7 Technical Specifications &
Description of Pay Items
access. The detector card rack shall be bolted to a cabinet shelf. It shall be possible to
unbolt the rack using simple tools.
2.2.3 All wiring to the rack shall be labeled and neatly run to other parts of the cabinet and
detector termination panel.
2.2.4 The slots shall be numbered 1 to 10 for loop amplifiers and 1 to 2 for preemption left to
right when viewed from the front of the rack. A flange shall be provided on the top and
the bottom of the rack to label each individual channel.
2.2.5 The Detector DC Supply shall be bussed to a common point and wired to the
Intersection Detector Panel.
2.2.6 The Chassis Ground shall be bussed to a common point and wired to the Detector Panel.
2.2.7 The Logic Ground shall be bussed to a common point and wired to the Detector Panel.
2.3 Detector Panel
2.3.1 The Detector Panel shall provide all connections between the detector loops and the
detector amplifiers as well as all necessary preemption inputs and hardwire
communications terminals.
2.3.2 The panel shall be constructed of 3.2 mm aluminum.
2.3.3 The panel shall contain a 76 mm horizontal slot in each corner to accommodate 6.3 mm
mounting bolts.
2.3.4 All inputs from the loops shall be brought through posted 10 -32 X 5/16 inch binder
screw terminals or 8 -32 X 5/16 inch binder screw terminals.
2.3.5 Each loop pair shall be protected by lightning surge suppresser. The suppressers must be
mounted behind the panel using feed through screw terminals to attach the suppressers.
2.3.6 Each detector will have a test switch such that when the switch is closed, a call is placed
upon that detector input. The test switch will have three positions; no effect, permanently
on, and momentarily on.
2.3.8 A chassis ground bus bar shall be provided on the panel and connected to the cabinet by
an insulated braided copper ground strap. The strap shall be bonded to the cabinet.
3.0 PREEMPT / COMMUNICATION PANEL
3.1 A preempt / communication panel shall be part of the detector panel and provide all
interface circuits and wiring for preemption and communication functions. The panel
shall be located on the left side of the cabinet interior.
6 -8 Technical Specifications &
Description of Pay Items
3.2 Three input relay circuits, with 120 VAC coil and contacts rated for the application, shall
be provided on the preempt panel. These circuits shall be used to isolate the incoming
preempt commands from the controller unit logic circuitry. The circuits shall be
programmable to operate with either a normally open or normally closed relay contact by
jumpers on a terminal strip. A barrier strip protected from accidental contact by service
personnel shall be supplied to connect the external input. It shall be possible to use
either a neutral or hot 120 VAC input. Relays used shall be plug -in Potter Brumfield
K10P series /Magnecraft W -78 series or interchangeable equivalent. The relays shall be
mounted in relay sockets.
3.3 Adequate protection of the input relay circuits as well as the preemptor circuitry shall be
provided to eliminate damage or false preemption commands caused by line transients or
lightning surges. The devices shall have a minimum rating of 20 Joules.
3.4 Three momentary test switches, one for each preempt circuit, shall be provided on the
preempt panel. The operator shall not be exposed to hazardous voltages during
operation of the test switches.
3.5 All necessary interconnection cables and mounting hardware shall be provided.
3.6 There shall be a switch on the preempt/communication panel, which shall release the
local controller to operate in an isolated, full- actuated manner, when necessary for
maintenance purposes. The switch positions shall be labeled "SYSTEM" and "FREE ".
3.7 Terminal connections for 3 twisted pair communication lines and one telephone line
shall also be provided. The protection will consist of series 25 ohm resistors, 15 volt
transorbs, and other devices, which allow protection including primary overvoltage
protection, resettable overcurrent protection, secondary clamping voltage protection, and
fast transient filtering. The secondary overvoltage stage shall allow peak voltages of no
more than 250 volts. The fast transient filtering stage shall provide no less than 40
dB /decade of attenuation to transients above the required pass band. The protection
shall be provided in an integrated closure with eight (8) input/output terminations and
ground connection.
4.0 POWER SUPPLY
4.1 The power supply shall be a shelf mounted, enclosed, 24 VDC power supply in
accordance to Clause 5.3.5 of the NEMA Standards Publication TS 2 -1992.
4.2 One power supply cable per power supply shall be furnished and installed in each
cabinet. The wires shall be terminated to bus bars, terminals on the front of the back
panel, detector panels, or connector as appropriate. The connections shall be with forked
spade lugs or otherwise as needed. Each individual wire shall be cut to the length
required to reach the point at which it is to be connected.
6 -9 Technical Specifications &
Description of Pay Items
4.3 Power supply should be adequate, and compatible with Autoscope Terra video detection
system.
6 -10 Technical Specifications &
Description of Pay Items
SPECIFICATIONS
FOR FULLY - ACTUATED SOLID STATE CONTROLLER UNIT (TS -2)
WITH
TIME BASED COORDINATION, PREEMPTION, AND CLOSED LOOP OPERATION
1.0 SCOPE
1.1 This specification sets forth the minimum requirements for a shelf - mounted (16)
sixteen -phase full- actuated solid state controller unit with internal Time -Based
Coordination (TBC), railroad/fire (emergency vehicle) preemption and closed loop
secondary operation.
2.0 CONTROLLER UNIT
2.1 The controller shall be a Naztec TS -1, Type 2 controller or equal. The controller shall
come equipped with an Ethernet communication port.
6 -11 Technical Specifications &
Description of Pay Items
SPECIFICATIONS
FOR UPLOAD - DOWNLOAD DEVICE
1.0 SCOPE
1.1 This specification sets forth the minimum requirements for an upload - download device
to be supplied with each traffic signal installation. The purpose of this device is to
allow programming to take place in a shop environment and the unit can then be
transported to the cabinet and upload of the new program can be accomplished quickly
with minimal interruption to the operation of the signal.
2.0 UNIT
2.1 The unit shall be a Dell Latitude D610 with Intel Pentium M Processor 740 (1.73 GHz)
14.1 SXGA, or approved Equal.
3.0 HARDWARE REQUIREMENTS
3.1 This unit shall be equipped with a minimum of LOGB DDR2 533MHz SDRAM, 2
DIMMS.
3.2 A 80 GB Hard Drive, 9.5MM, 5400 RPM.
3.3 An Internal 56K Modem for Dell Latitude D- Family notebooks.
3.4 A 90W A/C adapter.
3.5 A 24X CD- RW /DVD with Sonic Digital Media and Cyberlink PowerDVD.
3.6 An Intel PRO /Wireless 2200 802.11 b/g WLAN miniPCI Card.
3.7 A 6 cell primary battery.
4.0 SOFTWARE REQUIREMENTS
4.1 Operating system of the unit shall be Windows XP Professional, SP2.
4.2 System shall be pre - loaded with Nastac software.
6 -12 Technical Specifications &
Description of Pay Items
SPECIFICATION FOR MAST ARM POLE ASSEMBLY
1.0 GENERAL
1.1 This specification covers steel (as specified in Plans) mast arm and pole assemblies,
which, shall include transformer base. All mast arm pole assemblies, as supplied
and installed, must conform to the detailed drawings and/or to the requirements in
the Plans as to height, general design and finish.
1.2 Drilled shaft foundations for each mast arm pole installation shall be considered an
integral part of the respective mast arm pole assembly, when loading and wind
design factors are applied.
1.3 Each assembly shall be designed to withstand wind and ice loads per respective
signal head(s), sign(s) and on all surfaces of the support assembly, in accordance
with the American Association of State Highway and Transportation Officials
"Specifications for Structural Supports for Highway Signs, Luminaries and Traffic
Signals" and other pertinent specifications of this body. Unless otherwise shown in
the Plans, wind speeds used for design shall be based on a 50 -year mean recurrence
interval. Wind drag coefficient shall be 1.2. Allowable unit stresses in each
component of each assembly shall be as provided in the AASHTO Specifications
above mentioned.
1.4 All castings shall be true to pattern in form and dimensions, free from pouring
faults, sponginess, cracks, blowholes and other defects in any position affecting their
strength and value to service intended. Surfaces shall have a workmanlike finish,
and no sharp unfilleted angles or corners will be allowed.
1.5 All parts of assemblies of the same manufacturer shall be interchangeable.
1.6 Each pole assembly shall be designed to support respective required dead loads of
signal heads, signs and the stresses applied to the exposed areas of all appurtenances
based on wind and ice loads per Section 1.3 above.
2.0 POLE SHAFT
2.1 Pole shafts shall be fabricated to satisfy strength requirements of Section 1.0.
Welded joints in shafts or arms shall develop the full required strength of the welded
member.
2.2 Fabrication. Round continuously tapered shafts shall be formed and welded, and
shall have no more than one (1) longitudinal welded joint and no horizontal welded
(transverse) joints. After forming and welding, the tapered shaft may be
longitudinally rolled under sufficient pressure to flatten welds and to assure
6 -13 Technical Specifications &
Description of Pay Items
continuous uniform taper (on .10 -in/ft. or .14- in/ft.). All welds shall be smooth so as
to attain the external appearance characteristics of the pole itself.
2.3 All shafts shall meet strength requirements of Section 1.0, and shall be provided
with reinforced handholes if shown on the Plans.
3.0 SHAFT BASE
3.1 Steel shaft bases shall be fabricated and constructed with an opening of a size and
shape to receive the shaft and shall be welded to the shaft by continuous welds
which develop strength of the base and of the adjacent shaft section. Four mounting
holes shall be provided in the shaft base with a bolt circle pattern compatible with
transformer base. Transformer base mounting bolts and four nuts shall be provided
for securing shaft base to transformer base. Ornamental casting covers are required
to cover exposed base mounting bolts.
4.0 TRANSFORMER BASE
A transformer base of the size and design shown in the plans shall be provided for
each pole assembly. The base shall be of fabricated steel and shall develop the
strength of the respective adjacent base and shaft. A handhole with cover of the
minimum dimensions shown on the plans shall be provided. The cover shall be
securely held in place with a noncorrosive holding device such as one or more
galvanized bolts. One or more corrosion resistant steel plates, conforming to ASTM
Designation A 123, shall be furnished as necessary where the base is subject to
abrasive action due to the rotating capabilities of the assembly. The location is
generally considered to be the supporting ring on the bottom of the transformer base.
The interior side of the hand hole cover shall have a multi terminal (12 min.)
compression CV6 Terminal block mounted to it for all signal conductor
connections. This is the only point that the splices are to be made.
5.0 ANCHOR BOLTS AND SHIMS
Four steel anchor bolts, and template for proper alignment of bolts in foundation,
shall be furnished for each pole assembly. Allowable unit stress for each anchor
bolt shall be as provided in AASHTO Specifications mentioned in Section 1.4.
Transformer base installations require each anchor bolt to be top threaded and fitted
with one nut and one flat washer. A set of six (6) "U" shaped galvanized steel shims
(3 each, 1/8 inch thick and 3 each, 1/16 inch thick) shall also be furnished with each
transformer base. Shoe base poles require that each anchor bolt be top threaded and
provided with two (2) nuts and two (2) flat washers. The embedded end of anchor
bolts shall have a 900 bend as shown on the Plans, and have a minimum elongation
in 2 inches of 16 percent, or in 8 inches of 14 percent.
6.0 SIGNAL HEAD AND LUMINAIRE MAST ARMS
6 -14 Technical Specifications &
Description of Pay Items
Mast arms shall be of the design shown in the Plans and arm and attaching hardware
shall meet strength requirements of Section 1.0. Fastening the mast arm assemblings
to the shaft by use of set screws (which would cut into or groove the shaft) guys,
rods or sway braces will not be acceptable.
7.0 FINISH
Painted Finish - All surfaces at the time of paint application shall be in accordance
with the requirements of Brush - Off - Blast - Cleaning as specified in Steel Structures
Painting Council Specification SSPC -SP7. When shipped, the outside of each
assembly shall be coated in a manner that will assure all surfaces, at the time of
erection, will be coated with a dry, smooth, continuous, uniform, tightly adhering,
nonchalking film that is a minimum of two (2) mils thick measured over the peaks
of the anchor pattern. The dried film shall contain, on a weight basis, a minimum of
20% binder solids and a minimum of 25% pigment capable of chemically inhibiting
corrosion. A minimum of 12% of the film shall be a chromate type corrosion
inhibiting pigment. The inside of each assembly may either be coated in the same
manner as the outside or may coated by an acceptable red lead primer. After
erection of the assembly, the shop coat shall be touched up with shop primer. After
the touch up coat is thoroughly dry, each pole assembly shall be provided with a one
(1) mil (dry) thick film of paint specified and approved by the Engineer:
Color Product #: Beige Brown
Cure: PRPL97006
Control #: 340F -10 MIN PMT
Resin Type: T711049
Gloss Level: Polyester Full
"or equivalent ".
8.0 CERTIFICATION REQUIREMENTS
The Contractor shall submit for approval by the Engineer, five (5) prints of drawings
which show all pertinent information and data required for verifying structural
adequacy, and all fabrication and erection details.
a. The drawings shall be prepared on sheets 24 x 36 inches in size, with 1 1/2
inch left margin and other margins of 1/2 inch.
b. Each sheet shall have a title in the lower right hand corner which includes
the names of the Contractor, Fabricator and sheet numbering.
C. All material of each component shall be referenced to ASTM Specifications,
or to other specifications provided minimum yield points or yield strength
and elongations are shown.
6 -15 Technical Specifications &
Description of Pay Items
d. Drawings for only one assembly need be submitted for two or more which
are of identical design and dimensions.
e. Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings, shop fit
field connections and proper galvanizing designs when galvanizing is
required.
f. The drawings shall bear a fully descriptive, detailed certification thereon that
the assemblies were structurally designed in accordance with criteria
specified in Section 1.0 and specified in the Plans.
g. The drawings shall be submitted to and approved by, the Engineer prior to
fabrication.
6 -16 Technical Specifications &
Description of Pay Items
POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS
12 INCH, EXPANDABLE, ADJUSTABLE TYPE
1.0 GENERAL
1.1 The Traffic control signal heads shall be in accordance with TxDOT section 682
Vehicle and Pedestrian Signal Heads.
1.2 Each traffic signal face shall consist of a number of identical signal sections rigidly
fastened together in such a manner as to present a continuous pleasing appearance.
1.3 All signal heads shall be of the LED variety.
1.4 All signal head housings and back plates shall be black in color.
2.0 SIGNAL FACES AND SIGNAL HEADS
2.1 Signal faces and signal heads shall be as shown in the Plans, and installed per
requirements in these specifications.
2.2 All housing cases of signal heads shall be rigidly attached, at top and bottom to 1
1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating
from hubs at the vertical central axis of the head and rigidly attached there to in a
manner that will assure permanent alignment of the separate housings. The hub
shall be designed to conform to the type of mounting attachment specified and
provision shall be made for carrying the leads from each housing enclosed in the
supporting arms to a single outlet in the mounting attachments. All units of the
assembled head shall be of adequate strength for the purpose intended and shall be
constructed of materials not affected by continuous exposure to sunlight or corrosive
atmospheres.
2.3 All traffic signal heads are to be equipped with rigidly- mounted, standard 5 -inch
backplates, of sectioned aluminum or of polycarbonate. Backplates are to be
mounted so that signal section door hinging movement is not inhibited, and are to be
black in color. Polycarbonate backplates are to have the black color impregnated
during the manufacturing process, and painting will not be acceptable.
3.0 HOUSINGS, DOORS, VISORS AND LENSES
3.1 The housing of each section shall be a one piece polycarbonate resin material with
sides, top and bottom integrally molded. The housing shall be at least .090" (2.3
mm) thick and shall be ribbed so as to produce the strongest possible assembly
consistent with light weight. Two or more sets of internal bosses shall be provided
in each section for mounting of a terminal block. Terminal blocks shall be securely
mounted (see Section 10).
6 -17 Technical Specifications &
Description of Pay Items
3.2 The top and bottom exterior of the housing shall be of such shape to assure perfect
alignment of assembled sections. The top and bottom of the housing shall have an
opening two inches (50.8 mm) in diameter to permit entrance of 1 1/2" (38.1 mm)
pipe brackets.
3.3 Individual signal sections shall be fastened together either with at least 4 machine
screws between each section or by the bolt and washer method. Complete signal
faces shall provide positive locked positioning when used with serrated brackets,
mast -arm or span-wire fittings.
3.4 Provision shall be made for accommodation of the particular type of mounting
specified and attachment of doors, optical units and such other accessories as may
be specified for the particular installation. Cases shall be designed for adequate
strength. Fittings and accessories shall be of rust resistant materials capable of
withstanding constant exposure to sunlight and corrosive atmospheres, including
salt air. All traffic signal housing cases when assembled, together with doors, lenses
and mounting attachments, shall comprise a dust - and - moistureproof housing for the
optical units, and shall be of such construction as to assure permanent alignment of
all lenses in the signal faces.
Portions of cases providing for attachment to supporting arms shall be molded with
large bosses for the supporting arms. Each housing case shall be so attached to its
supporting hardware that it will be adjustable by rotation about its horizontal axis,
and may be rigidly clamped in position required. Provision shall be made for
carrying the signal leads enclosed in the mounting attachment.
3.5 Traffic control signal housing cases shall be of the sectional adjustable expandable
type. The assembled housings for each signal face shall consist of three or more
individual sections each designed for housing a single complete optical unit, rigidly
connected by means of bolts extending through each section or by individual
connectors between sections and forming a single "Signal Face ". Both the top and
bottom of each section shall be provided with an opening to accommodate 1 1/2"
pipe brackets. A locking ring shall be integrally molded around the bottom opening
Around the top opening shall be either an integrally molded locking ring or a
separate splined locking ring designed to fit into notches. The locking rings shall
have a minimum of 46 evenly spaced teeth and shall be so designed that top and
bottom rings will mate to provide a perfectly aligned signal head with flush
connection between the outer circumference of the sections. Individual units shall
be so manufactured that all units are interchangeable.
3.6 "Top" and 'Bottom" as used in this section refer to the head assembly in vertical
orientation. All heads are to be mounted horizontally.
4.0 HOUSING DOOR
6 -I8 Technical Specifications &
Description of Pay Items
4.1 The housing door of each signal section shall be a one piece polycarbonate resin
material. The door shall be attached to the housing by means of two stainless steel
hinge pins, or by polycarbonate hinge pins which are an integrally molded part of
the housing door.
4.2 Two stainless steel wing screws are to be installed on the side of the door to provide
for opening and closing the door without the use of any special tools. Wingscrews
shall have a flat - bearing surface or stainless steel flat washer to prevent gouging of
the housing door by the wingscrews. Wingscrews shall remain captive in the
housing door when the door is open.
4.3 As an alternate to 4.2, a positive latching mechanism, integrally molded into the
housing and housing door, is acceptable.
4.4 Design of door, housing, and visor shall be such that no light is visible in the profile
view of the signal face.
5.0 OPTICAL SYSTEM
5.1 Each optical system shall be provided with an optical unit consisting of a reflector
assembly with leads to the terminal block (which is to be furnished in each complete
housing) together with all bolts, nuts, screws, clips, hinges, lugs and incidentals
necessary for mounting the various parts of the optical assembly.
5.2 Optical system shall consist of a yellow or yellow arrow, green or green arrow lens
with a nominal size of 8 3/8 " (200 mm) or 12" (300 mm) as specified. All
indicators (red, yellow & green, including PED) shall be LED assemblies
Lenses shall be glass and shall be permanently marked, in an inconspicuous manner,
indicating the top of the lens and the name or trademark of the manufacturer. When
installed, each lens shall be properly "top" oriented in the horizontally mounted
head.
6.0 REFLECTORS (Not applicable)
7.0 LAMP RECEPTABLE (Not applicable)
8.0 WIRING
8.1 Each LED assembly shall be provided with two flexible insulated color coded leads not
smaller than No. 18 American Wire Gauge. These leads are to be securely fastened to the lamp socket and
connected to a terminal block in the same section by means of solderless wire connectors or binding screws
and spade lugs. Color coding for the identification of the different leads shall be individual so that each
lead can be identified separately by coding alone. In general, the coding for the identification of the leads
shall be as follows:
Lens Hot Wire Neutral Wire
Red Red White w/R Tracer
649 Technical Specifications &
Description of Pay Items
Yellow Arrow Red w/Y Tracer White w/R & Y Tracer
Yellow
Yellow
White
w/Y Tracer
Green
Green
White
w/G Tracer
St. Arrow
Blue
White
w/B Tracer
Lt. Arrow
Blue w/R Tracer
White
w/B & R Tracer
Rt. Arrow
Blue w/Y Tracer
White
w/B & Y Tracer
9.0 VISORS
9.1 Each signal door shall be equipped with a detachable standard tunnel (unless
otherwise shown in the Plans), polycarbonate resin visor fastened at four or more
points to the door.
9.2 The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass
approximately 300 degrees of the lens. Heads may be shipped with visors detached.
If heads are shipped with visors attached, visors shall be easily removed and
replaced without damage to visor or signal head.
10.0 TERMINAL BLOCKS
10.1 Each optical unit (or section) of each signal head shall be wired to a terminal block
mounted near the bottom inside of the unit. The terminal block shall be securely
mounted in an accessible position, be of molded weatherproof construction, and be
equipped with identified terminals for signal (interior) and field wires. Binding
screws shall be provided for field wires. Solderless connectors or binding screws
shall be provided for interior wiring to the optical unit.
10.2 In addition to individual terminal blocks described above, each multiple section
signal (head) will be provided with a common terminal block mount in the top
section of each signal head. Each assembled signal head shall be wired by the
supplier to the common terminal block.
10.3 If specified, an additional terminal block located within a compartment shall be
provided for common wiring of multiple signal heads located on a single pole or
pedestal. The terminal compartment shall be weatherproof with cover and molded -
construction terminal block with separate, identified terminals for signal and field
wires. A sufficient number of terminals shall be provided to handle all optical unit
wires. A minimum of twelve connector sets shall be provided. Color coding of
leads shall be maintained, individually, from each optical unit lampholder to
respective terminal in the compartment. Commons from each housing shall be
grouped and carried to one terminal in the compartment.
6 -20 Technical Specifications &
Description of Pay Items
10.4 Use of terminal compartment described in 10.3 does not eliminate the requirements
for those specified in 10.1 and 10.2.
11.0 MOUNTING AND ATTACHMENTS
11.1 All mounting attachments shall be of adequate strength for the purpose intended and
shall be constructed of materials not affected by continued exposure to sunlight or
corrosive atmospheres, particularly salt air. Provisions shall be made for carrying
the signal leads enclosed in the mounting attachment. The mounting attachment,
together with supporting arms and assembled housings, shall comprise a dust -and-
moisture -proof enclosure for optical units and lead wiring. Mounting attachments
shall be as specified for the particular head on the Plans.
11.2 The signal heads, vertically mounted on the signal mast arms shall be installed so
that door hinges are on the bottom edge, and all doors open downward.
12.0 MATERIAL
All material used in construction of major signal components shall be of
polycarbonate resin. This material shall be such that it will withstand 70 foot - pounds
of impact without fracture or permanent deformation.
13.0 COLORS
The color of signal heads and hardware shall be black. The underside of
visors shall be painted a flat black. Color as specified shall be integrally
impregnated in the polycarbonates resin in the molding process.
14.0 MEASUREMENT AND PAYMENT
14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans
will be measured per each unit. Materials required and used in installation, such as
LED's, attachment pipe and brackets, hardware, internal head wiring, paint, etc., will
not be measured directly, but will be considered subsidiary to the Item "Traffic Signal
Sections ".
14.2 Payment: Traffic signal head and backplate units, provided, installed and in place,
will be paid for at the unit price bid for respective types specified in the bid item list.
Said prices shall be full compensation for providing and installing heads and
backplates, and for furnishing and installing all described attachment hardware, signal
lamps, internal wiring, and paint and for all labor, tools, materials, equipment and
incidentals necessary to complete the work.
6 -21 Technical Specifications &
Description of Pay Items
UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS:
CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND
INSTALL PROCEDURES
1.0 CONDUIT
1.1 Description
1.1.1 This item shall govern for the furnishing and placing of conduit of the types and sizes
indicated on the plans, including ground boxes, fittings, expansion joints, attachments
and incidentals.
1. 1.2 Unless otherwise shown on the 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.
1. 1.3 The Contractor may, at his own expense, use conduit of larger size than specified on
the Plans providing that the larger size is used for the entire length of conduit run.
1.2 Materials
1.2.1 All conduit and fittings shall meet the requirements of the National Electrical Code
and shall be listed by Underwriters Laboratories, and shall be marked in accordance
with the applicable requirements of the NEC.
1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a
material similar to the connecting conduit unless indicated otherwise on the plans and
shall be listed by Underwriters Laboratories.
1.2.3 Rigid metal conduit shall be steel, hot - dipped galvanized inside and outside. When
tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum
of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal
conduit shall be steel, hot - dipped galvanized on the outside and protected on the
inside with a suitable corrosion resistant material. Fittings shall be rain - tight. Set
screw and pressure cast fittings will not be permitted.
1.2.4 Polyvinylchloride and high - density polyethylene conduit shall meet the requirements
of NEMA Standard TC -2 and UL 651, and the requirements of NEC for Rigid
Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be
heavy -wall (Schedule 40).
1.2.5 Flexible conduit shall be liquid -tight metal meeting requirements of NEC and shall be
UL- listed. Where conduit system is metallic, all lengths of flexible metal conduit
shall be fitted with bonding jumpers.
6 -22 Technical Specifications &
Description of Pay Items
1.3 Construction Methods
1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with
the lines, grades, details and dimensions shown on the plans, or as directed by the
Engineer. Installation of conduit shall be in accordance with the requirements of
NEC. Conduit placed for concrete encasement shall be secured and supported in such
a manner that the alignment will not be disturbed during the placement of the
concrete. No concrete shall be placed until all of the conduit ends have been capped
and all box openings closed.
1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch
tape per foot shall be used. Conduit placed on structures shall be firmly fastened
within 3 feet of each outlet box, ground box or fitting and at other locations as
required by the NEC.
1.3.3 When required by the Engineer, immediately prior to installation of conductors or
final acceptance, a spherical template having a diameter of not less than 75 percent of
the inside diameter of the conduit shall be drawn through the conduit to insure that the
conduit is free from obstruction; then all conduit ends shall be closed using
permanent type caps.
1.3.4 Conduit terminating in controller cabinet shall extend vertically, approximately two
inches above the concrete foundation. Field bends in rigid metal conduit shall have a
minimum radius of 12 diameters of the nominal size of the conduit.
1.3.5 Each length of galvanized rigid metal conduit where used, shall be reamed and
threaded on each end and couplings shall be made up tight. White -lead paint or equal
shall be used on threads of all joints. PVC conduit shall be joined by solvent -weld
method in accordance with the conduit manufacturer's recommendations. No reducer
couplings shall be used unless specifically indicated on the Plans.
1.3.6 All conduit and fittings shall have the burrs and rough places smoothed and shall be
clean and free of obstructions before the cable is installed. Ends of conduits shall be
capped or plugged until starting of wiring. A nylon or non -metal pull tape shall be
used in pulling cables and conductors through PVC conduit. Metal tapes will not be
permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as
directed by the Engineer.
1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and
driveways shall be placed by first providing a void through which the PVC conduit
shall be inserted. The void may be accomplished by either boring or jacking a
mandrel. If it is determined by the Engineer that it is impractical to place the conduit
as outlined above due to unforeseen obstructions, written permission may be granted
by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or
boring shall not be closer than two feet to the back of the curb or outside edge of the
shoulder unless otherwise directed by the Engineer. The jacking or boring method
6 -23 Technical Specifications &
Description of Pay Items
used shall not interfere with the operation of street, highway, or other facility, 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 a
maximum one -inch cover cut for the conduit to be placed, and use of water or other
fluids in connection with the boring operation will be permitted only to the extent to
lubricate cuttings. Water jetting will not be permitted. Where conduit is to be placed
under existing asphaltic pavement, the jacking method is to be used unless written
approval is given by the Engineer for placement of conduit by boring.
2.0 GROUND PULL BOX
2.1 General
2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box
with cover and extension (if required) for use in underground traffic signal systems.
The box shall be used for terminating and beginning conduit runs of various sizes and
also for accessibility when pulling signal or interconnect cable.
2.2 Description
2.2.1 This item shall govern the construction, furnishing and installation of precast ground
boxes in accordance with locations and details shown on the plans. Unless otherwise
noted on plans, ground boxes shall be precast concrete.
2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and
extension shall be precast concrete. The cover shall be galvanized steel. The cover
shall be fabricated so as to fit properly in a recessed lip for full and stable contact on
the box and be secured thereon with at least two stainless steel bolts. The legend
"Traffic Signals" shall be integrally cast into the top surface of the cover, and the
cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal.
2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x
12 ". The bottom portion of each will be open, with sturdy flange around the
perimeter so that the box seats firmly on the top of extension. A minimum of four
knockouts, to accept three inch duct, one on each end and side, shall be provided in
each box and extension section.
2.3 Materials
2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A
conforming to the requirements of the Standard Specifications for Public Works
Construction North Central Texas, "Concrete For Structures ". Reinforcing steel used
in the construction of the ground boxes shall conform to the requirements of the
"Steel Reinforcement ".
2.4 Construction Methods
6 -24 Technical Specifications &
Description of Pay Items
2.4.1 The construction and installation of the ground boxes shall be carried out in
compliance with the requirements herein stated and in conformity with the details
shown on the plans. Upon completion of the work, each installation shall present a
neat and workmanlike finished appearance.
3.0 CABINET FOUNDATIONS
3. 1.1 All concrete materials and their preparations shall be in accordance with the
requirements contained in Standard Specifications for Public Works Construction
North Central Texas, 'Drilled Shaft Foundation," and the additional requirements
herein.
3.1.2 All concrete used in the project shall have the following mix proportions and
characteristics:
a. Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0
b. Maximum Water - Cement Ratio - 6.5
C. Maximum Size of Aggregate - 1 inch
d. Minimum Compressive Strength (28 day cure at 70 F.) 3000 psi
e. Slump Range in inches - 3 to 5
Use of a cement dispersing agent is permissible, but not required when the
temperature of ambient air or of the concrete mix is above 85 F.
3.2 Excavation for all required foundations shall be done in accordance with lines and
depth indicated on the Plans. All loose material shall be removed from the
excavation before the concrete is placed. Any water shall be removed by pumping or
bailing. The use of explosives will not be permitted.
3.2.1 Foundations shall be constructed to the dimensions shown on the Plans or directed by
the Engineer. Care shall be used to insure that the top of the finished foundation is
exactly level. Anchor bolts and conduits shall be held rigidly in place by a template
until the concrete is set. A mechanical vibrator shall be used for compacting and
working the concrete. After the concrete has been placed and the top struck off, it
shall be covered with wet cotton or burlap mats, for not less than ninety -six (96)
hours.
3.2.2 Backfill shall be tamped with mechanical tamps in 6 -inch layers to the density of the
surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder
shall be replaced with material equal to the original construction.
3.2.3 All excavated material not required for backfill shall be promptly removed and
disposed of by the Contractor outside the limits of the project.
6 -25 Technical Specifications &
Description of Pay Items
3.2.4 No concrete shall be placed when the atmosphere temperature is at or below 40 F.
(taken in shade away from artificial heat) unless permission to do so is given by the
Engineer.
4.0 MEASUREMENT AND PAYMENT
4.1 Cabinet Foundation
a. Measurement. Foundations will be measured per each unit. Materials
required and used in installation, such as reinforcing steel, ground rods and
forms will not be measured directly but will be considered subsidiary to the
Items "Drilled Shaft Foundation" and "Cabinet Foundation ".
b. Payment. Foundations installed in place, will be paid for at the unit price bid
for respective types specified in the bid item list. Said prices shall be full
compensation for furnishing and installing all required materials, such as
reinforcing steel, concrete, ground rods, anchor bolts, and for all labor,
materials, tools, equipment, all backfilling, and incidentals necessary to
complete the work.
4.2 Ground Boxes
a. Measurement. Ground boxes will be measured per each unit. Materials
required and used in installation, such as bedding gravel, will not be measured
directly, but will be considered subsidiary to the Item "Ground Boxes ".
b. Payment. Ground boxes, provided and installed in place as shown on the
Plans will be paid for at the unit price bid specified in the bid item list. Said
prices shall be full compensation for furnishing and installing and for all
labor, tools, materials, equipment and incidentals necessary to complete the
work.
4.3 Conduit
a. Measurement. Conduit of the respective sizes and material type specified on
the Plans, will be measured per lineal foot. Materials required and used in
installation, such as couplings and connecting hardware, will not be measured
directly, but will be considered subsidiary to the Item "Conduit ".
b. Payment. Conduit, provided and installed in place will be paid for at the unit
price bid for respective size and type specified in the bid item list. Said prices
shall be full compensation for furnishing and installing all described
connecting hardware, for cleaning existing conduit sections (those to be
reused) and for all labor, tools, materials, equipment and incidentals necessary
to complete the work.
6 -26 Technical Specifications &
Description of Pay Items
MULTIPLE CONDUCTOR AND SINGLE
CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE
1.0 GENERAL
This specification covers polyvinylchloride compound jacketed polyethylene-
insulated multi- conductor cable, and polyvinylchloride compound- insulated single
conductor wire, rated 600 volts, for use in signal systems in underground conduit, as
aerial cable supported by a messenger or for induction loop detector wire.
2.0 GENERAL CONSTRUCTION
Cable under this specification shall be composed of uncoated copper conductors
individually insulated with heat stabilized polyethylene (multi- conductor) or with
polyvinylchloride compound (single conductor) as specified herein. Multiple
insulated conductors shall be laid up in a compact form, bound with suitable tape, and
jacketed with polyvinylchloride compound.
3.0 CONDUCTORS
3.1 The copper conductors shall, before insulating, conform to the requirements of
ASTM Designation B -3, latest revision for soft annealed copper wire, and ASTM B -8
for concentric lay, stranded copper wire.
3.2 The conductors shall be stranded unless otherwise specified in the plans and
specifications.
3.3 The number and size of the conductors shall be as specified in the plans and
specifications.
4.0 INSULATION
4.1 Multi- Conductor Cable
The insulating compound before application to the conductors shall be heat - stabilized
polyethylene conforming to the requirements of ASTM Designation Dl 248, 63T,
Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the
conductor. Insulation after the application to the conductors shall meet the following
requirements when tested in accordance with the procedures given in ASTM
Designation D1351, latest revision, and ASTM Designation D470, latest revision.
Physical Properties of Polyethylene Insulation
6-27 Technical Specifications &
Description of Pay Items
a. Initial Properties:
Tensile strength, lbs. per sq. in., minimum 1400
Elongation at rupture, percent, minimum 350
b. After 48 hours in air oven at 100 °C:
Tensile strength, percent of original, minimum 75
Elongation at rupture, percent of original, minimum 75
C. Cold Bend Test, 1 hour at -55 °C;
plus or minus 1 degree no cracks
(Mandrel diameter 2.5 times insulation diameter).
4.2 The nominal thickness of the insulation shall be not less than that specified in Table
1. The minimum thickness of the insulation shall be not less than 90 percent of the
nominal value.
4.3 Moisture Absorption
a. After a twenty -four hour immersion in tap water at 50 °C plus or minus 1'C,
the specific indicative capacity of the insulation shall be not more than 2.5.
After a continued fourteen day immersion, the specific inductive capacity
shall be not more than 1.5 percent higher than the value determined at the
end of the first day, nor more than 1.0 percent higher than at the end of the
seventh day.
b. The moisture absorption tests shall be conducted in accordance with
methods specified in IPCEA S -61 -402, NEMA WC5, latest revision.
4.4 Electrical Properties
a. Dielectric Strength
Each processed length of insulated conductor before cabling shall withstand
the test voltage specified in Table 1 for a period of 5 minutes after
immersion in water for not less than 6 hours and while still immersed.
b. Insulation Resistance
Each processed length of insulated conductor, after withstanding the
Dielectric Strength Test, and while still immersed, shall comply with the
insulation resistance requirements of Table I.
C. The Dielectric Strength and Insulation resistance Tests shall be conducted in
accordance with the requirements of ASTM Designation D470, latest
revision.
6 -28 Technical Specifications &
Description of Pay Items
TABLE I
INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE
Conductor Size Insulation Test Voltage Insulation Resistance
AWG Thickness at 60 °F. Megohms -
Inches 1 000 Feet
20
.025
2500
15,000
19
.025
2500
15,000
18
.025
2500
15,000
17
.025
2500
15,000
16
.025
2500
14,800
15
.025
2500
13,700
14
.025
2500
12,600
13
.030
3000
13,200
12
.030
3000
12,100
11
.030
3000
11,000
10
.030
3000
10,100
9
.030
3000
9,200
8
.030
3000
8,300
4.5 Single Conductor Cable
The insulation shall be tough, durable, stabilized polyvinylchloride compound
meeting the requirements of Underwriter's Laboratories Type THW.
4.6 The physical characteristics of the insulation shall be as given in Table II. Tests of
these characteristics shall be made in accordance with ASTM designation D-
470, latest revision.
6 -29 Technical Specifications &
Description of Pay Items
TABLE II
a. Initial Properties:
The completed conductor shall conform to the requirements of Table III.
Tensile strength, lbs. per sq. inch, min.
2300
Elongation, percent, min.
250
b. After 120 hours in Air Oven at 100 °C:
Tensile strength, percent of original, min.
85
Elongation at rupture, percent of original, min.
60
C. Cold Bend Test. 1 Hour at -55 °C, no cracks
(Mandrel Diameter 2.5 times covering diameter)
d. Flame Test, self - extinguishing in minutes, max.
1
4.7 Thickness, Diameters and Weights
a.
The completed conductor shall conform to the requirements of Table III.
b.
The thickness of the insulation shall
be not less than 90% of the nominal
value in Table III.
C.
The minimum spot thickness shall be not less than 70% of the nominal
thickness.
TABLE III
Conductor
Nominal
Approx. Approx.
Size
Thickness
O.D. Weight
AWG
of Covering
Inches L bs/ M Ft.
4
.045"
.300 131
6
.045"
.260 85
8
.045"
.220 56
10 .030" .174 34
12 .030" .140 23
5.0 CONDUCTOR COLOR CODING
5.1 Multi- Conductor Cable
Standard color coding for cables shall be in accordance with Table IV. When
permitted by the purchaser, the conductor coding may be numerals and words
printed on the conductor insulation. Base colors shall be obtained by the use of
colored insulation. Tracers shall be colored stripes or bands which are part of, or
firmly adhered to, the surface of the insulation in such a manner as to afford
distinctive circuit coding throughout the length of each wire. Tracers may be in
continuous or broken lines, such as a series of dots or dashes, and shall be applied
longitudinally, angularly, spirally or in other distinctive patterns.
6 -30 Technical Specifications &
Description of Pay Items
TABLE IV
CONDUCTOR COLORS AND SEQUENCE
Conductor No. Base Color First Tra
1
Black
2
White
3
Red
4
Green
5
Orange
6
Blue
7
White
Black
8
Red
Black
9
Green
Black
10
Orange
Black
11
Blue
Black
12
Black
White
13
Red
White
14
Green
White
15
Blue
White
16
Black
Red
17
White
Red
1 8
Orange
Red
19
blue
Red
20
red
Green
21
orange
Green
5.2 The color sequence may be repeated as necessary. Color code sequence applies
when cable is composed of mixed sizes.
5.3 Special color coding, when specified in unpaired conductor cables, shall consist of
black for all conductors except that one conductor shall be identifiable conductor in
each layer.
5.4 For combination cables consisting of pairs with single conductors, color code
sequence given in Table N, shall be used for pairs, repeated as necessary.
6 -31 Technical Specifications &
Description of Pay Items
5.5 Single Conductor Cable
Black covering shall be used for signal and power circuit positive. White covering
shall be used for signal and power circuit common. Red covering shall be used for
detector positive. Blue covering shall be used for detector circuit common.
Covering colors shall be obtained by use of colored polyvinylchloride.
6.0 CONDUCTOR ASSEMBLY (MULTI- CONDUCTOR CABLE)
6.1 Two - Conductor Cable
a. Two - conductor cables shall have a maximum length of lay not more than 30
times the installed conductor diameters.
b. Two - conductor cables shall be of the round, twisted type.
C. Fillers shall be used where necessary to form a two - conductor round twisted
cable.
6.2 Multi- Conductor Cables Having More Than Two Conductors
a. In multi- conductor cables having more than two conductors, the single
conductors shall be laid up symmetrically in layers with lay not exceeding
the following:
Number of Maximum
Conductors Length of Lay
3 35 times insulated conductor diameter
4 40 times insulated conductor diameter
5 or more 15 times assembled core diameter
b. Each layer of conductors in the cable shall be laid in a direction opposite to
that of adjacent layers. When permitted by the purchaser, unidirectional lay
may be used. The outer layer shall be left -hand lay.
6.3 Fillers shall be used, where necessary, to secure a uniform assembly of conductors
of a firm, compact cylindrical core. Fillers shall be of a nonmetallic moisture -
resistant material which has no injurious effect on adjacent components.
6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture -
resistant tape applied so as to lap at least 10 percent of its width.
6 -32 Technical Specifications &
Description of Pay Items
7.0 JACKET (MULTI- CONDUCTOR CABLE)
7.1 Over the taped conductor assembly there shall be applied a tightly fitting
polyvinylchloride compound jacket which shall meet the following requirements
when tested in accordance with ASTM Designation D1047, latest revision.
7.2 The nominal thickness of the jacket shall be as specified in Table V. The average
thickness shall be not less than 90% of the specified thickness. The minimum
thickness shall be not less than 70% of the nominal thickness.
TABLE V
Calculated Diameter of Cable Jacket Thickness
Under Jacket, Inches
0.425 and less 45
0.426 - 0.700
PHYSICAL PROPERTIES
0.701 - 1.500
80
OF POLYVINYL CHLORIDE JACKET
110
a.
Initial Properties:
1800
Tensile Strength, lbs., per sq. in., min.
Elongation at rupture percent, min.
250
b.
After 5 days in air oven at 100 °C:
Tensile Strength percent of original, min.
85
Elongation at rupture percent of original, min.
60
C.
Head Shock Test, Air Oven, 1 hour at 121 °C: no cracks
d.
Heat Distortion Test, Air Oven, 1 hour at 121 °C:
Decrease in thickness, percent, max.
50
e.
Cold Bend Test, 1 hour at -40 °C: no cracks
f.
Flame Test, minutes burning, max.
I
g.
After 4 hours in ASTM No. 2 oil at 70 °C:
Tensile Strength, percent of original, min.
80
Elongation at rupture, percent of original, min.
60
7.2 The nominal thickness of the jacket shall be as specified in Table V. The average
thickness shall be not less than 90% of the specified thickness. The minimum
thickness shall be not less than 70% of the nominal thickness.
TABLE V
Calculated Diameter of Cable Jacket Thickness
Under Jacket, Inches
0.425 and less 45
0.426 - 0.700
60
0.701 - 1.500
80
1.501 - 2.500
110
2. 501 and larger
140
6 -33 Technical Specifications &
Description of Pay Items
8.0 IDENTIFICATION
8.1 Each shipping length of multi- conductor cable shall have a tape showing the name
of the manufacturer and the year in which the cable is manufactured, placed over or
under the tape covering the conductor assembly before the application of outer
coverings. As an alternate method of identification, the above information may be
applied to the outer surface of the jacket.
8.2 Each shipping length of single conductor shall have indented printing on a tape or
other permanent identification showing the name of the manufacturer and the year in
which the conductor is manufactured.
9.0 SAMPLING, INSPECTING AND ACCEPTANCE
9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture.
9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the
tests made on the cable to show compliance with this specification.
9.3 Tests on Entire Cable - The individual conductors of each length of completed cable
shall meet the voltage and insulation resistance requirements of Section 4, except
that the final electrical test on multiple conductor cables may be made without
immersion in water. Each conductor of a multiple conductor cable shall be tested
against all other conductors and shield if present.
9.4 Sample Tests - One sample for establishing conformity to this specification shall be
taken from each 10,000 feet or fraction thereof, of each type and size of cable except
that for the physical dimensions and the visual inspection a sample shall be taken
from each reel. In case that these samples fail to meet the requirements of this
specification, two additional samples shall be selected from new cable lengths and
the lot shall be accepted if retests are both satisfactory. However, in case of
any failure on the retest, the lot shall be rejected.
10.0 PACKING AND MARKING FOR SHIPMENT
Reels for multi- conductor cable shall be substantially constructed and in good
condition. The cables shall be suitably protected. Each end of the cable shall
be available for testing, properly sealed, and protected against injury. Each
reel shall be plainly and permanently marked with manufacturer's full
description of the cable, giving the length of the cable on the reel, the
number of conductors in the cable and the date of shipment from the factory.
11.0 INSTALLATION OF CABLE
11.1 General
6 -34 Technical Specifications &
Description of Pay Items
11.1.1 The cables shall be installed in the conduit. The conduit must be continuous,
reasonably dry, completely free of debris, and without any sharp projections, edges, or
short bends. The conductors shall be installed in such manner and by such methods
as to insure against harmful stretching of the conductor or damage to the insulation
and shall conform to the recommendations of the cable manufacturer. The Contractor
shall furnish, at the request of the Engineer, at least two copies of the manufacturer's
recommendations, including methods of attaching pulling tension per conductor size
and per radius of conduit bend, and the type of lubricant to be used.
11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors
shall be assembled to form one loop in such a manner that the pulling tension is
distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes.
For short runs, the cables may be gripped directly by the conductors by forming them
into a loop to which the pull wire or rope can be attached. The insulation on each
conductor shall be removed before the loop is formed. The method used will depend
on the anticipated maximum pulling tension in each case.
11.1.3 In many instances, existing conduits which contain signal cable are to be used for the
installation of new cables. In such locations, the existing cable(s) may be used to pull
in the new cables. Should the Contractor desire to install new cables without
removing the existing cables, the new installation 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 replacement of defective cables.
11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded
under any circumstances. If so required by the Engineer, 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 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 these kinds of
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.
11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole
bases, pullboxes, and all other terminations. The cable manufacturer's recommended
values for the minimum bending radii to which cables may be bent for permanent
training during installation shall be adhered to. 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.
6 -35 Technical Specifications &
Description of Pay Items
11.2 Wire and Cable
11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire
and cable specifically covered by other items of this contract. The minimum size of
conductors shall be as indicated on the plans.
11.3 Controller Cabinet Wiring
11.3.1 Wiring for the controller shall consist of connecting to its terminals (1) wires to
signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires,
(5) the ground wires, and (6) the interconnect wires. At the controller all conductors
from the field shall be stripped back and an eye hook formed in the wire. These
"hooks" shall be inserted under the binder head screw and tightened securely. Other
wiring for the controller shall be as required by the wiring diagrams and instructions
furnished with the controller by the manufacturer.
11.3.2 All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to
their destination and neatly laced together. Communication and detector lead -in
cables shall be clearly identified by use of metal or plastic tags. For example:
Eastbound Right Lane.
11.4 Signal Head Wiring
11.4.1 Wiring for the signal head shall consist of connecting the terminal block in each
signal section to the common terminal block in each signal face and where applicable,
connecting the common terminal block in each signal face to the terminal block in the
signal -head terminal compartment. All such connecting wires shall be number twelve
(12) American Wire Gauge. All conductors running from any terminal points located
in the pole or transformer base to the signal head terminals shall likewise be number
twelve (12) A.W.G. The Contractor shall furnish the NO. 12 A.W.G. for this work.
11.5 Terminals and Splices
11.5.1 Except for controllers, the ends of all wires which are to be attached to terminal posts
shall be provided with soldered terminals that meet the requirements of the National
Electrical Code.
11.5.2 Unless otherwise called for in the plans, splices will be permitted in the wires of
signal conductors only in the base of each signal pole at terminal points called for in
the plans. If lead -in conductors from detectors to controller are of different type than
the detector leads, a water -tight splice, acceptable to the Engineer, may be made in
ground box adjacent to the detector location. Splices at points other than as stated
above may be made only with the written permission of the Engineer. All splices
shall be water tight. Splicing methods shall be in accordance with good electrical
practice and the cable manufacturer's recommendations. All materials used shall be
high quality and specifically intended for these purposes. The cables shall be trained
6 -36 Technical Specifications &
Description of Pay Items
to their final position and cut to proper lengths. The jacket and insulation shall be
removed as required. In doing this, use proper care to insure against nicking the
conductors. The connector shall be soldered. Heat shall be applied by the use of hot
solder. Heating the connection with a direct flame will not be permitted. Care shall
be used to protect the insulation when soldering. The entire surface shall be cleaned
taking special care in cleaning outside jacket in order to remove the wax finish.
Before the first layer of tape is wrapped, the entire area shall be coated with an
electric grade rubber cement. After this solvent has dried, the connection shall be
insulated with electrical grade rubber splicing compound tape to proper thickness.
This tape requires a pressure and thus must be stretched to 2/3 width when applied.
The completed splice shall be covered with a half -lap layer of vinyl plastic electrical
tape. This wrapping shall be smooth but the tape shall not be stretched more than
necessary.
11.5.3 Splices in communication cables shall include the shield. Splices between cable pairs
shall be made with Scotchlock solderless connectors designed for this specific
application. The completed splice shall be insulated with a re- enterable plastic splice
case. Splices at points other than those shown on the plans may be made only with
the written permission of the Engineer.
11.5.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The
Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the
various layers of materials and the connector. The splice shall be thoroughly checked
for compliance to these special provisions. The 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 requirement of these special provisions. If any splices fail to meet
these requirements, ten (10) more splices shall be selected to random by the Engineer
for inspection.
11.6 Enclosed Wiring
11.6.1 Except for span wire suspended cables and electrical wiring within steel signal poles,
all cables and single conductor wire above the ground surface shall be enclosed in
approved metal conduit up to but no closer than one foot of the lowest power
conductor. The power entrance to the controller may be made through underground
polyvinyl- chloride conduit.
11.7 Identification of Signal Wires
11.7.1 IMSA color coded signal cable shall be used to wire bases, pullboxes and
controllers. Colors shall be continuous from the point of origin to the point of
termination. Splices will be permitted if same colors are spliced.
12.0 GROUNDING AND BONDING
6 -37 Technical Specifications &
Description of Pay Items
12.1 There shall be a properly installed and connected ground rod for each
controller cabinet and power drop to reduce any extraneous voltage to a safe
level. The location of the ground rod shall be such 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.
12.2 Signal and Controller
12.2.1 The signal pole housing, controller housing, signal common and service common
shall be grounded. All groundings shall be as shown on the plans and/or may be
indicated in the manufacturer's specifications and wiring diagrams. All grounding
devices used shall conform to the requirements of the National Electrical Code. The
service common at the pole from which the power is taken shall be grounded.
12.3 Conduit and Signal Posts
12.3.1 Metal conduit and metal signal posts or pedestals shall be bonded to form a
continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8
copper- wire or equal.
12.4 Grounding Connectors and Electrodes
12.4.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The
conductor shall be bonded to ground rods. Ground rod electrodes shall be copper -
bonded 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 six feet long. When the location
precludes driving a single ground rod to a depth of six feet or when a multiple ground
rod matrix is used to obtain the required resistance to ground, ground rods shall be
spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire.
Connections to underground metallic conduit shall not be considered sufficient for
grounding requirements. Connection of grounding circuits to grounding electrodes
shall be by devices which will ensure a positive, fail -safe grip between the conductor
and the electrode (such as lugs or pressure connectors). No splice joint will be
permitted in the grounding conductor.
13.0 MEASUREMENT AND PAYMENT
Single and multi- conductor cable, installed and in place, and of the size and number
of conductors specified on the Plans, will be paid for at the unit prices bid as specified
in the bid item list. Said payment shall be full compensation for furnishing and
installing cable with proper grounding, and for all labor, tools, materials, equipment
and incidentals necessary to complete the work.
6 -38 Technical Specifications &
Description of Pay Items
14.0 GUARANTY
If it is the normal trade practice for the manufacturer to furnish a guaranty for the
work provided herein, the Contractor shall turn this guaranty over to the Engineer for
potential dealing with the guarantor. The extent of such guaranty will not be a factor
in selecting the successful bidder.
6 -39 Technical Specifications &
Description of Pay Items
POWER SERVICE AND SERVICE EQUIPMENT
AND
GENERAL SYSTEM WIRING PROCEDURES
1.0 POWER SERVICE AND SERVICE EQUIPMENT
1.1 Power Service Connection
1.1.1 The Contractor shall make all arrangements for connection to the power service, shall
obtain meter and meter socket from the Power Company when they are required and
install them in accordance with the Plans, and shall furnish and install all other
materials necessary to make the power connection which are not furnished by the
Power Company. Coordination with the correct service provider and/or TXU for all
service related issues will be the requirement of the Contractor.
1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a 115-
125 volt, single - phase, 60 cycle A.C. supply. The wire used for the power connection
shall be a minimum size as indicated on the Plans and shall be insulated for six
hundred (600) volts. The common wire shall be white -coded and the power positive
shall be black - coded.
1.1.3 The Contractor shall coordinate with the City of Coppell's Building Inspection
Department for permitting issues related to electrical connections. A 'No Cost' permit
will be required for this service. Please call 972/304 -3500 to make the necessary
arrangements.
1.2 Power Service Equipment Requirements
Power service equipment shall meet the following requirements: (a) Lightning
arrestor will be required. It shall be of the valve type, 0 -650 volt with bracket for
cabinet mounting and shall be connected between hot leg and ground, per drawing in
Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single
pole, 120 volt, 5000 LAS meeting Federal Specification W- C -375A, installed as
shown on the appropriate TxDOT detail sheets. (c) All miscellaneous hardware, i.e.,
conduit, conductors, pedestal cabinet and weatherhead, shall be installed as shown on
the appropriate TxDOT detail sheets. Conductors shall be of the size indicated and be
type THW meeting applicable ASTM specifications.
1.21 Power service shall be provided by underground service with pedestal service type
PS, as indicated on TxDOT standard detail ED (8) -03 or approved equal.
2.0 SYSTEM WIRING METHODS
2.1 Controller
6 -40 Technical Specifications &
Description of Pay Items
Wiring for the controller shall consist of connecting to its terminals (1) wires to
signals, (2) wires to detectors, (3) the power wires and (4) the ground wires. Other
wiring for the controller shall be as required by the wiring diagrams and instructions
furnished with the controller by the manufacturer.
2.2 Signal Heads
Wiring for the signal head shall consist of connecting the terminal block in each
signal section to the common terminal block in each signal face to the terminal block
in the signal head terminal compartment. All such connecting wires shall be of the
size and type indicated in the plans, or appropriate details.
2.3 Splices
Unless otherwise called for in the Plans, splices will be permitted in the wires of
signal conductors only in the transformer base or handhold of each signal pole at
terminal points called for on the Plans. Splices at points other than as stated above
may be made only with the written permission of the Engineer. All splices shall be
watertight.
2.4 Terminals
Except for controllers, the ends of all wires which are to be attached to terminal posts
shall be provided with solderless terminals that meet the requirements of the National
Electrical Code.
2.5 Wire and Cable
All wire and cable shall conform to the requirements shown on the Plans, except wire
and cable specifically covered by other items of this contract. The minimum size of
conductors shall be as indicated on the Plans.
2.6 Enclosed Wiring
Except for span wire suspended cables and electrical wiring within steel signal poles,
all cables and single conductor wire within twenty -one (21) feet above the ground
surface shall be enclosed in approved metal conduit. Power -tap lines carried down
poles shall be placed in metal conduit. The power entrance to the controller shall be
made through underground polyyinylchloride conduit only.
2.7 Identification of Signal Wires
Numbered identification tags of metal, plastic or tape shall be placed around each
wire adjacent to wire ends in the controller cabinet, signal head and signal - pole -base
terminal boxes.
6 -41 Technical Specifications &
Description of Pay Items
2.8 Signal and Controller
The signal poles, controller housing, signal common and service common shall be
grounded. All grounding shall be as shown on the Plans and/or as may be indicated
in the manufacturer's specifications and wiring diagrams. All grounding devices used
shall conform to the requirements of the National Electric Code. The service
common at the pole or service pedestal from which the power is taken shall be
grounded.
2.9 Conduit and Signal Poles
Metal conduit and metal signal poles or pedestals shall be bonded to form a
continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8
copper wire or equal.
2.10 After the signal cable connecting the signal and the controller is in place, the unfilled
portion of the conduit openings shall be sealed with a sealing compound in
accordance with the National Electrical Code.
2.11 The sealing compound used shall have a melting point of not less than two hundred
(200) degrees Fahrenheit, and shall not be adversely affected by the surrounding
atmosphere or moisture.
3.0 MEASUREMENT AND PAYMENT
3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this
specification. Payment for wire and cable is per respective items in the bid item list.
3.2 Power Service
a. Measurement. The power service will be measured per each unit. Materials
required in installation, such as lightning arrestor, circuit breaker, enclosure,
foundation, and incidentals will not be paid for directly, but will be considered
subsidiary to the Item "Power Service Pedestal and Equipment ".
b. Payment. Power service, installed in place, will be paid for at the unit price
bid as specified in the bid item list. Said payment shall be full compensation
for furnishing and installing, circuit breakers, weatherheads, lightning arrestor
and required incidentals and for all labor, tools, equipment, materials and
incidentals necessary to complete the work.
6 -42 Technical Specifications &
Description of Pay Items
RETROREFLECTIVE
PREFABRICATED PAVEMENT MARKINGS
SECTION 1.0 SCOPE OF WORK AND GENERAL CHARACTERISTICS
1.1 This specification shall govern the materials, composition, application,
measurement, and payment of pavement markings of the color, length
thickness, and width as specified in the Plans and in accordance with the lines
and positions shown on the Plans or as established by the Engineer. It is the
object of this specification to insure the installation of tightly adherent, defect -
free pavement markings of quality, visibility, and durability, to either asphaltic
or portland cement road surfaces. Markings to be installed on roadways under
traffic operation conditions shall be placed with a minimum of interference to
the operation of the facility.
1.2 Pavement marking material shall be 3 -M Starmark High Performance Tape,
or approved equal.
2.0 MATERIAL APPLICATION AND EQUIPMENT
2.1 The general application method, material, and equipment used shall conform
with the manufacturer's recommendations. All lane and word/symbol marking
configurations shall be in accordance with the "Texas Manual on Uniform
Traffic Control Devices ", as currently amended. The general application
procedure is as follows:
2. 1.1 Clean the road surface by high pressure air. Blast cleaning may be required
by the Engineer on existing road surfaces.
2.1.2 Pre -mark the road surface with chalk or crayon where the markings are to be
applied.
2.1.3 Prime the road surface using recommended primer and applicator, extending
beyond outlined area a minimum of 1 ".
2.1.4 Apply marking material in accordance with manufacturers specific
recommendations making sure all edges are firmly adhered and no material is
overlapping.
2.1.5 Tamp or roll the applied markings with a minimum 200 lb. load.
2.2 It is the intent of the equipment requirements specified above to insure the
placement of pavement markings meeting the requirements of this
specification. All markings placed that do not meet the requirements of this
6 -43 Technical Specifications &
Description of Pay Items
specification and fail to adhere to the road surface properly shall be
completely removed and replaced at the expense of the Contractor.
3.0
3.1
CONSTRUCTION METHODS
a. The Contractor shall use a crew experienced in the work of installing
pavement markings and shall supply all the equipment and materials
necessary for the placement of the pavement markings.
b. The pavement marking material shall be applied within the material
temperature limits recommended by the supplier.
C. The pavement upon which the pavement markings are to be placed
shall be cleaned and prepared, to the satisfaction of the Engineer, prior to
placement of the markings.
d. Cleaning shall be by any effective method approved by the Engineer, that
completely and effectively removes contaminants, loose materials, and
conditions deleterious to proper adhesion. When blast cleaning is required
by the Plans or by the Engineer, the blast cleaning shall be done in
accordance with State of Texas Special Specification Item 'Blast
Cleaning." Portland cement concrete surfaces shall not be cleaned by
grinding.
e. Portland cement concrete surfaces shall be further prepared after cleaning
by complete sealing with a methylmethacrylate sealer or primer with an
adhesive or adhesion promoter, approved by the Engineer, prior to
placement of the markings. Methylmethacrylate sealers, adhesives, or
adhesion promoters shall match infrared spectra and/or other data of
approved materials of file at the Materials and Tests Laboratory in Austin,
Texas.
£ When deemed necessary by the Engineer, asphaltic surfaces exhibiting
polished aggregate shall be primed with a sealer, adhesive, or adhesion
promoter meeting the requirements specified for sealers, adhesives, and
adhesion promoters to be used on portland cement concrete surfaces.
g. All other pavement surfaces may be prepared by any effective method,
approved by the Engineer, that will insure complete removal of all materials
or conditions deleterious to proper adhesion of the markings to the roadway
surface.
4.0 PERFORMANCE
Installed pavement markings shall meet all requirements of this specification for a
minimum of 30 calendar days after final installation of pavement markings is
6 -44
Technical Specifications &
Description of Pay Items
complete. Pavement markings that fail to meet all requirements of this specification
shall be removed and be replaced with pavement markings meeting the
requirements of this specification at the expense of the Contractor. The Contractor
shall replace all pavement markings failing the requirements of the specification
within 30 working days following notification by the Engineer of such failing
pavement markings. All pavement markings, including replacement markings, shall
meet all requirements of this specification for a minimum of 30 calendar days after
final installation of original and necessary replacement pavement markings.
5.0 MEASUREMENT AND PAYMENT
Shown on the Plans are the specified colors, widths, and configurations of required
markings along with a quantity computation for each type. Quantity estimates are
given for Contractor's information only.
a. Measurement of applied material will be considered as described in the
Proposal and Plans.
b. Payment. All lane and word/symbol markings, installed in place, will be
paid for at the unit price bid as specified in the bid item list. Said payment
shall be full compensation for all cleaning and removal, furnishing and
installing all markings and for all labor, equipment, tools, materials, and
incidentals necessary to complete the work.
6 -45 Technical Specifications &
Description of Pay Items