Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
TR1402- CT150924
T H E C I T Y O F CONSTRUCTION SPECIFICATIONS And CONTRACT DOCUMENTS For Traffic Signal Installation at Wrangler & Freeport Parkway c� Cowboy k)Nat 1�1 'i1�11S Project No. TR14-02, TR14-03 & TRO Bid No. Q-0715-02 FOR THE CITY OF COPPELL July 2015 PREPARED BY Savant Group, Inc. City of Coppell Wrangler & Freeport TR03-OID Denton Tap & Belt Line Parkway & Cowboy V m 1 $ ' ' w * F SAVANT GG ROUP COPPELL TABLE OF CONTENTS Page # Section 1 - Bidding Documents Notice to Bidders 1-4 Instructions to Bidders 1-5 Proposal/Bid Schedule 1-16 Conflict of Interest Form 1-50 Prevailing Wage Rates 1-52 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 SECTION] Bidding Documents BIDDING DOCUMENTS T H E C 1 T Y O F 1-3 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the Traffic Signal Installation at Wrangler & Freeport, Parkway & Cowboy and Alternate 1 Denton Tap & Belt Line (TR14-02, TR14-03, & TR03- 01D). Plans and Specifications may be obtained for a non-refundable cost of $50.00 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 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., July 28, 2015, 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-0715-02 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 4th 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 July 21, 2015. 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 sites 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 Wrangler Drive & Freeport Parkway, Cowboy Drive & Parkway Blvd, and Alternate 1 Denton Tap & Belt Line Road. 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. 3. Copies of 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 $50.00. 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. 1-5 Bidding Documents 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 each of the intersections listed. 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. 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 1-7 Bidding Documents 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 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. 1-9 Bidding 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 2:00p.m., July 28,20-15 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. 0-0715-02 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 Yd 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. Traffic Signal Installation 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 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. 1-11 Bidding Documents 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) 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. 1-13 Bidding Documents 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 �q 1 9:u PROJECT IDENTIFICATION: Traffic Signal Installation BID OF Dvra�l e SPeciC���ieS, IIIGI �rro�a�aen Charterj'T�5 ?-Z$-I S (NAkfE OF FI ) 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- 0715-02 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. 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-I8 Bidding Documents TR14-02 Wrangler & Freeport UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quanti Unit Description and Unit Price in Words Unit Price Total Price MOBILIZATION 100 1 LS / S-iX %XoVsalo1 Dollars 600000 6000,00 and -Zero Cents per LUMP SUM BARRICADES, SIGNS AND TRAFFIC HANDLING 101 1 LS Aree Dollars 3XO. Op 3000- 00 and ZU'o Cents per LUMP SUM INSTALL RRGHWAY HIGHWAYTRAFFIC SIGNAL (-SYSTEM) 102 1 EA -f0e4 (Wo IXDUSa11d _Y Dollars and 2Ow Cents ZZ OW. OC OqO, ©® er EACH INS TRF SIGH PL AM(S) 1 ARM (24') ILSN /A 103 0 EA /vr( Dollars and Cents per EACH INS TRF SIG PL AM(S) 1 ARM (28') ILSN / 104 0 EA /� 1A Dollars and Cents per EACH INS SIG PL AM(S)�/1 ARM (36') ILSN 105 1 EA � /TRF �g�f koorJJ�!/ ne v,?deeC, Dollars 8)00' Oo and Z e-4'0 Cents per EACH INS TRF SIG PL AM(S) 1 ARM (40') ILSN 106 2 EA y�fY Se vers #Vlldred Dollars and Ze"o Cents 8700-007) y00.00 per EACH INS TRF SIG PL AM(S) 1 ARM (4/8') ILSN 107 1 EA /��,qety�i7e 4/' #,In e Ll Dollars 100, D0 ,r�,r� j900. 00 and Zero Cents per EACH INS TRF SIG PL AM(S) 1 ARM (56') ILSN 108 0 EA ei M Dollars and Cents per EACH 1-19 UNIT PRICE BID SCHEDULE BASE BID Item No. Plan Quantity Unit Description and Unit Price in Words Unit Price Total Price 109 5 EA PED POLE ASSEMBLY Dhe Aov Ffty Dollars /ci0.00 5-2,5D, co and Zcro Cents per EACH 110 24 LF DRILL SHAFT (24 IN) �Ae 1111,0014/ rerf`/ Dollars �410• 0a 33 60. CO and -Z e- Cents per EACH 111 0 LF DRILL SHAFT(30 IN) / /V f ,4 Dollars and Cents per LINEAR FOOT 112 56 LF DRILL SHAFT (36IN) XWo NVIQ,J/lll Zi, Dollars and 2 -Gro Cents Z /0, 00 ��� -760,00 per LINEAR FOOT 113 0 LF DRILL SHAFT (48 IN) /V //7//11Dollars and Cents per LINEAR FOOT 114 1 EA INST TRAFFIC SIGNALCONTROLLERFNDN /wenty F ✓e PvnU,(e) Dollars Z sap. pp z5o©'©© and Zero Cents per EACH 115 7 EA11-17e,#411i/ SIGNAL HEAD (12 IN) (3 SEC) /( leG� Dollars 900, co (j--�00. 00 and z e-rc) Cents per EACH 116 4 EA SIGNAL HEAD (12 IN) (4 SEC) %le (Ve /�Vn j/eGr Dollars / / Z 610 -//90, CO / and Zero Cents per EACH 117 1 EA SIGNAL HEAD (12 IN)(5 SEC) �fee/1 Biu,,uJfd Dollars 15M. tno 150Ll) 0 and zM Cents per EACH 1-20 UNIT PRICE BID SCHEDULE BASE BID Item Plan No, Quantity Unit Description and Unit Price in Words Unit Price Total Price PED SIG SEC (12 IN) LED (2 INDICATIONS) 118 8 EA .SiA 9t1ndred Dollars and zero Cents �p(�0, 00 Liq-to co per EACH ACCESSIBLE PEDESTRIAN SIGNAL (APS) PUSHBUTTON 119 8 EA STATION l!/ine 11,1,d, red Dollars and zero Cents 156,0 7600-00 per E EACH OPTIICOM MODEL 721 IR DETECTOR 120 3 EA Je%n NvltAed R -Cf y Dollars 750' Z ZSR d and Zero Cents per EACH OPTICOM MODEL 3100 RADIO/GPS RECEIVER MODULE 121 1 EA rx) F (If* 911ndred Dollars and zero Cents 3q W ' DD 300,00 per EACH CONFIRMATION LIGHTS 122 4 EA -rt,� 11undieJ Frity Dollars and tern Cents Z50,6() /000,00 per EACH VIVDS CAMERA SYSTEM/ 123 4 EA F% 1W / +-✓o Hyl d/e� Dollars and zefo Cents 5-wo.00 Z05600' 00 per EACH CONDUIT (PVC) (SCHD 40) (2") 124 90 LF 14,1; /7 e Dollars QO 10, D0 and Zery Cents / v per LINEAR FOOT CONDUIT (PVC) (SCHD 40) (2") (BORE) 125 355 LF �'.9� fa'/t Dollars oQ /39©, O® and zero Cents �O per LINEAR FOOT 1-21 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quanti Unit Description and Unit Price in Words Unit Price Total Price CONDUIT (PVC) (SCHD 40) (3") 126 120 LF Ten Dollars 00 /ZoD• 00 and Zero Cents per LINEAR FOOT CONDUIT (PVC) (SCHD 40) (4") 127 10 LF 7-we1 ve Dollars and Zero Cents /Z"DD /Z0,00 per LINEAR FOOT CONDUIT (PVC) (SCHD 40) (4") (BORE) 123 355 LF 7jen+y Dollars and Zero Cents 2-0100 7/00.00 per LINEAR FOOT GROUND BOX TY C (162911) W/APRON 129 4 EA Complete In Place, Seven Rj jtjt9bi'y FiVe Dollars 765,00 319OI00 and Zero Cents per EACH GROUND BOX TY D (162922) W/APRON 130 1 EA Complete In Place, SG✓�n bndted / linetr F✓e Dollars 0O 7� s- D0 and Zero Cents J (J 795 per EACH TRF SIG CBL (TY C) (12 AWG) (2 CONDR) 131 900 LF One Dollars %�� 90, 00 and 2eCIV Cents per LINEAR FOOT ELEC CONDUCTOR (NO. 4) INSULATED 132 170 LF Complete In Place, Two Dollars J �J 3yD�� and Zero Cents per LINEAR FOOT 1-22 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price ELEC CONDUCTOR (NO. 6) BARE 133 930 LF Complete In Place, Drne Dollars /'00 9 ,30, oc and zero Cents per LINEAR FOOT ELEC CONDUCTOR (NO. 8) INSULATED 134 710 LF One Dollars j / �D 7/0-00 and Zero Cents per LINEAR FOOT ELEC CONDUCTOR (NO. 12) INSULATED 135 240 LF Complete In Place, One Dollars�� �Q Z Lin 00 and Zero Cents per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (5 CONDR) 136 370 LF Dae- Dollars and Ze+t) Cents �� d 0 :370,00 per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (7 CONDR) 137 280 LF Dne Dollars �� L90 ?,90, 00 and Zero Cents per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (10 CONDR) 138 305 LF �� re e- Dollars and Zero Cents �, Do �/� 00 J, per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (20 CONDR) 139 430 LF 11=ovr Dollars q 00 / %ZQ and sero Cents per LINEAR FOOT OPTICOM MODEL 138 DETECTOR CABLE 140 455 LF 0/1 e Dollars/' and Zcro Cents OO 7 JJ / �c OO ,, per LINEAR FOOT 1-23 UNIT PRICE BID SCHEDULE BASE BID Item No. Plan Quantity Unit Description and Unit Price in Words Unit Price Total Price 141 250 LF OPTICOM MODEL 1070 GPS INSTALLATION CABLE L9/7 e Dollars �O Z50`00 and Zero Cents per LINEAR FOOT 142 630 LF VIVDS COMMUNICATION CABLE (COAXIAL) Tcjo Dollars a0 JZW�/1f ©Q / and Ze 0 Cents per LINEAR FOOT 143 0 LF 12 STRAND CORNING ANYLAN PRE - TERMINATED FIBER /V 1A Dollars and Cents per LINEAR FOOT 144 1 EA ELEC SERV TY D (120 / 240) 070 (NS) AL (E) PS (U) r itY i to ,11JIe ,% Dollars S200(00 52_00. 00 and Z ero Cents per EACH 145 1 EA OPTICOM MODEL 764 MULTIMODE PHASE SELECTOR // -rhirfx S�iX 1ynd,,ed Dollars �, � 1-30600,00 7 �Q, GO J and Zero Cents per EACH 146 1 EA BBU SYSTEM (EXTERNAL BATT CABINET) F�ffySe%n yt/KQred Dollars 5700,00 5700,00 and Zero Cents per EACH 147 4 EA ILLUMINATED STREET NAME SIGNS 7c✓e4tX Five NvnQr'ed Dollars ZS��, o� �� coo' 00 and Zefo Cents per EACH 1-24 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quanti Unit Description and Unit Price in Words Unit Price Total Price ILLUMINATED STREET NAME SIGNS (salvage & reuse existing) 148 0 EA Al /A Dollars and Cents per EACH REMOVE SM RD SN SUP & AM 149 1 EA Qn'Lvnd red f f 1/ Dollars s— J6).0C) 150-00 and Zero Cents per EACH REMOVE SM RD SN SUP & AM (SIGN ONLY) 150 1 EA F. gty Dollars and Zero Cents 50-00 SO, 00 per EACH REFL PAV MRK TY 1 (W) 4" (SLD)(100MIL) 151 480 LF One Dollars and Te, r% Cents 00 5-Z8,00 per LINEAR FOOT REFL PAV MRK TY 1 (W) 18" (SLD)(100MIL) 152 0 LF 1� �� Dollars and Cents per LINEAR FOOT REFL PAV MRK TY 1 (W) 24" (SLD)(100MIL) 153 108 LF Ei gn t Dollars and o Cents per LINEAR FOOT REFL PAV MRK TY 1 (W) (ARROW)(100MIL) 154 6 EA D//e llVlidlr%/1efy rI VG Dollars and Zero Cents / �C� D h J V / �D� 0O 1170.00 per EACH REFL PAV MRK TY/ 1 (W) (WORD)(100MIL) 155 3 EA Ona 9ynd/Bd A1iae iy Fr ✓e Dollars /QST ©O 5185 00 and Zero Cents per EACH 1-25 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price ELIM EXT PAV MRK & MRKS (4") 156 20 LF D1) e Dollars J I �2 00 and eA Cents I V per LINEAR FOOT ELIM EXT PAV IVIRK/& MRKS (18") 157 0 LF /" 6 Dollars and Cents per LINEAR FOOT ELIM EXT PAV MRK & MRKS (24") 158 % Are a 25 LF Dollars and ze1-0 Cents 3, 0D �5 CSU per LINEAR FOOT ELIM EXT PAV MRK & MRKS (ARROW) 159 2 EA r i i -f I-V Fi ve Dollars and Zero Cents per EACH ELIM EXT PAVMRRK & MRKS (WORD) /,I 160 0 EA 1411,4 Dollars and Cents per EACH REFL PAV MRKR TY I -C 161 26 EA Fi de Dollars 5 ®® 130,00 and Zero Cents per EACH REFL PAV MRKR TY II -A -A 162 48 EA F�ye Dollars S',®O 2-q0, 00 and Zero Cents per EACH 1-26 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price 163 0 EA PAVEMENT �MrrR S (4" TY II -C-R) / Dollars and Cents per EACH PAVEMENT BUTTONS TYPE W-4 (WHITE) 164 0 EA N, i A Dollars and Cents per EACH PAVEMENT BUTTONS TYPE Y-4 (YELLOW) 165 0 EA N I n Dollars and Cents per EACH ELIM EXT (RAISEDPAVEMENT MARKERS) /7-1/ 166 0 EA N 1Dollars and Cents per EACH REMOVING CONC (SIDEWALKS, RAMP or PAVERS) 167 67 SY jkirj� Dollars 30,00 2-010,0C) and Zeno Cents per SQUARE YARD REMOVING CONC (CURB OR CURB & GUTTER) 168 50 LF �t�er\ f Y Dollars and Zero Cents Z©,(o /L per LINEAR FOOT TYPE 1 CURB RAMP 169 4 EA f�Jeni'y t' Wo AuAJ 'C3 Dollars 27 ��� W �J�w' 00 and Zero Cents per EACH 1-27 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price 4" CONCRETE SIDEWALK 170 0 SY Ay 1 14 Dollars and Cents per SQUARE YARD TYPE 5 171 50 LF ,BLENDED/TRRANSITIO�N' 6y, /xmif p / AI*ffy r �e Dollars 135,00 6750,00 and Zero Cents perLINEAR FOOT LANDSCAPE PLANTING 172 125 SY Dollars and Zero Cents ' per SQUARE YARD CHANGEABLE LANE USE SIGNS 173 0 EA M Dollars and Cents per EACH CABINET MOUNTED COMMUNICATION EQUIPMENT 174 0 LS Al /A Dollars and Cents per EACH MISCELLANEOUS SIGNS 175 2 EA Fo f �� � + ✓A fired Dollars and ZPa'd Cents per EACH TR14-02 Wrangler & Freeport Subtotal: Z 11 9Z9, oo 1-28 TR14-03 Cowboy & Parkway UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit. Price in Words Unit Price Total Price MOBILIZATION 100 1 LS - Ix no u5anj Dollars 60W. 00 (00 6000and Zero Cents per LUMP SUM BARRICADES, SIGNS AND TRAFFIC 101 1 LS HANDLING —fue-e. fho usa✓ d Dollars :3(900,00 300. ©O and Zero Cents per LUMP SUM INSTALL HIGHWAY TRAFFIC SIGNAL (SYSTEM) 102 1 EA / rO. �{�od5a t' G+ Dollars Z Z,om, 00 ZZ) 000.00 and to Cents Der EACH INS TRF SIG PL AM(S) 1 ARM (24') ILSN 103 1 EA S1X`�yEi,gf AV/1afed Dollars 6800,00 68x.W and Zefo Cents per EACH INS TRF SIG PL AM(S) 1 ARM(28') ILSN 104 1 EA 5evc6f Pone, ayaired Dollars 7/00.00 7/00.00 and Zea'o Cents per EACH INS TRF SIG PL AM(S) 1_/ARM ILSN 105 1 EA /(36') E/3�►fy o� Nimu�eo Dollars G1D0` D0 O 6/00,00 and Zero Cents er EACH INS TRF SIG PL AM(S) 1 ARM (40') ILSN 106 0 EA "t/ 11q Dollars and Cents per EACH INS TRF SIG P,LAM(S) 1 ARM (48') ILSN 107 0 EA /V//A Dollars and Cents per EACH INS TRF SIG PL AM(S) 1 ARM (56') ILSN 108 0 EA /V Ln Dollars and Cents per EACH 1-29 UNIT PRICE BID SCHEDULE BASE BID Item No. Plan Quantity Unit Description and Unit Price in Words Unit Price Total Price 109 3 EA PED POLE ASSEMBLY LON �//IrD�S�nd /`"i f f} Dollars Sd. ©o .315"0. 00 and -Ze1,o Cents per EACH 110 18 LF DRILL SHAFT (24 IN) #ynd (ed Fo(f y Dollars 80� 00 S Z0, 00 and Z coo Cents per LINEAR FOOT 111 12 LF DRILL SHAFT (30IN) l 0/ie /7( ,,d1ed �//?el� Dollars /qD� oO ) ��D. ©® and ZCrD Cents per LINEAR FOOT 112 28 LF DRILL SHAFT ()36 IN) rao//1dfidfe j7e 11 Dollars Z/0.0 D 5-990,00 and Zu o Cents per LINEAR FOOT 113 0 LF DRILL SHAFT (48 IN) 14A Dollars and Cents per LINEAR FOOT 114 1 EA INST TRAFFIC SIGNAL CONTROLLER FNDN fOeafy Ftle 1/v,7c'/'ed Dollars ZSD0.00 2500.00 and Ze+-o Cents per EACH 115 6 EA SIGNAL HEAD (12 IN) (/3 SEC) Mlle �" ,gheol Dollars g00.00 s�0©' oc and Zaro Cents per EACH 116 1 EA SIGNAL HEAD (12 IN,)(4 SEC) -we,/ye f llvi ea Dollars �Z©©©D >Z�1 00 and Zero Cents per EACH 117 1 EA SIGNAL HEAD (12 IN)) (5 SEC) /',-/+ f feew l!tlyadeal Dollars &19, 00 e� 150000and 7- e4 Cents per EACH 1-30 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price PED SIG SEC (12 IN) LED (2 INDICATIONS) 118 4 EA .Six 4o7d reJ Dollars 600-00 2- ©o and z ero Cents er EACH ACCESSIBLE PEDESTRIAN SIGNAL (APS) PUSHBUTTON/ STATION 119 4 EA lVille �%vA re Fi -�fY Dollars and Zero Cents Q5'0,00 3900, per EACH OPTICOMIfMODEL 721 IR DETECTOR 120 3 EA 5e Ven AyndrJ Fzffy Dollars -750,00 ZZ50, 00 and 7 exo Cents per EACH OPTICOM MODEL 3100 RADIO/GPS RECEIVER MODULE 121 1 EA e IA-fy F,,, #,, i/e/L7 Dollars 3q0()-00 300o,06 and Zero Cents per EACH CONFIRMATION//LIG/HTS 122 3 EA )rW- / o (/a dl -ed F� C t y Dollars and Zero Cents Z 5-0, ©0 75-0, 00 per EACH VIIVDS CAMERASYSTEM 123 3 EA 1 ri'�t� Tao I7IlAd/'eC) Dollars and Zero Cents 5Z0,00 156X,00 per EACH CONDUIT (PVC) (SCHD 40) (2") 124 615 LF /v///IG Dollars Q / , 0c) 5'5_35,00 and Z Gro Cents per LINEAR FOOT CONDUIT (PLVC) (SCHD 40) (2") (BORE) 125 455 LF 61-,2 / �ee.4 Dollars �pQ , Q� L9.00 u and y Zew Cents per LINEAR FOOT 1-31 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price CONDUIT (PVC) (SCHD 40) (3") 126 115 LF -7-e- n Dollars /0-00 115-0,00 and Zery Cents per LINEAR FOOT CONDUIT (PVC) (SCHD 40) (4") 127 20 LF Twe d Ve Dollars Z,DD 12,00 Z y o , oo and Z ero Cents per LINEAR FOOT CONDUIT (PVC) (SCHD 40) (4") (BORE) -rd "f% 128 300 LF Dollars and Zero Cents Z0.00 box, 00 per LINEAR FOOT GROUND BOX TY C (162911) W/APRON 129 6 EA Complete In Place, Se'(en y E;,91 fy POO- vnji ed Dollars c �2 QO �U J ,�v� g710, o 7 0 and Zero Cents per EACH GROUND BOX TY D (162922) W/APRON 130 1 EA Complete InI Seden ii'A�e ine{-y A✓e Dollars and Zero Cents , ��S- 00��S J, 00 per EACH TRF SIG CBL (TY C) (12 AWG) (2 CONDR) 131 435 LF 002 Dollars 00 L/ 00 and Zero Cents per LINEAR FOOT -3,51 ELEC CONDUCTOR (NO. 4) INSULATED 132 210 LF Complete In Place, Two Dollars and Zero Cents 7-,00 �/ / za ©D per LINEAR FOOT 1-32 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price ELEC CONDUCTOR (NO. 6) BARE 133 850 LF Complete In Place, One, Dollars and Zero Cents per LINEAR FOOT ELEC CONDUCTOR (NO. 8) INSULATED 134 640 LF One Dollars /r o0 J �7 o,C)o (p and Zexo Cents per LINEAR FOOT ELEC CONDUCTOR (NO. 12) INSULATED 135 120 LF Complete In Place, One Dollars ft 00 /Z0,00 and z-�'o Cents per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (5 COMDR) 136 270 LF 0 ne Dollars /100 Z70, 00 and Ze<'o Cents per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (7 COMDR) 137 100 LF 0A a Dollars /'00 /00100 and Zero Cents per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (10 CON DR) 138 260 LF Thee Dollars and Zee Cents S OO 790.00 er LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (20 CONDR) 139 305 LF Foar Dollars 41,00 and Zero Cents per LINEAR FOOT OPTICOM MODEL 138 DETECTOR CABLE 140 440 LF 0/le Dollars and Zero Cents A 0D per EACH 1-33 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price OPTICOM MODEL 1070 GPS INSTALLATION CABLE 141 250 LF Q/I eDollars and Zelro Cents // 1d0 Z50.00 per LINEAR FOOT VIVDS COMMUNICATION CABLE (COAXIAL) 142 440 LF Two Dollars Z,00 00 and Zero Cents per LINEAR FOOT 12 STRAND CORNING ANYLAN PRE - TERMINATED FIBER 143 655 LF f'; de Dollars S"00 32,75.00 and Zero Cents per LINEAR FOOT ELEC SERV TY D (120 / 240) 070 (NS) AL (E) PS (U) 144 1 EA �; �j,,l� #vo J,✓'e J Dollars and Zerlo Cents S2,0o, DO Z-00'00 per EACH OPTICOM MODEL 764 MULTIMODE PHASE SELECTOR 145 1 EA / / �`ji / ff/ �i�C lly4d,,e 7 Dollars �� ©D -3600- 00 and Zuo Cents per EACH BBU^SYSTEM (EXTERNAL BATT CABINET) 146 1 EA /�� -FfY St Jen P VAJfed Dollars and Zero Cents 57�' �� 57��, per EACH ILLUMINATED STREETNAMESIGNS 147 3 EA jWe-f1+y Five. PVAked Dollars and Z ero Cents 2500,00 J -7500,00 per EACH 1-34 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price ILLUMINATED STREET NAME SIGNS (salvage & reuse existing) 148 0 EA l� Dollars and Cents per EACH REMOVE SM RD SN SUPS&'AM 149 11 EA 626 1/ti17alea ` ! Dollars s�, ('o ,��f1 /� �0. W and Zcr0 Cents per EACH REMOVE SM RD SN SUP & AM (SIGN ONLY) 150 0 EA Dollars and Cents per EACH REFL PAV MRK TY 1 (W) 4" (SLD)(100MIL) 151 140 LF C917 Dollars and %'e rt Cents per LINEAR FOOT REFL PAV MRK TY 1 (W) 18" (SLD)(100MIL) 152 30 LF _/; ye Dollars S� 15-0,00 and 2eto Cents per LINEAR FOOT REFL PAV MRK TY 1 (W) 24" (SLD)(100MIL) 153 0 LF 1t/ 14 Dollars and Cents per LINEAR FOOT REFL PAV MRK TY 1 (W) (ARROW)(100MIL) 154 3 EA 6le llwid d lt, %dety Five Dollars and 2 e,w Cents � DJ ©D per EACH REFL PAV TA�Y// 1 (W) (WrORD)(100MIL) 155 2 EA /MRK QI7e-AAG�/� / / 7e AY /'' ✓2 Dollars I oO 390,00 and ZP/b Cents per EACH 1-35 UNIT PRICE BID SCHEDULE BASE BID Item No. Plan Quantity Unit Description and Unit Price in Words Unit Price Total Price 156 150 LF ELIM EXT PArV► MRK & MRKS (4") t/nom Dollars 165,00 J and Teff, Cents per LINEAR FOOT 157 30 LF ELIM EXT PAV MRK & MRKS (18") Fovr Dollars and Zero Cents ' oo d l 2o, 00 per LINEAR FOOT 158 0 LF ELIM EXT PAV,, IMRK & MRKS (24") ,V Dollars and Cents per LINEAR FOOT 159 4 EA ELIM EXTPAV M�^RK & MRKS (ARROW) F/ -t 1 r i Ve Dollars 575,00 Z Z0, W- and Z ego Cents per EACH 160 1 EA ELIM EXT P,AV MRK & MRKS (WORD) p� F; I- ' 1`� `( �` ue Dollars 55,00 ,nom and Zero Cents per EACH 161 0 EA REFL PAVM/RKR/T�Y I -C N �f7 Dollars and Cents per EACH 162 01 EA 1 REFL PAVM�RKRTY II -A -A 'All A Dollars and Cents per EACH 1-36 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price PAVEMENT MRKS (4" TY II-C-R) 163 4 EA F� ✓Dollars S'.00 Zo' OD and Zeroo Cents per EACH PAVEMENT BUTTONS TYPE W-4 (WHITE) 164 40 EA F- Ve Dollars �' oo //^^�� Zw' 0o and ZP.ro Cents per EACH PAVEMENT BUTTONS TYPE Y-4 (YELLOW) 165 40 EA F V e Dollars 5,00 2-Do . ©O and Z ero Cents per EACH ELIM EXT (RAISED PAVEMENT MARKERS) 166 30 EA Otte Dollars /'00 30, 00 and Z e ro Cents per EACH REMOVING CONC (SIDEWALKS, RAMP or PAVERS) 167 67 SY ` Ai�Dollars 3U►oo Lo 10' 00 and Zero Cents per SQUARE YARD REMOVING CONC (CURB OR CURB & GUTTER) 168 6 LF -rwen-ry Dollars Z00 /Z0' ®o and Zero Cents per LINEAR FOOT TYPE 1 CURB RAMP -fW e&`/ 7'1')0 IgUo d"e c� 169 1 EA Dollars ZZ00' oo ZZOO- Oo and Zcro Cents per EACH 1-37 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price 4" CONCRETE 170 15 SY SIDEWALK A6 gdnd/feU Pe4fY Five, Dollars and Zero Cents /2 ct OO ( 7 /97s, C)o per SQUARE YARD TYPE 5/�BLENDED TRANSITION 171 100 LF One 9yadred T{1 OV F1-Ir6 Dollars and zcro Cents /35,00 / per LINEAR FOOT LANDSCAPE PLANTING 172 0 SY Al/ V /A (aDollars and Cents per SQUARE YARD CHANGEABLE LANE USE SIG/NS 173 2 EA �Ajrty F✓e #,,, filled" Dollars 3500,00 and 2ero Cents per EACH CABINET MOUNTED COMMUNICATION EQUIPMENT 174 1 LS Four T %oUSgn Dollars and ZC.�'O Cents /�,ryry�� ©®/J00- _/ Do per EACH MISCELLANEOUS SIGNS 175 0 EA / V ` Dollars and Cents per EACH TR14-03 Cowboy & Parkway Subtotal: 5'71(,00 1-38 TR03-01 D Denton Tap & Belt Line Alternate 1 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price MOBILIZATION 100 1 LS I J -1 X TIDO USaI� pl Dollars /ow. DD ©Q and Z e,-0 Cents K� per LUMP SUM BARRICADES, SIGNS AND TRAFFIC HANDLING 101 1 IS Dollars (ee d3Q�pr�. D 3 OAU. pp and Z ero Cents per LUMP SUM INSTALL HIGHWAY TRAFFIC SIGNAL (SYSTEM) 102 1 EA -fweAtX Tijo Th✓,5an d Dollars and zero Cent ZZ�©W, DD 2, (ACU, ©CJ er EACH INS TRF SIG PL AM(S) 1 ARM (24') ILSN 103 0 EA Dollars and Cents Per EACH INS TRF SIG PL AM(S) 1 ARM (2e) ILSN 104 0 EA AZZA z Dollars and Cents er EACH INSTRFSIG PL AM(S ARM (36') ILSN 105 1 EA 412)e. f One n 41"ed Dollars and 2CoCents 8��� DO er EACH INS TRF SIG, PIL AM(SS) 1 ARM (40') ILSN 106 0 EA /,/t/ f `I Dollars and Cents per EACH INS TRF SIG PL AM(S) 1 ARM (4/8') ILSN 107 2 EA / %Aet l✓%ne PLIAd "eG� Dollars and zee o Cents 900. 00 p ,rye � lj 9w' 00 ,per EACH INS TRF SIG PL AM(S) 1ARM (56') ILSN 108 1 EA 7iden jy AhAe �LL/14U„.4 Dollars and Zed 0 Cents Z%aa j 000' 00 4000-00 per EACH 1-39 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price PED POLE ASSEMBLY 109 4 EA _OPe. %��'VSan 6/)iif' Dollars ���D&V z1200, 0 and Zero Cents per EACH DRILL SHAFT (24 IN,) 110 20 LF ©w ��hdreU f rf% Dollars /Y0100 Z .(90 and Zeflo Cents per LINEAR FOOT DRILL SHAFT (30 IN) 111 0 LF l Dollars and Cents per LINEAR FOOT DRILL SHAFT (36 IN) 112 39 LF �aV )OVA&eG/ �P/1 Dollars Z ID.00) 3190 00 l� and Zero Cen per LINEAR FOOT DRILL SHAFT (48 IN) fWo h'11?dred Sixty P ve- /Dollars 113 15 LF Z�s' 00 3175', and Zero Cents er LINEAR FOOT INST TRAFFIC SIGNAL CO/NTR/ LLER FNDN 114 1 EA i✓e f Five Uhp1,' G Dollars 2500.00 z500100 and Zero Cents per EACH SIGNAL HEAD (12 IN 3 SEC) 115 11 EA GY/ ine i� d eDollars �D��� QO 9 pDO, and Cents 7 per EACH SIGNAL (12 IN) (4 SE/C) 116 4 EA 7und reOt Dollars 71ve,� l200' DD / � &v, 00 '7 and zero Cents per CH SIQ4AL HEAD (12 IN) (5 SEC) 117 0 EA N //q Dollars and Cents per EACH I I / 1-40 UNIT PRICE BID SCHEDULE BASE BID Item Plan No, Quantity Unit Description and Unit Price in Words Unit Price Total Price PED SIG/SEC ('12 IN) LED (2 INDICATIONS) 118 8 EA I .SIX �ynd fej Dollars and 2 ero Cents o0, 0d , QD per EACH ACCESSIBLE PEDESTRIAN SIGNAL (APS) PUSHBUTTON STATION 119 8 EA /y� e Ryn d to Fi Dollars /v 95000, -76CO 00 ` and Zero Cents per EACH OPTICOM 721 IR DETECTOR 120 4 EA IIMODEL SeVe x � vnCl ed F` 4y Dollars sU �� �� � 00 ` and f- o Cents per EACH OPTICOM MODEL 3100 RADIO/7/Dollars RECEIVER MODULE 121 1 EA /! —f it f F, &fid,,ej 3 qW C)o 3 LI Co, pp and Zuo Cents per EACH CONFIRMATION LIGHTS 122 4 EA % Nand �� � ty Dollars/ Z5o �d /(. C90 and Z�' o Cents per EACH VIV��--DS CAMER SYSTEM 123 4 EA / , Fr F' e /7v/�d��d Dollars and Zero Cents 5-560,00 ZZ>` �� per EAC CON IT (PVC)) (SCHD 40) (2") /, 124 0 LF /,L// Dollars d Cents ter LINEAR FOOT CONDUIT (PVC) (SCHD 40) (2") (BORE) 125 0 LF / V Z A Dollars and Cents per LINEAR FOOT 1-41 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price CONDUIT (PVC) (SCHD 40) (3") 126 160 LF l e ✓1 Dollars�(qL and Zero Cents per LINEAR FOOT CONDUIT (PVC) (SCHD 40) (4") 127 670 LF TweI ✓e, Dollars /Z �o��' DD and Zero Cents per LINEAR FOOT CONDUIT (PVC) (SCHD 40) (4") (BORE) / 128 465 LF TWeAf y Dollars Z6 �� Go /t aoo and Z,e,rCents per LINEAR FOOT GROUND BOX TY C (162911) W/APRON 129 11 EA CompleteIn Place, Sell wy,,Afej Ci2ktr I zIlars and Z cro � Cents �AC�J: ....,r"1 3/ 25.00 (� •J per EACH GROUND BOX TY D (162922) /APRON 130 1 EA Complete In Place, Se✓en ,1�no N��te Rile Dollars 7K000 /Q S• 00 and ZeCents per EACH TRF SIG CBLY C) (12 AWG) (2 CONDR) 131 1807 LF n Dollars )`Oo o7" 0L9 and Zero Cents / f/� per LINEAR FOOT ELEC CONDUCTOR (NO. 4) INSULATED 132 194 LF Complete In Place, Iwo Dollars -z' 00 ©D and Zero Cents per LINEAR FOOT 1-42 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total P j6e ELEC CONDUCTOR (NO. 6) BARE 133 940 LF Complete In Place, One, DollarsCI /�O0 yo . 00 7 and � aro Cents per LINEAR FOOT ELEC CONDUCTOR (NO. 8) INSULATED 134 1906 LF one— Dollars --ro / 0 �gQ�j� I0 and 22 Cents per LINEAR FOOT ELEC CONDUCTOR (NO. 12) INSULATED 135 240 LF Complete In Place, Dn e DollarszIO, 00 and -2,e4,o Cents o ' per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG)(5 ONDR) 136 559 LF It 2 Dollars / `i 00 559, 00 and Zero Cents per LINEAR FOOT TRF SIG CBL (TY A) (1 AWG} (7 CONDR) 137 381 LF ©A a Dollars /I�D ��, 00 and Zero Cents per LINEAR FOO TRF SIG CBL Y A) (14 AWG) (10 CONDR) 138 905 LF gee Dollars 3'00 ��IS- JINE Zero Cents Fr R FOOT TRF SJG CBL (TY A) (14 AWG) (20 CON DR) 139 861 LF / Fotir Dollars 3 qqq, 00 and ZGI'0 Cents .OD �er LINEAR FOOT OPTICOM MODEL 138 DETECTOR CABLE / 140 1027 LF (%O) Dollars �� // Z-7, �� and Ze/ o Cents l per LINEAR FOOT 1-43 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price OPTICOM MODEL 1070 GPS INSTALLATION CABLE 141 250 LF D� g Dollars and Zero Cents /,00 Z , 0D per LINEAR FOOT VIVDS COMMUNICATION CABLE (COAXIAL) 142 1081 EA -Twig Dollars 2, �02 and Zero Cents per LINEAR FOOT 12 STRAND CORNING ANYLAN PRE - TERMINATED FIBER 143 0 LF %'� Dollars and Cents per LINEAR FOOT a ELEC SERV TY D (120 / 240) 070 (N )"AL (E) PS (U) 144 1 EA P f 7k�f7 Pondrea Dollars and Z e--0 Cents SZ00. ©D 5-Z00, 00 per EACH OPTICOM MODEL 764 ULTIMODE PHASE SELECTOR 145 1 EA hir f Six ted Dollars zc o Cents �jOD. D 0 00 3600,and per EACH BBU SYST (EXTERNAL BATT CABINET) 146 1 EA F(� .fie Ven HUfJjreJ Dollars and erp Cents ��. DD 7�. 00 per FACH ILL MINATED STREET NAME SIGNS 147 0 EA �/ //4 Dollars and Cents per EACH 1-44 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Ouanti Unit Description and Unit Price in Words Unit Price Total Price ILLUMINATED STREET NAME SIGNS (salvage & reuse existing) 148 3 EA Fi Ve Hvjre Q C J e VG(j Dollars �D " 3, and Zero Cents per EACH REMOVE SM" RSD SN SUP & AM 149 0 EA /V ZA Dollars and Cents per EACH REMOVE SM RD SN SUP & AM (SIGN ONLY) 7Z 150 0 EA �// ► Doll s and C is per EACH REFL PAV MRK TY 1 (W) 4" (SLD)(10 MIL) 151 0 LF Z2 Dollars and Cents er LINEAR FOOT REFL PAV MRK TY 1 (W) 18" (SLD)(100MIL) 152 0 LF /� Dollars and Cents per LINEAR FOOT REFL PAV MRK TY (W) 24" (SLD)(100MIL) 153 0 LF Dollars and Cents per LINEAR F OT REFL PAV K TY 1 (W) (ARROW)(100MIL) 154 0 EA Dollars and Cents per EAJ6H REF PAV.MRK TY 1 (W) (WORD)(100MIL) 155 0 EA /V//A Dollars a d Cents er EACH 1-45 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price ELIM EXT PAV MRRK & MRKS (4") 156 0 LF /,,4'/ZZ Dollars and Cents per LINEAR FOOT ELIM EXT PAV IVIRK & MRKS (18") 157 0 LF /'V A Dollars and Cents per LINEAR FOOT ELIM EXT PAV MR�K & MRKS (24") 158 0 LF Al/y Z1/Dollars and Cents per LINEAR FOOT ELIM EXT PAV MR/�K & MRKS (ARROW) 159 0 EA /V �/7 Do ars and ents per EACH ELIM EXT PAV M/R/K�& MRKS (W D) 160 0 EA /" (/r Dollars and Cents per EACH -C REFL PAV MRKT1,j 161 0 EA /v Dollars and Cents per EACH REFL P TY II -A -A 162 0 EA ,M/RKR /Vlei Dollars an Cents PIEACH 146 UNIT PRICE BID SCHEDULE BASE BID Item Plan No. Quantity Unit Description and Unit Price in Words Unit Price Total Price PAVEMENT MRKS�4" ZY II -C-R) 163 0 EA Az /-J Dollars and Cents per EACH PAVEMENT BUTTONS TYPE W-4 (WHITE) 164 0 EA /" %/ t Dollars and Cents per EACH PAVEMENT BUTTONS TYPE Y-4 (YELLOW) 165 0 EA N Dollars and Cent per EACH ELIM EXT (RAISED PAVEMENT MARKERS) 166 0 EA /V L111 Dollars and Cents per EACH / REMOVING CONC (SIDEWALKS, RAMP or PAVERS) 167 0 SY /v //9' Dollars and Cents per SQUARE YARD REMOVIN C (CURB OR CURB & 168 0 LF GU TTEONC N /A Dollars and Cents per LINEAR FOOT TYPE 1 CU�VRB/ RAMP 169 0 EA / / A Dollars and Cents per EACH 1-47 UNIT PRICE BID SCHEDULE BASE BID Item No. Plan Quantity Unit Description and Unit Price in Words Unit Price Total Price 170 0 SY 4" CONCRETE SIDEWALK All h Dollars and Cents per SQUARE YARD 171 0 LF TYPE 5 BLENDED TRANSITION NIA Dollars and Cents per LINEAR FOOT 172 0 SY LANDSCAPE PLANTING A1/JA Dollars and Cents per SQUARE YARD 173 0 EA CHANGEABLE/LANE USE SIGNS /N Dollars and Cents per EACH 174 0 LS CABINET MOUNTED COMMUNICATION EQUIPMENT Dollars and Cents per EACH 175 0 EA MISCELLA OU.S SIGNS /� , / Dollars and Cents per ACH 03-01 D Denton Tap & Belt Line Alternate 1 Subtotal: 1 226 287,E 1-48 TOTAL BID ITEMS 101 thru 142 TR14-02 Wrangler & Freeport TR14-03 Cowboy & Parkway $ MgS-7q , 00 Alternate 1 TR03-OID Denton Tap & Belt Line L., f Total $ _ ' O Z/',/8, So3 00 TANGIBLE PERSONAL PROPERTY COST $ 0,00 BID SUMMARY TOTAL PRICE DAYS TOTAL BID ITEMS BASE BID $ y18, 5"03. 00 01/ 0, In Words: two✓r' 144fed �igkteen %hadsanGJ1 A'✓e 1414d4eal 7XI'ee IJo//aes and Ze o Gents 6. BIDDER agrees that all Work awarded will be completed within z 10 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). 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: TL) iy zs, Zoos 1-49 Bidding Documents 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. 14 2 ❑ Check this box if you are riling 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 fled AND describe the affiliation or business relationship. 1-50 Bidding Documents CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 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 overnment officer named in this section AND the taxable income is not from the local governmental entity? L3 Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity 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 1-51 Bidding Documents General Decision Number: TX150035 01/02/2015 TX35 Superseded General Decision Number: TX20140035 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX2011-007 08/03/2011 Rates Fringes CONCRETE FINISHER (Paving and Structures) ......................$ 14.12 ELECTRICIAN ......................$ 19.80 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 13.16 Structures ..................$ 13.84 LABORER Asphalt Raker ...............$ 12.69 Flagger.....................$ 10.06 Laborer, Common .............$ 10.72 Laborer, Utility ............ $ 12.32 Pipelayer...................$ 13.24 Work Zone Barricade Servicer ....................$ 11.68 POWER EQUIPMENT OPERATOR: Asphalt Distributor ......... $ 15.32 Asphalt Paving Machine ...... $ 13.99 Broom or Sweeper ............ $ 11.74 Concrete Pavement Finishing Machine ........... $ 16.05 Concrete Saw ................$ 14.48 Crane Operator, Lattice Boom 80 Tons or Less ........ $ 17.27 Crane Operator, Lattice Boom over 80 Tons ........... $ 20.52 Crane, Hydraulic 80 Tons or Less .....................$ 18.12 Crawler Tractor .............$ 14.07 Excavator, 50,000 pounds or less .....................$ 17.19 Excavator, over 50,000 pounds ......................$ 16.99 Foundation Drill , Truck Mounted .....................$ 21.07 Foundation Drill, Crawler Mounted .....................$ 17.99 Front End Loader 3 CY or Less ........................$ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader/Backhoe..............$ 15.18 Mechanic ....................$ 17.68 Milling Machine .............$ 14.32 Motor Grader, Fine Grade .... $ 17.19 Motor Grader, Rough ......... $ 16.02 Pavement Marking Machine .... $ 13.63 Reclaimer/Pulverizer........ $ 11.01 Roller, Asphalt .............$ 13.08 Roller, Other ...............$ 11.51 Scraper .....................$ 12.96 Small Slipform Machine ...... $ 15.96 Spreader Box ................$ 14.73 Servicer .........................$ 14.58 Steel Worker (Reinforcing) ....... $ 16.18 TRUCK DRIVER Lowboy -Float ................$ 16.24 Off Road Hauler .............$ 12.25 Single Axle .................$ 12.31 Single or Tandem Axle Dump Truck .......................$ 12.62 Tandem Axle Tractor with Semi Trailer ................$ 12.86 Transit -Mix .................$ 14.14 WELDER ...........................$ -------------------------------------------------------------- 14.84 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION A SECTION 2 CONTRACT DOCUMENTS T H E C 1 T Y O F 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 2015 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 Wrangler Drive & Freeport Parkway, Cowboy Drive & Parkway Blvd, and Alternate 1 Denton Tap & Belt Line Road. 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. 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 Wrangler & Freeport Parkway & Cowboy Alternate 1 Denton Tap & Belt Line Project No. TR14-02, TR14-03 & TR03-OID Bid No. Q-0715-02 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 2-2 Contract Documents Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Work will be completed within 111 b 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 $ 4191) ,(jQ-?), 00 The total tangible personal property cost included in the contract sum is $ Q • ()l7 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 CONTRACTOWs 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 Wrangler & Freeport, Parkway & Cowboy, and Alternate 1 Denton Tap & Belt Line - Projects No. TR14-02, TR14-03, & TR03-01D for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: "Traffic Signal Installation at Wrangler & Freeport", "Traffic Signal Installation at Parkway & Cowboy", and "Traffic Signal Installation at Denton Tap and Belt Line Road". 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 OWNER: City of Coppell 255 Parkway Boulevard Coppell, TX 75019 BY: TITLE: ATTEST: Address for giving notices: P.O. Box 9478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public Works CONTRACTOR: BY: TITLE: ATTEST: Address for giving notices: 2015. (If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) 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 o Workers Compensation — As set forth in the Workers Compensation Act o Commercial General Liability - $1,000,000 Accident/Occurrence o Automobiles - $500,000 Combined single limit per occurrence o Owners Protective Liability - $600,000/occurrence; $1,000,000 aggregate o "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage o 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 parry 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 corporation organized and existing under the laws of the State of ,a 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 Wrangler & Freeport Parkway & Cowboy Alternate 1 Denton Tap & Belt Line Project No. TR14-02, TR14-03 & TR03-OID Bid No. Q-0715-02 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 2-10 Contract Documents all outlay and expense which the Beneficiary may incur in malting good any default or deficiency, 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 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 By: Title: ATTEST: SURETY By: _ Title: ATTEST: copies, each ,20 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 ofPei formance Bond nnist 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 Wrangler & Freeport Parkway & Cowboy Alternate 1 Denton Tap & Belt Line Project No. TR14-02, TR14-03 & TR03-01D Bid No. Q-0715-02 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. 2-12 Contract Documents 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 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: NAME: ._1 1 M _ NOTE: Date of Peiformance Bond must be date of Contract. If Resident Agent is not a coIporation, give a person's name. 2-13 Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, and a corporation organized under the laws of , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the a Municipal Corporation, Texas, the sum of Dollars and Cents ($ ), for the payment of which sum will and truly be made unto said , 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 has this day entered into a written contract with the said to build and construct the Traffic Signal Installation Wrangler & Freeport, Parkway & Cowboy, and Alternate 1 Denton Tap & Belt Line. Project No. TR14-02, TR14-03 & TR03-OID Bid No. Q-0715-02, which contract and the plans and specifications therein mentioned, adopted by the 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 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 is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, 2-14 Contract Documents and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said has caused these presents to be executed by and the said has caused these presents to be executed by its Attorney in fact and the said Attorney in fact , has hereunto set his hand, the day of , 20 PRINCIPAL SURETY By: Title: WITNESS: By: Title: ATTEST: NOTE: Date of Maintenance Bond must not be prior to date of Contract. 2-15 Contract Documents SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS 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 En ineer: 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 Supplementag 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 Supplenmentag 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/suiveying 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 fmished 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 Supplementmy 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: "107.23.2a 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 Supplenzentag 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 malting 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 proj ect." DIVISION 200: SITE PROTECTION AND PREPARATION 3-7 Standard Specifications Supplenientay 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 maybe 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 Supplementag Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E - C 1 T Y O 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 Wrangler Drive & Freeport Parkway, Cowboy Drive & Parkway Blvd, and Alternate 1 Denton Tap & Belt Line Road. 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. 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 staling 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 parry 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 reinspection. 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 properly 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: Durin{z 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 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 #100 - Mobilization: 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 Ite»ns 2.2 Pay Item #101— Barricades, Signs, and Traffic Handling: This pay item shall consist of the complete installation of traffic control signs, channelizers, pavement markings, etc. for all phases of the project to be left in place for the duration of the project. This item also includes removal of all temporary traffic control devices after construction is complete. The proposed traffic control plan must be approved by the City of Coppell prior to implementation. All traffic control devices and designs must confoim to the latest adopted edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD) and City of Coppell standards. Measurement and Payment for installation of barricades, signs, and traffic handling equipment 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. 2.3. Pay Item #102 - 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. 2.4. Pay Item #103 Thru #107 -Traffic Signal Pole with 24, 28, 36, 40, 48, and 56 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 #109 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. 5-3 Description of Pay Items 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 #110 Thru #113 Traffic Signal Foundations & Pedestrian Pole Foundations: This work- shall include the furnishing and installation of traffic signal foundations type 24-A, 30-A, 36-A, and 48-A 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 linear foot (LF) for each respective foundation, and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.7 Pay Item #114 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. 2.8 Pay Item #115,116, & 117 — 3 -Section, 4 -Section, & 5 -Section Signal Head wBackplate: This work shall include the furnishing and installation of 3 -section, 4 -section, and 5 -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. 2.9 Pay Item #118 Pedestrian Signal Heads Count Down Type: 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. 5-4 Description of Pay Items 2.10 Pay Item 9119 Accessible Pedestrian Signal (APS) Pushbutton Station: 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. 2.11 Pay Item #120 & 121 Uni-Directional Opticom Detector & GPS Receiver: 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. 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 #122 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. 2.13 Pay Item #123 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 Encore, 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. 2.14 Pay Item #124 thru #128 PVC Conduit & RMC Conduit: This work shall include the furnishing and installation of 2", 3", and 4" PVC conduit, and 2" RMC Conduit 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. 5-5 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. 2.15 Pay Item #129 thru #130 Furnish & Install Type `C', and `D' Ground Boxes: This work shall include the furnishing and installation of ground boxes in 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. 2.16 Pay Item #1312 Conductor #12 Gauge Wire: This work shall include the furnishing and installation of 2C #12 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. 2.17 Pay Item #1321 Conductor #4 Gauge Wire: This work shall include the furnishing and installation of IC #4 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. 2.18 Pay Item #1331 Conductor 46 Gauge Bare Wire: This work shall include the furnishing and installation of IC #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. 2.19 Pay Item #1341 Conductor #8 Gauge Wire: This work shall include the furnishing and installation of 1C #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. 5-6 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. 2.20 Pay Item #1351 Conductor #12 Gauge Wire: This work shall include the furnishing and installation of 1C #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. 2.21 Pay Item 9136 5 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. 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. 2.22 Pay Item #137 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. 2.23 Pay Item #13810 Conductor #14 Gauge Wire: This work shall include the furnishing and installation of IOC #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. 2.24 Pay Item #139120 Conductor #14 Gauge Wire: 5-7 Description of Pay Items This work shall include the furnishing and installation of 20C 414 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. 2.25 Pay Item 9140 and #141 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. 2.26 Pay Item #142 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. 2.27 Pay Item #14312 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. 5-8 Description of Pay Items 2.28 Pay Item #144 Power Service and Pedestal Equipment: This work shall include the fin-nishing 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. 2.29 Pay Item 9145 Opticom Multimode 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. 2.30 Pay Item #146 UPS System: BBU System (External Batt Cabinet) This work shall include the furnishing and installation of an uninterrupted power supply system, Alpha FXM2000, 4 battery A1phaCell 220GXL with A1phaGuard 5 year warranty, or equal 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. 2.31 Pay Item #147 thru #148 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. Denton Tap & Belt Line — Existing signs shall be salvaged & reused for this project. 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. 5-9 Description of Pay Items 2.32 Pay Item #149 and #150 Remove Miscellaneous Signs: This pay item shall consist of the removal and proper disposal of standard street signs at the locations specified by the Owner. The work will include removal of the sign panel, post, and mounting equipment as shown in the plans. 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 #151 thru #153 Furnish & Install 4",18", and 24" 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 Linear Foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.34 Pay Item #154 and #155 Furnish & Install Word or Symbol Pavement Markings This pay item shall consist of the furnishing and installation of word or symbol pavement markings as indicated in the plans. Typical examples of these items include "ONLY" words and lane use arrow markings. 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 Each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.35 Pay Item 9156 thru #158 Remove 4",18", or 24" Pavement Markings This pay item shall consist of the removal of pavement markings as indicated in the plans. Markings shall be removed in accordance with the City of Coppell standard procedure. 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. 2.36 Pay Item 9159 thru #160 Remove Word or Symbol Pavement Markings This pay item shall consist of the removal of pavement markings as indicated in the plans. Markings shall be removed in accordance with the City of Coppell standard procedure. 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. 5-10 Description of Pay Items 2.37 Pay Item #161 thru #165 Furnish & Install 4" Raised Pavement Markings This pay item shall consist of the furnishing and installation of raised 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 Each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.38 Pay Item #166 Remove 4" Raised Pavement Markings This pay item shall consist of the removal and proper disposal of raised pavement markings as indicated in the plans. Markings shall be removed from the location shown in the plans and in accordance with the City of Coppell 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. 2.39 Pay Item 9167 Remove & Dispose of Existing Pavement (Sidewalks, Ramp or Pavers) This pay item shall consist of removal of existing concrete or asphalt pavement, sidewalk, or pavers. Proper disposal of the removed material at a location approved by the City of Coppell shall be included in the price. Measurement and Payment shall be made on the basis of the bid price per Square Yard (SY) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.40 Pay Item #168 Remove & Dispose of Existing Concrete Curb & Gutter This pay item shall consist of removal of existing concrete curb & gutter. Proper disposal of the removed material at a location approved by the City of Coppell shall be included in the price. 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. 2.41 Pay Item #169 Furnish & Install Directional ADA Curb Ramps This pay item shall consist of the installation of pedestrian curb ramps in accordance with applicable standards, including the Texas Accessibility Standards and Americans with Disabilities Act. 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. 5-11 Description of Pay Items 2.42 Pay Item #170 Install Concrete Sidewalk This pay item shall consist of the installation of 4" concrete sidewalk in accordance with applicable standards. Measurement and Payment shall be made on the basis of the bid price per Square Yard (SY) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.43 Pay Item #171 Install Type 5 Blended Transition Ramps This pay item shall consist of the installation of Type 5 blended transition pedestrian curb ramps in accordance with applicable standards, including the Texas Accessibility Standards and Americans with Disabilities Act. 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. 2.44 Pay Item #172 Install Landscape Plantings This pay item shall consist of the installation of landscape grass and/or sod pallets per the City of Coppell's direction. This item shall include all work necessary to clear and grub the soil in preparation for planting, install landscaping per the plans and/or details, and establishment of healthy landscaping material. This item also includes any necessary additions or modifications to existing irrigation systems to establish the landscape material. The City of Coppell will specify the type of plant material and the quantities to be used. The contractor shall warrant that the plantings will be healthy and established one year after the date of the completion of construction. Measurement and Payment shall be made on the basis of the bid price per Square Yard (SY) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.45 Pay Item #173 Furnish & Install Changeable Lane Use Signs This pay item shall consist of furnishing, wiring, configuring, and installing changeable lane use signs on traffic signal mast arms and/or poles. The signs shall be designed as shown in the plans, and shall be Southern Manufacturing blank out signs 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. 5-12 Description of Pay Items 2.46 Pay Item #174 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 Cowboy & Parkway, and the existing cabinet at Parkway & Denton Tap. 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. 2.47 Pay Item 9175 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 each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5-13 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E C I T Y O F • 6-1 Technical Specifications SECTION 6 CONTENTS: IS 2 TYPE 1 CABINET ASSEMBLY Page 6-3 FULLY -ACTUATED SOLID STATE CONTROLLER UNIT Page 6-11 UPLOAD -DOWNLOAD DEVICE Page 6-12 SPECIFICATION FOR MAST ARM POLE ASSEMBLY Page 6-13 POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS Page 6-16 UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS Page 6-21 MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR Page 6-26 TRAFFIC SIGNAL CABLE AND WIRE POWER SERVICE & SERVICE EQUIPMENT / Page 6-38 GENERAL SYSTEM WIRING PROCEDURES RETROREFLECTIVE PREFABRICATED PAVEMENT MARKINGS Page 6-41 AUTOSCOPE ENCORE VIDEO DETECTION SYSTEM Page.6--44 INTERNALLYILL UMINATED STREET SIGNS Page 6-50 FIBER OPTIC CABLE AND CABINET MOUNTED Page 6-54 COMMUNICATION EQ UIPMENT 6-2 Technical Specifications TS2-TYPE 1 CABINET SPECIFICATIONS 1.0 TS 2 Type 1 CABINET ASSEMBLY 1.1 This specification describes the minimum acceptable requirements for a TS 2 cabinet assembly to house a NEMA TS 2 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 m3/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. 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 6-3 Technical Specifications 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 two doors. One door in front that will provide access to the cabinet. An additional door shall be provided on the rear of 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 shall have opening no larger than 8.1 mm2. The total free air opening of the exhaust vent shall be large enough to prevent excessive back -pressure on the fan. 1.4 Wiring 6-4 Technical Specifications 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 I/O 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. 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. 6-5 Technical Specifications 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). 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. 6-6 Technical Specifications 1.4.15 A LED light, with switch, 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. One additional LED light shall be installed below the bottom shelf. 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-Noimal. 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 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. 6-7 Technical Specifications 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 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. 6-8 Technical Specifications 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. 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. 6-9 Technical Specifications 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. 4.3 Power supply should be adequate, and compatible with Autoscope Encore video detection system. 6-10 Technical Specifications SPECIFICATIONS FOR FULLY -ACTUATED SOLID STATE CONTROLLER UNIT (TS -2 Type 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 Model TS -2, Type 2 Secondary with ethernet controller or equal. 6-11 Technical Specifications 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 Panasonic Toughbook CF30 Intel Dual Core Processor L7500 (1.60 GHz) 13.3" XGA LCD Touch screen, or approved Equal. 3.0 HARDWARE REQUIREMENTS 3.1 This unit shall be equipped with a minimum of 4.OGB SDRAM (DDR2-667MHz). 3.2 160GB HDD shock -mounted and quick -release 3.3 The unit should include an A/C adapter, and D/C vehicle adapter. 3.4 A DVD Super Multi Drive 3.5 Intel® Wireless WiFi Link 5100 802.1 la/b/g/draft-n 3.6 A 6 cell primary battery. 3.7 Backlit Keyboard 3.8 Bluetooth® v.2.0 + EDR (Class 1) 4.0 SOFTWARE REQUIREMENTS 4.1 Operating system of the unit shall be Windows XP Professional, SP3. 4.2 System shall be pre -loaded with Naztec software. 6-12 Technical Specifications 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 aim 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 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. 6-13 Technical Specifications 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 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 6-14 Technical Specifications 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 Powder coating: (See Quality Powder coating in Carrollton, TX) Color Product name and #: Super OGF Black; S-400 Cure: 40017- 10-12 MIN PMT Control #: S-400 Resin Type: Super polyester resin Gloss Level: 70-80% "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. 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. 6-15 Technical Specifications 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 aims 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). 6-16 Technical Specifications 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 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 6-17 Technical Specifications 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 RECEPTACLE (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 Yellow Arrow Red w/Y Tracer White w/R & Y Tracer Yellow Yellow White w/Y Tracer 6-18 Technical Specifications Green St. Arrow Lt. Arrow Rt. Arrow 9.0 VISORS Green Blue Blue w/R Tracer Blue w/Y Tracer White w/G Tracer White w/B Tracer White w/B & R Tracer White w/B & Y Tracer 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. 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 6-19 Technical Specifications 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. 6-20 Technical Specifications UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS: CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND INSTALLATION 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. 6-21 Technical Specifications 1.3 Constiuction 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 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 6-22 Technical Specifications 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 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 6-23 Technical Specifications 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. 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 6-24 Technical Specifications 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. 6-25 Technical Specifications 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 6-26 Technical Specifications 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. 6-27 Technical Specifications TABLE I INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor Size Insulation Test Voltage Insulation Resistance AWG Thickness at 60°F. Megohms - Inches 1000 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 It. Tests of these characteristics shall be made in accordance with ASTM designation D- 470, latest revision. 6-28 Technical Specifications TABLE II a. Initial Properties: Tensile strength, lbs. per sq. inch, min. 2300 Elongation, percent, min. 250 b. After 120 hours in Air Oven at 100°C: Thickness 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 Lbs/M Ft. (Mandrel Diameter 2.5 times covering diameter) .045" 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 Lbs/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. 6-29 Technical Specifications TABLE IV CONDUCTOR COLORS AND SEQUENCE Conductor No. Base Color First Tracer 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 18 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 IV, shall be used for pairs, repeated as necessary. 5.5 Single Conductor Cable 6-30 Technical Specifications 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. 7.0 JACKET (MULTI -CONDUCTOR CABLE) 6-31 Technical Specifications 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 D 1047, latest revision. PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET 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 i Flame Test, minutes burning, max. 1 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 0.426 - 0.700 0.701 - 1.500 1.501 - 2.500 2.501 and larger 8.0 IDENTIFICATION 45 60 80 110 140 6-32 Technical Specifications 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 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 6-33 Technical Specifications 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 malting 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. 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 6-34 Technical Specifications 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 fourteen (14) 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 fourteen (14) A.W.G. The Contractor shall furnish the NO. 14 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 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 fmish. 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 6-35 Technical Specifications 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 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 6-36 Technical Specifications 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. 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. 6-37 Technical Specifications 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 IAS 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 6-38 Technical Specifications 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 polyvinylchloride 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. 2.8 Signal and Controller 6-39 Technical Specifications 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. 6-40 Technical Specifications 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 Stamark 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 specification and fail to adhere to the road surface properly shall be completely removed and replaced at the expense of the Contractor. 6-41 Technical Specifications 3.0 CONSTRUCTION METHODS 3.1 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. f. 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 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 6-42 Technical Specifications 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. 6-43 Technical Specifications AIJTOSCOPE ENCORE VIDEO DETECTION SYSTEM SPECIFICATIONS 1. VIDEO DETECTION — GENERAL This specification sets forth the minimum requirements for a system that monitors vehicles on a roadway via processing of video images. The detection of vehicles passing through the field-of- view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm states (on/off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack or 170 input file rack standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, [modem,] and multi -drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall optionally be interconnected over long distances through fiber optic, microwave, or other commonly used digital communications transport configurations. On the software application side of the network, the system shall be integrated through a client - server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processor (MVP) sensors and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web -browser interface shall allow use of industry standard Internet web browsers to connect to MVP sensors for setup, maintenance, and playing digital streaming video. 1.1 SYSTEM HARDWARE The machine vision system hardware shall consist of three components: 1) a color, 559 step, IOx zoom, MVP sensor 2) a modular cabinet interface unit 3) a communication interface panel. Additionally, an optional personal computer (PC) shall host the server and client applications that are used to program and monitor the system components. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate the current detection state (on/off). The MVP sensor shall optionally store cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network 6-44 Technical Specifications protocol. The MVP shall have a built-in, Ethernet -ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide standard MPEG -4 streaming digital video. Achievable frame rates shall vary from 5 to 30 frames/sec as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with the form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs or a 170 input file rack providing up to sixteen (16) contact closure inputs and twenty-four (24) contact closure outputs to a traffic signal controller. The communication interface panel shall provide four (4) sets of three (3) electrical terminations for three -wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. 1.2 SYSTEM SOFTWARE The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming, and vehicle detection processing. The detection shall be reliable, consistent, and perform under all weather, lighting, and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance, and video streaming services. There shall be a suite of client applications that reside on the host client / server PC. The applications shall execute under Microsoft Windows XP, Vista or Windows 7. Available client applications shall include: • Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information, and launch applications software to perform operations within that system of sensors. • Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. • Operation log: Retrieve, display, and save field hardware run-time operation logs of special events that have occurred. • Software install: Reconfigure one or more MVP sensors with a newer release of embedded system software. • Streaming video player: Play and record streaming video with flashing detector overlay. • Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. • Communications server: Provide fault-tolerant, real-time TCP/IP communications to / from all devices and client applications with full logging capability for systems integration. The communications server shall operate as a Windows® Service. 6-45 Technical Specifications 2. FUNCTIONAL CAPABILITIES 2.1 MVP SENSOR The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high- speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled by the dual -core processor, thus providing high-quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG -4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 559 step,10x zoom lens that can be changed using either configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. 2.1.2 Power The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. 2.1.3 Detection Zone Programming Placement of detection zones shall be by means of a PC with a Windows XP, Vista or Windows 7 operating system, a keyboard, and a mouse. The PC monitor shall be able to show the detection zones superimposed on images of traffic scenes. The detection zones shall be created by using a mouse to draw detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size, and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor, and to back up detector configurations by saving them to the PC fixed disks or other removable storage media. The supervisor computer's mouse and keyboard shall be used to edit previously defined detector configurations to permit adjustment of the detection zone size and placement, to add detectors for additional traffic applications, or to reprogram the MVP sensor for different traffic applications or changes in installation site geometry or traffic rerouting. 2.1.4 Optimal Detection The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted 30 feet (10 m) or higher above the roadway, when the image sensor is adjacent to the desired coverage area, and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the 6-46 Technical Specifications roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that minimizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road- side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. 2.1.5 Count Detection Performance Using an installed camera that meets the optimal viewing specifications described above for count station traffic applications, the system will be able to accurately count vehicles with at least 98% accuracy under normal operating conditions (day and night), and at least 93% accuracy under artifact conditions. Artifact conditions are combinations of weather and lighting conditions that result from shadows, fog, rain, snow, etc. The volume count will be accumulated for the entire roadway (all traveled lanes), and accumulated over time intervals that contain a minimum of one hundred (100) vehicles to ensure statistical significance. 2.1.6 Demand Presence Detection Performance Using an installed camera that meets the optimal viewing specifications described above for intersection control traffic applications, the system will be able to accurately provide demand presence detection. The demand presence accuracy will be based on the ability to enable a protected turning movement on an intersection stop line, when a demand exists. The probability of not detecting a vehicle for demand presence will be less than 1% error under all operating conditions. In the presence of artifact conditions, the MVP will minimize extraneous (false) protected movement calls to less than 7%. To ensure statistical significance, the demand presence accuracy and error will be calculated over time intervals that contain a minimum of one hundred, protected turning movements. These performance specifications will be achieved with a minimum of 2 presence detectors coupled with a single detector function (Type -9) to provide adequate road coverage to sample the random arrival pattern of vehicles at the stop line. The calculation of the demand presence error will not include turning movements where vehicles do not pass through the presence detectors, or where they stop short or stop beyond the combined detection zones. 6-47 Technical Specifications 2.1.7 Speed Detection Performance The MVP will accurately measure average (arithmetic mean) speed of multiple vehicles with more than 97% accuracy under all operating conditions for approaching and receding traffic. The average speed measurement will include a minimum of 100 vehicles in the sample to ensure statistical significance. Optimal speed detection performance requires the camera location to follow the specifications described above for count station traffic applications with the exception that the camera must be higher than 13 in (40) feet. The MVP will accurately measure individual vehicle speeds with more than 94% accuracy under all operating conditions for vehicles approaching the camera (viewing the front end of vehicles), and more than 90% accuracy for vehicles receding from the camera (viewing the rear end of vehicles). These specifications will apply to vehicles that travel through both the count and speed detector pair and will not include partial detection situations created by lane -changing maneuvers. To ensure statistical significance, the average speed accuracy and error will be calculated over time intervals that contain a minimum of one hundred vehicles. Using a MVP sensor installed within the optimal viewing specifications described above or count station traffic applications 2.2 MODULAR CABINET INTERFACE UNIT The modular cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a 170 input file rack or a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only 2 slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty-four (24) detector outputs. 2.3 Communications Interface Panel The communications interface panel shall support up to six MVPs. The communications interface panel shall accept 110/220 VAC, 50/60 Hz power and provide predefined wire termination blocks for MVP power connections, a Broadband -over -Power -Line (BPL) transceiver to support up to LOMB/s interdevice communications, electrical surge protectors to isolate the modular cabinet interface unit and MVP sensors, and an interface connector to cable directly to the modular cabinet interface unit. The interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1/2 -amp SLO-BLO fuses shall protect the communications interface panel. 6-48 Technical Specifications 3. SYSTEM INSTALLATION & TRAINING The supplier of the video detection system may supervise the installation and testing of the video detection system and computer equipment as required by the contracting agency. Training is available to personnel of the contracting agency in the operation, set up, and maintenance of the video detection system. The MVP sensor and its support hardware / software is a sophisticated leading-edge technology system. Proper instruction from certified instructors is recommended to ensure that the end user has complete competency in system operation. The User's Guide is not an adequate substitute for practical classroom training and formal certification by an approved agency. 4. WARRANTY, SERVICE, & SUPPORT For a minimum of three (3) years, the supplier shall warrant the video detection system. An option for additional year(s) warranty for up to 6 years shall be available. Ongoing software support by the supplier shall include software updates of the MVP sensor, modular cabinet interface unit, and supervisor computer applications. These updates shall be provided free of charge during the warranty period. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be available to the contracting agency in the form of a separate agreement for continuing support. 6-49 Technical Specifications INTERNALLY ILLUMINATED STREET SIGNS SPECIFICATIONS 1.0 GENERAL • It is the intention of this specification to obtain signs very similar in appearance to existing internally illuminated signs. A visual sample of the type of sign desired can be viewed at the intersection of S. Belt Line Rd. & Dividend Dr. in Coppell. All signs shall be single faced. Please provide the brand and model of the unit that is proposed on the included form. • 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. • The sign shall include solid-state high flux/high output ultra high brightness white LED light engine strips utilizing state-of-the-art high power LED's and high efficient heat dissipating metal carrier body. These strips shall be of length adequate to effectively light the sign face. These strips shall utilize integral internal reflectors that will maximize the light output at the sign face. The light strips shall be mounted directly to the top of the sign body (1 row for single face signs) so as to be thermally linked to the sign body for heat dissipation. The LED strips shall incorporate a parabolic reflector that directs the light down to a center reflector with a custom profile that shall provide an even distribution of light from top to bottom of the sign face. • The sign assembly height shall be a minimum of 22" and maximum of 24", with standard widths of 48", 72" and 96" determined by street name length. • The body shall be aluminum. The maximum allowable weight of the sign shall be 95 lbs. • Sign shall be UL listed and approved 2.0 FIXTURE • The top of the sign shall be a one-piece inverted Tee shaped aluminum extrusion. The inside of the extrusion will incorporate profiles for holding the LED strips in place. The profile shall have a 1/2" deep groove for the 1/8" thick Polycarbonate lens to slide horizontally in or out of either end of the sign. This groove shall also accommodate a 1/8" thick x %2" wide closed cell UL listed foam gasket to the inside and a "D" shaped aluminum profile which when rotated 90 degrees will compress the lens against the gasket creating a water proof seal. The bottom of the sign shall be a one-piece aluminum extrusion identical to the top extrusion without LED mount provision. The bottom profile shall have a 1/2" minimum deep groove for the 1/8" thick Polycarbonate lens to slide horizontally in or out of either end of the sign. This groove shall also accommodate a 1/8" thick x %2" wide closed- cell UL listed foam gasket to the inside and a "D" shaped aluminum profile which when rotated 90 degrees will compress the lens against the gasket creating a water proof seal. The ends of the sign shall be a "c" channel profile that is continuously welded to the top and bottom extrusions. A fabricated aluminum 6-50 Technical Specifications end cap will be provided on each end of the sign. It shall be attached at the bottom with a stainless steel hinge. When swung into place, the profile of the end cap will capture the ends of the polycarbonate lens and force it against the 1/8" x 1/2" closed cell UL listed foam gasket. This end cap will be held in place by a 1/4 - 20 stainless steel bolt with black nylon wing head. The sign end channel shall have provisions for mounting '/2" pipe thread cord grip or elbow with provision for photocell and cord grip. The power supply for converting the 120VAC to the DC current required by the LED strips shall be mounted on the inside of the end channel. A removable cover will be provided to cover the AC wiring. • The color of the exterior of the sign assembly shall be semi -gloss black. All exterior surfaces of the sign assembly shall have a powder -coated finish. Finish will meet the requirements of ASTM D 3359, ASTM D 3363, and ASTM D 552. • The sign shall have UL approved foam gaskets, to provide a watertight seal between the sign panel and the housing. • The sign assembly including sign panel and mounting assemblies shall be designed, tested and constructed so that no permanent deformation, warping or failure will occur when subjected to 110 mph wind loads. 3.0 LED LIGHT ENGINE The purpose of this specification is to provide the minimum performance requirements for the LED Light Engine for illuminated street signs specification. The LEDs utilized in this product shall be white in color and utilize InGaN or UV thermally efficient technology. • The LED lamp shall be rated for use in the ambient operating temperature range of -40 to +50°C (40 to +122°F) and for storage in the ambient temperature range of -40 to +75°C (40 to +167°F). • The LED Light Engine shall be a single, self-contained device, for installation in the street sign housing. The power supply shall be designed to fit and mounted on the inside wall at one end of the street sign housing. The LED Light Engine shall be mounted within the inner top portion of the housing, • The assembly and manufacturing processes of the LED Light Engine shall be designed to ensure that all LED and electronic components are adequately supported to withstand mechanical shocks and vibrations in compliance with the specifications of the ANSI, C136.31-200 1 standards. • The LED Light Engine shall operate from a 60 + 3 cycle AC line power over a voltage range of 80 to 135 Vac rms. • Fluctuations in line voltage over the range of 80 to 135 Vac shall not affect luminous intensity by more than + 10 %. • The LED Light Engine shall provide a power factor of 0.90, or greater, when operated at nominal operating voltage and at a temperature of +25°C (+77°F). • Total harmonic distortion induced into the AC power line by the LED Light Engine operated at a nominal operating voltage, and at a temperature of +25°C (+77°F), shall not exceed 20 %. • The LED Light Engine shall not exceed the maximum power values of 120 watts. • The entire surface of the sign panel shall be evenly illuminated. The average maintained luminous intensity measured across the letters, operating under the 6-51 Technical Specifications conditions defined in Sections 2.1 and 3.4, shall be of an average of 500 lux + 25% across the sign face. • LED Light Engines shall be replaced or repaired if they fail to function as intended due to workmanship or material defects within the first sixty (60) months from the date of delivery. • LED Light Engines that exhibit luminous intensities less than the minimum value specified within the first thirty-six (36) months from the date of delivery shall be replaced or repaired. • Each LED Light Engine shall be identified by a manufacturer's serial number for warranty purposes. 4.0 SIGN PANEL • The sign face shall be constructed of 1/8" white polycarbonate with interstate blue overlay film (EC) formulated for this purpose. • The light transmission factor of the sign panel will provide a letter to background brightness ratio of 10:1 to 20:1. The luminance of the background shall not vary by more than 40% of the average background brightness reading. The luminance of the letters, arrows or symbols shall not vary by more than 20% from the average brightness reading. • Lettering will be in the ClearviewO font in the sizes specified in the exhibit. The City Logo Legend will also be included as detailed in the exhibit. Spacing and letter sizes must be strictly adhered to. 7.0 MOUNTING ASSEMBLY • The mounting bars shall be fastened to the rear of the cabinet with stainless steel fasteners and all holes will be sealed to prevent water infiltration. • All clamps, brackets, bars, etc. whether made of - heat treated aluminum bar stock, aluminum, stainless steel, or galvanized steel shall be of adequate design and strength for its intended use. • Astro-BracO SP0140 or approved equal shall be utilized to mount the sign to the mast arm. 8.0 WARRANTY • All LED street name signs shall be warranted for a period of (60) months from date of delivery 9.0 ALTERNATE PRODUCTS • The models and brand names are descriptive and not restrictive, and are used to indicate type and quality level desired for comparison purposes. Bids on brands of like nature and quality may be considered for the items listed on the Bid Form. Manufacturer name and model number of alternative products should be provided on the Mfg. Name and Model Form. In the event that a bid is being submitted for an alternate product, a sample is required to be provided to George 6-52 Technical Specifications Marshall at the address shown below no later than 4 calendar days prior to the bid closing. 265 Parkway Blvd. Coppell, Texas 75019 10.0 SHOP DRAWINGS • The signs should be in accordance with this specification, the descriptions on the Bid Form and the information in the plans when provided. Bidder should submit a set of plans/drawings of the unit being bid and a drawing showing a scaled layout of a face per the City's specification created by the sign making program to be utilized by the awarded bidder. The previous are to be submitted as attachments. • Upon award the bidder shall submit drawings for each sign face as specified prior to production. This is to try to reduce the possibility of mistakes in the legend such as block numbers. 11.0 INSTALLATION • Installation will proceed in an orderly fashion with an intersection being completed before moving onto the next. • The intended locations of the signs are intended to be nearest the mast. If insufficient spacing exists between the first signal head and the mast the sign may need to lap over the mast. • The intended position of the sign is intended to be approximately even with the center of the signal aim (the sign will be level). All hardware and wiring will be concealed from view as much as practical. • Power will be supplied through a single conductor from the base of the mast to the traffic signal cabinet. • Bidder will be required to supply sufficient wire to reach from the base of the mast to the sign. • A single photovoltaic will be utilized to turn the lighting on and off for all of the lighted street name signs at an intersection. The photovoltaic will be located at the traffic signal power pedestal. Bidder will be required to install and connect the photovoltaic at the cabinet. All wiring needs to be neatly laid and secured. • The wiring exiting the illuminated signs will need to have a drip loop. • Access to the interior of the arm & mast shall be through a hole sawn (drilled) on the underside of the arm no larger than 3/4". Care must be utilized not to damage existing wiring. • Work Zone barricading and signs per the TxMUTCD will be required. Working hours are restricted during rush hours. Hours of lane closures are therefore limited to between the hours of 9 a.m. and 3 p.m. Saturday / Sunday work is not permitted. 6-53 Technical Specifications SPECIFICATIONS FOR FIBER OPTIC CABLE AND CABINET MOUNTED COMMUNICATION EQUIPMENT 1.0 SCOPE 1.1 This specification sets forth the minimum requirements for communication equipment to be supplied with each traffic signal installation. The purpose of these devices is to allow communication to take place between traffic signals and the shop. 2.0 PARTS 2.1 Corning AnyLAN Pre -terminated 12 strand, single mode fiber optic cable with Opti -tip connectors. 2.2 Corning Integrated Single Panel Housing with AnyLAN modules (LC Duplex) (SPH-24OTR-24A9H) 2.3 Hardened fiber Ethernet switch: EtherWAN EtherWAN 41-136046 Hardened Power Supply and EtherWAN EX720890VB Hardened Managed Switch 8 Ports, 10/100TX + 2 Ports Combo 1000TX/SFP. (for single fiber runs, i.e. MacArthur & Deforest Road) or EtherWAN EX77204-OOVC Hardened Managed Switch 8 Ports, 10/100TX + 4 Ports Combo 1000TX/SFP. (for h4,o fiber runs intersecting, i.e. Denton Tap & Sandy Lake) and EtherWAN EX-1250TSP-MB4L-A Hardened SFP module 10001,X, IOkm, LC Connector (Modules are required for each fiber port. All fiber ports will be provided with a modzde whether utilized or not.) 6-54 Technical Specifications