ST9704TR-CN 980814CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
~ 2nd HIGH SCHOOL ACCESS
r" ~! TRAFFIC SIGNAL INSTALLATION
THE CITY OF COPPELL
AUGUST
1998
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
CONTRACTOR:
OWNER: City of Coppell
CHANGE ORDER NO.: 1
2~4 High School Access Town Center Blvd.
Traffic Signal Project # ST 97-04 TR
Durable Specialties, Inc.
Item Description Quantity
Add:
I. 25
New:
I 50
12" Signal Head Section
4
Modi~ Signal Head 2
Assembly
Delete:
I 49
Relocate Power Pole
Total Revision to Contract Amount
Unit
DATE: 3/21/00
Unit Price Total
EA 140. O0 560. O0
EA 970.00 1,940.00
EA
3500. O0
(3,5o0.00)
($1, ooo. oo)
Previous contract amount
Net decrease in contract amount
Revised contract amount
Net increase in contract time of completion
Revised Contract time of completion
$97,300.00
$1,000.00
$96,300.00
-0-
225 Calendar Days
The contractor hereby accepts this Contract adjustment as a final and complete
adjustment in full accord and satisfaction of all past and future liability originating
under any clause in the Contract by reason of this revision to the Contract.
r / '
~ed~t~ nf~ct ~
wrier
Date
Date
Date
· DURABLE SPECIALTIES, INC.'
P.O. BOX 381788 · DUNCANVILLE, TX 75138 · PHONE 1-972-296-6324 · FAX 1-972-780-7411
TRANSMITTAL LETTER
TO: City of Coppell DATE: 515100
PO Box 478
Coppell, TX 75019
ATTN: Michael Martin
SUBJECT:
Change or Extra Work Order
REF: 2rid High School
Access Traffic Signal
ST97-O4TR
Enclosed please find three copies of signed Change order.
COMMENTS: Please sign bot6 c~pi~s and retum BOTH copies to Durable Specia!6es
Sincerely,
Jeffrey C. Bryan
For Internal Use Only
Accts Rec [~ Mail for SE]
Accts Pay [] Returned []
Receiving I'} Filed FI
!1 "I
1/ ' T
I I I[
I I I
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
2nd HIGH SCHOOL ACCESS
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
THE CITY OF COPPELL
AUGUST
1998
TABLE OF CONTENTS
Section 1 -
Bidding and Contract Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Schedule
Prevailing Wage Rates
Standard Form of Agreement (Contract)
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
Page #
1-1
1-3
1-4
1-16
1-30
1-31
1-37
1-38
1-39
141
1-43
Section 2 -
Section 3 -
Section 4 -
Section 5 -
City of CoppeWs Supplementary Conditions
to the NCTCOG General Provisions
2-1
Special Provisions to Standard Specifications for Construction 2-9
For this project, the Standard Specifications for
Public Works Construction - North Central
Texas, as prepared by the North Central Texas
Council of Governments and the City of Coppell
Standard Construction Details shall govern all
work to be done, together with any additional
Special Specifications or Specific Project
Requirements included herein.
Specific Project Requirements
General Notes & Specifications
Technical Specifications and Description of Pay Items
3-1
4-1
5-1
SECTION 1
BIDDING
DOCUMENTS
BIDDING AND CONTRACT DOCUMENTS
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the installation of a traffic signal at the 2rid High School
Access on Denton Tap Road, south of and adjacent to Sonic Drive-In, Project No. ST 97-04
TR. Specifications may be obtained for a non-refundable cost of $25.00 from the Purchasing
Agent, 255 Parkway Blvd., C5oppell, Texas, or telephone (214) 304-3698. Sealed bids addressed
to the Purchasing Agent, City of Coppell, Texas, for the Installation of a Traffic Signal at the
2nd High School Access Project ST 97-04 TR will be received in the Purchasing Office at the
City of Coppell Town Center, 225 Parkway Boulevard, until 2:00 p.m., Monday, August 31,
1998, 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-0898-01 designated clearly on the exterior of the bid
envelope.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes
no responsibility for errors or misinterpretations resulting from the use of incomplete sets of
Bidding Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR
MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on
tangible personal property to be incorporated into the project. (Note: This procedure may not be
used, however, for materials which do not become a pan 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.
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Def'med Terms.
Terms used in these Instructions to Bidders which are defined in the Standard
Specifications for Public Works Construction - North Central Texas latest addition, 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
who 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 478, CoppeR, 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 a traffic signal at the 2nd High School Access
on Denton Tap Road, south of and adjacent to Sonic Drive-In. Work shall include all
components necessary for the "tom key" construction of the 2nd High School Access as
shown in the plans for ST 97-04 TR, including but not limited to: mast arms,
signals/signal heads; poles, controllers and cabinet, conduit, opticore, loop detectors,
pavement markings, pullboxes, etc.
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 $25.00. The
following general requirements pertain to the Bidding Documents:
A}
No bidding documents will be issued later than two (2) days prior to the bid
opening date.
Page 4 Bidding and Comma Documents
3.2
3.3
B)
After award of the Contract, the successful Bidder will be furnished five (:5) sets of
Contract Documents at no charge. Additional sets over five (:5) will be furnished
for $1:5.00 per set.
c)
Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant
for any other use.
Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditions, safe and
satisfactory manner. The required information to be submitted shall consist of, but shall
not necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects presen~y under construction by the bidder including
approximate cost and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment.
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if
any, that he must rent/lease as may be required to complete this project.
Page 5
Bidding and Comma Documents
D. Financial.
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 the street and right-of-way at the respective intersections.
It shall be the contractors responsibility to provide neces_sary and adequate traffic control.
The City will not allow any lane to be blocked before 9:00 a.m. or after 4:00 p.m.
Prospective Bidders shall respect all improvements. It is the responsibility of each Bidder
before submitting a Bid, to (a) examine the Contract Documents thoroughly, Co) visit the
site to become familiar with local conditions that may affect cost, profess, performance or
furnishing of the Work, (c) consider federal, state and local Laws and Regulations that
may affect cost, profess, 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.
Page 6 Bidding and Contract Documents
6.2
6.3
6.4
6.5
6.6
Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not
assume responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where
construction comes in close proximity to existing structures or utilities, or if it becomes
necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be
the Contractor's responsibility to notify and cooperate with the utility or structure owner.
The utility lines and other existing structures shown on the plans are for information only
and arc not guaranteed by the City to be complete or accurate as to location and/or depth.
It shall be the Contractor's responsibility to verify locations and depths sufficiently in
advance of construction such that necessary adjustments may be made to allow for the
proper installation. The Contractor shall be liable for damage to any utilities resulting
from the construction of this project.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface,
subsurface and undergwund facilities) at or contiguous to the site or otherwise which may
affect cost, progress, performance or furnishing of the Work and which Bidder deems
necessary to determine its Bid for performing and furnishing the Work in accordance with
the time, price and other terms and conditions of the Contract Documents.
On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder
shall fill all holes, clean up and restore the site to its former conditions upon completion of
such explorations.
The lands upon which the Work is to be performed, fights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract documents.
The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of thi.g Article 6, that without exception the
Bid is premised upon performing and furnishing the work required by the Contract
Documents and such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that the Contract
Documents arc sufficient in scope and detail to indicate and convey understanding of all
terms and conditions for performance and furnishing of the Work.
Interpretations and addenda.
All questions about the meaning or intent of the Contract Documents are to be directed to
the Purchasing Agent. Interpretations or clarifications considered necessary by the
Page 7 Bidding and Contraa Documents
7.2
8.2
8.3
10.
11.
11.1
Purchasing Agent in response to such questions will be issued by Addenda mailed or
delivered to all bidders recorded as having received the Bidding Documents. Questions
received less than two days prior to the date for opening of Bids may not be answered.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect. Each Bidder shall
acknowledge on the bid proposal that all Addenda issued have been received.
Addenda may also be issued to modify the Bidding Docments as deemed advisable by the
Owner.
Contract Time.
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.
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.
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.
Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for
this project are: One hundred and sixty dollars ($160.00) per day.
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 accepmce
will not be considered by Engineer until after the Effective Date of the Agreement. No
substitutions should be considered during the bidding process.
Subcontractors, Suppliers, and Others.
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 organiTations proposed for those
Page 8 Bidding and Contract Documents
11.2
12.
12.1
12.2
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.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract Xo the next lowest Bidder that proposes to use acceptable
Subcontractors, Suppliers, other persons and organizations. The declining to make
requested substitutions will not constitute Founds for sacrificing the Bid security of any
Bidder.
No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
Bid Proposal.
Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item
of work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the
organization is chartered. Bids which are signed for a corporation shall have the cOrrect
corporate name thereof, its post office address, and the signature of the president or other
authorized officer of the corporation, manually written below the corporate name in the
following manner: "By "
If the bid is made by an individual, his post office address shall be given. Bids which are
not signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a finn or parmership, the name and post office address of the
managing member of the firm or partnership shall be given or the bid may be signed by an
attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power
of attorney evidencing authority to sign the bid, executed by the members of the firm or
partners.
Page 9 Bidding and Contract Documents
13.
14.
15.
16.
16.1
16.2
17.
Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this
project, may be rejected and returned to the Bidder without being considered.
Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used
for the comparison of bids. Payments will be made to the Contractor only for the actual
quantities of work performed or materials furnished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided
for in the Contract Documents.
Submi~ion of Bids.
Bids will be received by the Purchasing Agent, and shall be subrm'tted to the Purchasing
Agent, City of Coppert, at the Town Center, 255 Parkway Boulevard, P.O. Box 478,
Coppell, Texas 75019 until 2:00 p.m. on Monday, August 31, 1998, and then publicly
opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed
envelope and marked with the Project rifle, City of Coppell Bid No. Q-0898-01and the
name and address of the Bidder shall be submitted. 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 Traffic Signal Installation: 2rid High School Access ST 97-04
TR" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas.
Modification and Withdrawal of Bids.
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.
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.
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
Page 10 Bidding and Contract Documents
18.
19.
19.1
19.2
19.3
19.4
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 to Remain Subject to Acceptance.
All BMs 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.
Award of Contract.
The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to
reject the Bid of any Bidder if the Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or has doubtful financial ability or fails to meet any other
pertinent standard or criteria established by the Owner. Discrepancies in the multiplication
of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will be
resolved in favor of the correct sum.
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the
Notice of Award.
The Owner may consider the qualifications and experience of any Subcontractors,
Suppliers, or other persons or organizations proposed for those portions of the Worl~ as to
which the identity of Subcontractors, Suppliers, and other persons and organizations must
be submitted as requested by the Owner. The Owner also may consider the operating
costs, maintenance requirements, performance data and guarantees of major items of
materials and equipment proposed for incorporation in the Work when such data is
required to be submitted prior to the Notice of Award.
The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial
stability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract Documents
to the Owner' s satisfaction within the prescribed time.
Page 11
Bidding and Contraa Documents
19.5
19.6
20.
21.
If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder
whose evaluation by the Owner indicates to the Owner that the award will be in the best
interests of the Project.
If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid Opening.
Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
Affidavit of Bil!.~ Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project
construction have been paid in full, and that there are no claims pending.
Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire
nor work any illegal alien.
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 Contractor shall
commence work within ten {10) calendar days after the date of Notice to Proceed.
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
ContracWr 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.
Page 12
Bidding and Contraa Documents
2~. SHerice of Specification.
26.
27.
28.
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 thi.~ statement by Owner or their authorized
representative.
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.
Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or
in part, without the prior written consent of Owner.
Venue.
This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Dallas County, Texas.
Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the mount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to
final payment by the City.
Page 13 Bidding and Contract Documents
PROJECT IDENTIFICATION:
BID FORM
2rid High School Access
ST 97-04 TR in Coppell, Texas
BID OF
DATE
(NAME OF FIRM)
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q- 0898-01
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.
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:
Page 14
Bidding and Comma Documents
(c)
(e)
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, profess, performance or furnishing of the
Work.
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.
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.
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.
Page 15 Bidding and 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.
(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.
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 roles 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 quantifies 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.
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.
BIDDER will complete the Work for the following price(s):
Page 16
Bidding and Contraa Documents
2rid HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
No.
I-1
1-2
I-3
I-4
1-5
83
68
352
17
548
Unit
LF
LF
LF
LF
LF
Description and Price in Words Unit
Price
1" PVC Conduit- Trenched
Complete in Place
Eighty-three Dollars
and no Cents
per LF.
2" PVC Conduit - Trenched
Complete in Place
One hundred thirty-six Dollars
and no Cents
per LF.
3" PVC Conduit - Trenched
Complete in Place
Three thousand five hundred
twenty Dollars
And no Cents
Per LF.
3 Conductor #6 XHHW
Complete in Place
Seventeen Dollars
And no Cents
per LF.
Electrical Condtr. #8 XHHW
Complete in Place
Five hundred forty-eight Dollars
And no Cents
per LF.
Total
Price
1.00 83.00
2.00 136.00
10.00 3,520.00
1.00 17.00
1.00 548.00
Page 17
Bidding and Contract Documents
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
No.
I-6
I-7
I-8
I-9
I~10
Quantity
1524
548
525
258
Unit
LF
LF
LF
LF
LF
Description and Price in Words
Solid Copper - 12 Condtr.
AWG
Complete in Place
Five thousand three hundred
thirty-four Dollars
and no Cents
per LF.
Signal Cable - 16 Condtr.
AWG
Complete in Place
One thousand ninety-six Dollars
and no Cents
per LF.
Signal Cable - 7 Condtr.
AWG
Complete in Place
No Dollars
and no Cents
per LF.
Signal Cable - 5 Condtr. #16
AWG
Complete in Place
Three hundred fifteen Dollars
and no Cents
per LF.
Signal Cable - 7 Condtr. #16
AWG
Complete in Place
Two hundred fifty-eight Dollars
And no Cents
per LF.
Page 18
Unit
Price
Total
Price
3.50 5,334.00
2.00 1,096.00
.60 315.00
1.00 258.00
Bidding and Contract Documents
Item
No.
1-11
-- 1-12 4
""' 1-13
1-14
1-15
Quantity
732
8813
1450
Unit
LF
EA
LF
LF
EA
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Description and Price in Words Unit
Price
Opticom Cable - 3 Condtr.
AWG
Complete in Place
Seven hundred thirty-two Dollars
and no Cents
per LF.
3 M Opticore Detector
Complete in Place
Seven hundred fifty Dollars
and no Cents
per each.
Detector Lead-in Cable- 2
Condtr.//14 AWG
Complete in Place
Three thousand five hundred
twenty-five Dollars
and twenty Cents
per LF.
Loop Det. Installation
(saw cut & wired)
Complete in Place
Six thousand ninety Dollars
and no Cents
per LF.
Digital Loop Det. Vehicle Det.
2 Channel
Complete in Place
Nine hundred Dollars
and no Cents
per each.
Total
Price
1.00 732.00
750.00 3,000.00
.40 3,525.20
4.20 6,090.00
150.00 900.00
Page 19
Bidding and Comma Documents
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
1-16
1-17
1-18
1-19
1-20
Quantity
1
0
26
30
2
Unit
EA
LF
LF
LF
CY
Description and Price in Words
Unit Total
Price Price
820A Multisortie 8-Phase NEMA 13,500.00 13,500.00
Controller w/Cabinet & Access
Complete in Place
Thirteen thousand five hundred
Dollars
and no Cents
per each.
Foundation Type (24-A) including 110.00 '0-
casing
Complete in Place
One hundred ten Dollars
And no Cents
per LF.
Foundation Type (30-B) including 120.00 3,120.00
casing
Complete in Place
Three thousand one hundred
twenty Dollars
and no Cents
per LF.
Foundation Type (36-A) including 130.00 3,900.00
casing
Complete in Place
Three thousand nine hundred
Dollars
and no Cents
per LF.
Controller Foundation 700.00 1,400.00
Complete in Place
One thousand four hundred
Dollars
and no Cents
per CY.
Page 20 Bidding and Contract Documents
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
1-21
1-22
1-23
1-24
1-25
Quantity
2
0
0
43
Unit
EA
EA
EA
EA
EA
Description and Price in Words
Signal Pole w/35' Mast Arm
Complete in Place
Seven thousand one hundred
Dollars and no Cents
per each.
Signal Pole wl44' Mast Arm
Complete in Place
Eight thousand nine hundred
Dollars and no Cents
per each.
Pedestal Pole
Complete in Place
No Dollars and no Cents
per each.
8' Arm w/Luminaire- 250 W. HP
Sodium
Complete in Place
No Dollars
And no Cents
Per each.
12" Traffic Signal Head
Complete in Place
Six thousand twenty Dollars
And no Cents
Per each.
Unit Total
Price Price
3,550.00 7,100.00
4,450.00 8,900.00
750.00 -0-
140.00 6,020.00
Page 21
Bidding and Contract Documents
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
No.
1-26
1-27
1-28
I -29
1-30
11
2
8
8
1
Unit
EA
EA
EA
EA
EA
Description and Price in Words
Unit Total
Price Price
Traffic Signal - 3 40.00 440.00
Section Head Backplate
Complete in Place
Four hundred forty Dollars
And no Cents
per each.
5 Section Traffic 98.50 197.00
Signal Head Backplate
Complete in Place
One hundred ninety-seven
Dollars and no Cents
per each.
Pedestrian Signal Assembly 400.00 3,200.00
2 Indication
Complete in Place
Three thousand two hundred
Dollars and no Cents
per each.
PED Push Button 150.00 1,200.00
Complete in Place
One thousand two hundred
Dollars and no Cents
per each.
Service Meter Installation 2000.00 2,000.00
Complete in Place
Two thousand Dollars
and no Cents
per each.
Page22
Bidding and Contract Documents
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
No.
1-31
1-32
1-33
1-34
1-35
Quantity
10
1
1
144
18
Unit
EA
EA
EA
LF
LF
Description and Price in Words
Type A Ground Pull Box
Complete in Place
Four thousand five hundred
Dollars and no Cents
per each.
Type C Ground Pull Box
Complete in Place
Five hundred Dollars
and no Cents
per each.
Intersection Display Board
Complete in Place
Six hundred Dollars
and no.. Cents
per each.
Pavement Marking - 24" Solid
Whim Line
Complete in Place
One thousand one hundrred fifty-
.ty,,o. Dollars and no Cents
per LF.
Pavement Marking - 4" Dashed
White Line
Complete in Place
Thirty-six Dollars
and no Cents
per LF.
Unit Total
Price Price
450.00 4,500.00
500.00 500.00
600.00 600.00
8.00 1,152.00
2.00 36.00
Page 23
Bidding and Contract Documents
.,
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
No.
1-36
1-37
1-38
1-39
1-40
Quantity
2
2
0
400
2
Unit
EA
EA
EA
LF
EA
Description and Price in Words
Pavement Marking -
Rt Arrow
Complete in Place
Three hundred twenty Dollars
and no Cents
per each.
Pavement Marking -
Work "Only"
Complete in Place
Four hundred forty Dollars
and no . Cents per each.
Pavement Marking -
Rt-Lt Arrow
Complete in Place
No Dollars
and no Cents
per each.
Pavement Marking - 4" Solid
White Line
Complete in Place
Six hundred forty Dollars
And no Cents per LF.
Traffic Sign - RIO - 12
Complete in Place
Four hundred Dollars
and eighty Cents
per each.
Unit Total
Price Price
160.00 320.00
220.00 440.00
350.00 -0-
1.60 640.00
200.40 400.80
Page 24
Bidding and Contract Documents
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
No.
1-41
1-42
1-43
1-44
1-45
3
4
4
2
4
Unit
EA
EA
EA
EA
EA
Description and Price in Words
Traffic Sign - W3-3
Complete in Place
Nine hundred Dollars
and no Cents
per each.
Traffic Sign R10 - 4BR
Complete in Place
Forty Dollars
and no Cents
per each.
Traffic Sign R10 - 4BL
Complete in Place
Forty Dollars
and no Cents
per each.
Sign R3-LR-R
Complete in Place
Four hundred Dollars
and no Cents
per each.
Street Name Signs on Mast Arm
Complete in Place
Two thousand Dollars
and no Cents
per each.
Unit Total
Price Price
300.00 900.00
10.00 40.00
10.00 40.00
200.00 400.00
500.00 2,000.00
Page25
Bidding and Contract Documents
2nd HIGH SCHOOL ACCESS /
TRAFFIC SIGNAL INSTALLATION
ST 97-04 TR
UNIT PRICE BID SCHEDULE
SECTION I
Item
Quantity unit
1-46 1 EA
1-47 2 SF
1-48 1 EA
1-49 1 EA
Description and Price in Words
SIGN R3-7R
Complete in Place
Two hundred Dollars
and no Cents
per each.
SIGN R10-6
Complete in Place
Six hundred Dollars
and no Cents
per each.
Upload / Download Device
Complete in Place
Four thousand five hundred
Dollars and no Cents
per each.
Relocate Power Pole
Complete in Place
Three thousand five hundred
Dollars and no Cents
per each.
Unit
Price
200.00
300.00
4500.00
3500.00
Total
Price
200.00
4,500.00
3,500.00
TOTAL BID ITEMS SECTION I-1 thru 149
TANGIBLE PERSONAL PROPERTY COST
$ 97.300.00
$ 45.000.00
Page 26 Bidding and Contract Documents
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL BID ITEMS SECTION I-1 thru 1-49 $ 97,300.00
In Words: Ninety-seven thousand, three hundred dollars and no cents.
225
BIDDER agrees that all Work awarded will be completed within 225 Calendar Days.
Contract time will commence to nm 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.
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 quantifies will be adjusted accordingly.
SUBMITTED ON 8/31/98
Page 27 Bidding and Contract Documents
The undersigned certifies that the bid prices contained in thi., bid have'been carefully reviewed and
are submitted as correct and final. Bidder further cerfifie~ and agrees to furnish any and/or all
commodities upon which prices are extended at the price offered, and upon the conditions
contained~p !lle Specifications of the Invitation to Bid. The period of acceptance of this bid will.
be ~> calendar days from the date of the bid opening. (Period of acceptance will be
ninety (90) calendar days nnle~s otherwise indicated by Bidder.)
STATE OF '['e~c~S COUNTY OF D~LLL~5
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
this day personally appeared 7~t:r~v e,, l~r)/a.4~ who after being by me
Name
duly sworn, did depose and s,~y:
, on
am a duly authorized office/agent for
and have been duly authorized to execute the
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further,
I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/
commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Telephone: (q~l) i~,q/~-1,,~,~,4 by: ~'~-lcv'e.:
S~S~ED A~ SWO~ m ~for~ me by ~e a~v~ m~
~y ~~.
on ~ ~e ~ ~ ~ of ,
~R~ S. ~ ' ~ No~ ~blic ~ ~d for ~e S~te of
05-0~2002
Page 28 Bidding and Contract Documents
If BIDDER IS:
An Individual
By
doing. business
andividual'sName)
(SesJ)
Business
address
Phone No.
A Partnership
By
(s~)
(Firm Name)
(General Partner)
Business address
Phone No.
A Corporation
(Corporation Name)
(~f~e of hcoq~ondon)
Giae)
A~t
B~ess ~ . .Y
D~~u}I}6 IX
Phone No.
A Joint Venture
By
By
(Name) (Address)
(Name) (Address)
(Each joint venture must sign. The mariner of Si,~,ning for each individual, pm'mership and corporation timat is a
partner to the joint venture shotrid be in the mm,n~r indicated above.)
Page 29
Biddin8 and Contract Documents
PREVAILING WAGE RATES
I I
The City of Coppell is the contracting agency for this construction project. The following statute
requires 'any contracting agency to specify the generally prevailing rate of wages in contracts that are bid.
Vernon 's Texas Civil Statutes - Article 5159a.'
"Construction of Public Works in State and
Municipal or Political Subdivisions; Prevailing
Wage Rate to be Maintained."
Pursuant to the requirements of ~s statute, the City of Coppelf, has ascertained the following rates of
wages are paid to various classifications of workers in the l.ocality of this project.
Not less than the following hourly rates shall be paid for the various classifications of work required by
this project. Workers in classifications where rates are not identified shall be paid not less than the
general prevailing rate of 'laborer' for the various classifications of work therein listed.
The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1 & V2)
times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project and may be
compensated at a rate determined mutually by the worker and employer, commensurate with the
experience and skill of the worker, but not at a rate not less than 60% of the journeyman's wage as
shown. At no time shall a journeyman supervise more than one (I) apprentice. All apprentices shall be
under the direct supervision of a journeyman working as a crew.
CLASSIFICATION
Air Tool Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Batterboard Setter
Carpenter
Concrete Finisher- Paving
Concrete Finisher -Structures
Concrete Rubber
Electrician
Flagget
Form Builder- Structures
HOURLY RATE
$ 7,554
8,565
8.255
9.371
8.920
9,447
9.345
9.058
7,733
12.761
5.598
8.717
1-30
Bi~liBg Documents
CLASSIFICATION
Truck Driver - Tandem Axle
Semi-Trailer
Truck Driver- Lowboy/float
Truck Driver - Transit Mix
Truck Ddver - Winch
Vibrator Operator
Welder
HOURLY RATE
7.816
9.653
7.507
8.200
7.000
10.459
Bidding Documents
CLASSIFICATION
Front End Loader
Over 2% C.Y.
Hoist - Double Drum
Milling Machine Operator
Mixer (Over 16 C.F.)
Mixer (16 C.F. & Less)
Mixer- Concrete Paving
Motor Grader Operator
Fine Grade
Motor Grader Operator
Pavement Marking Machine
Roller, Steel Wheel Plant-mix
Pavement~
Roller, Steel Wheel Other
Flatwheel or Tamping
Roller, Pneumatic, Self-propelled
Scraper- 17 C.Y. & Less
Scraper - Over 17 C.Y.
Side Boom
Tractor - Crawlet Type 150 HP
& Less
Tractor - Crawler Type Over
150 HP
Tractor- Pneumatic
Traveling Mixer
Trenching Machine Light
Trenching Machine Heavy
Post Hole Driller Operator
Wagon-drill, Boring Machine
Reinforcing Steel Setter Paving
Reinforcing Steel Setter
Structurers
Steel Worker Structural
Sign Erector
Spreader Box Operator
Barricade Servicer
Zone Work
Mounted Sign Installer
Permanent Ground
Truck Driver - Single Axle
Light
Truck Driver - Single Axle
Heavy
HOURLY RATE
9.311
8.917
6.650
9.000
7.913
9.500
10. 346
9.891
6.402
8.339
7.963
7.403
8,138
8.205
7.793
8.448
8.873
7.735
7.615
8.188
12.498
9.000
9.000
9.218
11.548
12.860
11.436
6.988
6.402
6.402
7.465
8.067
+3.440
Bidding Documents
mmam
CLASSIFICATION
Form Liner- Paving & Curb
Form Setter- Paving & Curb
Form Setter- Structures
Laborer- Common
Laborer- Utility
Manhole Builder
Mechanic
Oiler
Servicer
Painter- Structures
Piledriver
Pipelayer ,
Blaster
Asphalt Distributor Operator
Asphalt Paving Machine
Broom or Sweeper Operator
Bulldozer, 150 HP & Less
Bulldozer, Over 150 HP
Concrete Paving Curing Machine
Concrete Paving Finishing Machine
Concrete Paving Form Grader
Concrete Paving Joint Machine
Concrete Paving Joint Sealer
Concrete Paving Float
Concrete Paving Saw
Concrete Paving Spreader
Paving Sub-Grader
Slipform Machine Operator
Crane, Clamshell, Backhoe
Derrick, Dragline, Shovel
Less Than 1 ~ C.Y.
Crane, Clamshell, Backhoe
Derrick, Dragline, Shovel
1% C.Y. & Over
Crusher or Screening Plant
Operator
Form Loader
Foundation Drill Operator
Crawler Mounted
Foundation Drill Operator
Truck Mounted
Front End Loader 2%
C.Y. & Less
HOURLY RATE
8.913
8.686
8.427
6.402
7.461
11.000
10.658
8.698
8.104
10.913
7.500
8.509
11.333
8.404
9.053
7.908
8.703
9.160
8.213
9.453
8.500
9.042
7.350
7.875
9.290
9.750
9.000
9.000
9.513
10.517
9.500
12.000
10.000
11.138
8.823
Bidding Documents
SECTION 1
CONTRACT
DOCUMENTS
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the /~ -{-~ day of '~ ,~ c~ ~ ,~ in the
year 199~ by and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and Durable Specialties. Inc. (hereina/~ 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 traffic signals at the 2"d High School Access
on Denton Tap Road, south of and adjacent to Sonic Drive-In. Work shah include all
components necessary for the "turn key" construction of the 2"d High School Access as
shown in the plans for ST 97-4)4 TR, including but not limited to: mast arms,
signlas/signal heads; poles, controllers and cabinet, conduit, opticore, loop detectors,
pavement markings, pullboxes, etc.
The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
TRAFFIC SIGNAL INSTALLATION
High School Access on Denton Tap Road
ST 97-04 TR
Article 2. ENGINEER.
The Project has been designed by the City of Coppell Engheering Department. Contract
administration will be provided by the City of Coppell Engineering Department who is
hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties
and responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract
Documents.
1-31
Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 225 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 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
One hundred sixty and no/100 dollars ($160.00) 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
$ 97,300.00. The total tangible personal property cost included in the contract sum is
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in
the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 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.
1-32
Contract Documents
5.1.1. Prior to Completion, progress payments will be made in an mount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Ar~de 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 1.3 of the General Provisions, and accepts
the determination set forth in Item SC-1.20 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 1.3 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 Docments with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Contract Documents
1-33
Underground Facilities. No additional examin3tions, 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 1.3,
1.20 and 1.21 of the General Provisions.
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. CONTRACTOR 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 1-31 thru 1-36, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 2-1
thru 2-8).
8.7.
Specifications bearing the rifle: "Construction Specifications and Contract
Documents for Traffic Signal Installation 2~a High School Access on Denton Tap
Road Project ST 97-04 TR for the City of Coppell".
8.8. Drawings enti~ed: "ST 97-04 TR".
8.9. The following listed and numbered addenda:
Contract Documents
1-34
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
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 1.37 and 1.38 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
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 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 (expect 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 parmers, successors, assigns and
legal representatives to the other party hereto, its parreefs, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
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.
Contract Documents
1-35
This Agreement will be effective on
OWNER: City of Coppeli
255 Parkw t~e ard
BY: ~\7~ ~~ ~~"'~
TITLE: )~a~ ~f
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of Engineering/Public Works
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
,"~) a v~ td a r~
CONTRACTOR: Durable Specialties, Inc.
P.O. Box 381788
· ,
ATTEST:
Address for giving notices:
75155 Fi"""""" """"
(If CONTRACTOR is a corporation, attach
evidence of authority to sign. )
1-36
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.
1-37
Contract Documents
C,
D,
General Instructions For Bonds
The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
The name, and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line
opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an
adhesive seal shall be affixed opposite the signature.
If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are parmcrs composing a firm, naming it, and all the members o,f
the firm shall execute the bond as individuals.
The signature of a wimess shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
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.
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.
The date of this bond must not be prior to the date of the contract in connection with
which it is given.
1-38
Cont, act Documents
PERFORMANCE BOND
STATE Or TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That Durable Specialties, Inc.
whose address is P.o. Box 381788, Duncanville, Tx 75116
hereina~er caHed Principal, and American National Fire Insurance Co. , a
corporation organized and existing under the laws of the State of New York , 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 .Ninety Seven Thousand, ·
Three Hundred Dollars and No/100 Cents DOLLARS
($ 97,300.00 ) in l~wful 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 shah 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
12th Of January , A.D. 19 99 , which is made a pan hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Traffic Signal Installation:
High School Access on Denton Tap Road
Project No. ST 97-04 TR
Bid No. Q-0898-01
NOW, TItEREFORE, 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 Benefi~fary, 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 workTn~n.~hip 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
1-39
Contract Documents
costs and damages which Beneficiary may suffer by reason of failure to so perform herein and
shall fully reimburse and repay Beneficiary all outlay and e~eme which the Beneficiary may
incur in making good any default or deficiency, then this obligation shall be void; otherwise, it
shall remain in full force and effect.
PROVIDED IrtJRTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FlIRTHER, 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 shah 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 Article 5160 of Vernon's Annotated
Civil Statutes, 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, Vemon's Annotated Civil Statutes of the
State of Texas.
IN WITNF_SS WItERF. I)F, this insu'ument is executed in Four
each one of which shall be deemed an original, this the 281h day of January
copies,
,19!99.
PRINC AL
ur e ecia nc.
America tional Fir ance
· j
CO ·
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME: Bill Baldwin
ADDRESS: 1201 Kas Drive #B, Richardson, Tx 75081
NOTE: Date of performance Bond must be date of Contract.. If Resident Agent is not corporatio?~ give person's name.
1-40
Contract Documents
New York, New York
Administrative Office: 580 WALNUT STREET · CINCINNATI, OHIO 45202 · 513-369-5000 · FAX 513-723-2740
Fnc number of persons authorized by
this power of attorney is not more than No. 0 ]-5771
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
r' organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
~ persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
" Name Address Limit of Power
.- KRIST/~ PARRISH
This Power of Attorney revokes all previous powers issued in behalf of the attoruey(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be si~ned and
attested hy its appropriate officers and its corporate seal hereunto affixed this 1St day of _May ,19 97
-"' Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON -- ss:
On this 1St day of May, 1997 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the sea]; that it was so affixed by
authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated July 27, 1995.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,,' to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FUR THER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either g~ven for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original siatmture of such ofacer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of American National Fire Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of July 27, 1995 have not been revoked and are now in full force and effect.
Signed and sealed this 12 ~ day of ~-~ , 19 Ff~
S 1030M (8/95)
PAYMENT BOND
STATE OF TEXAS
cotnvrY OF nALLAS
KNOW ALL MF.N BY THESE PRESENTS: Th~ Durable Specialties, Inc.
whose address i.~ P.o. Box 381788, Duncanville, Tx 75116 ,
hereinafier called Principal, and American National Fire Insurance Co. , a
corporation organized and existing under the laws of the Stat~ of New York - , 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 Ninety Seven Thousand,
Three Hundred Dollars and'No/100 Cents DOLLARS
($ 97,000.00 ) in lawful money of the United States, m 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 shah 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 Coppert, dated the 12th of
January , A.D. 19 99 , which is made a pan hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Traffic Signal Installation:
High School Access on Denton Tap Road
Project No. ST 97-04 TR
Bid No. Q-0898-01
NOW, THEREFORE, if the Principal shah well, truly and faith~xlly 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 thi.~ 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
Contract Docuznents
1-41
mmm
to the Work m 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 Article 5160 of Vemon's Annotated
Civil Statutes, 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
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
each one of which shall be deemed an original, this the 28th day of
19 99.
Four copies,
January ,
PRINCIP
B.
Ti~e: ~JF./-,/-
SURETY
aerican National Fire I ance Co.
By: "' ~_/~_~
~. ,
Ti~~
ATTEST: ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME:
Bill Baldwin
ADDRESS:
1201 Kas Drive #B, Richardson, Tx 75081
NOTE: Date o/Performance Bond must be date of Conwact. I/Resident Agent is not a corporation, give a person~
name.
142
Contract Documemts
AIVF, N TIONAL FIRE IN t!RANCE (X)MRMMY ,
New York, New York
Administrative Office: 580 WALNUT STREET · CINCINNATI, OHIO 45202 · 513-369-5000 · FAX 513-723-2740
Fhe number of persons authorized by
this power of attorney is not more than No. 0 15771
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
JACKM. ~ ALLOF ALL
WAYNE A. COBLE ARLINGTON, ~EXAS UNLIMITED
KRISTIN PARRISH
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 1St day of May ,19 97
Attest AMERICAN NATIONAL FIRE I_.NSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON -- ss:
On this 1St day of May, 1997 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by
authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
.. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated July 27, 1995.
RESOLVED: That the D/v/s/on President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,' to prescribe their respective duties and the
respective litnits of their authority; and to revoke any such appointment at any time.
RESOLVED FUR THER: That the Company seal and the signature of any of the ~foresald ofacers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certiacate of either 8~ven for the execution of any bond,
undertaking, contract or suretyship, or other wHIten obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such ofacer and the original seal of the Company, to be valid and bindin8 upon the Company with the
same force and effect as though manually aFt~xed.
CERTIFICATION
I, RONALD C. H AYES, Assistant Secretary of American National Fire Insurance Company, do hereby certify that the foregoing Power of
,19
$1030M {8/95)
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE P~S: THAT
Inc,
and American National Fire Insurance Co.
under the laws of New York
do hereby expressly acknowledge themselves to be
City of Coppell , a Municipal
Forty Eight Thousand, Six Hundred Fifty ..-'-
No Cenm' ($ 48,650.00
Durable Specialties,
as Prhlcipal,
, a corporation organiT. ed
, as sureties,
held and bound to pay unto the
Corporation, Texas, the sum of
Dollars and
) , for the payment of which sum
will and truly be made unto said City Of Coppell , and im successors, said
principal and sureties do hereby bind themselves, thek assigns and successors joinfly and
severally.
THIS obligation is conditioned;
Durable Specialties, Inc.
has this day entered into a
City of Coppell
Traffic Signals
which contract
mentioned, adopted by the
and the
City of Coppell
however, that whereas, the said
written contract with the said
to build and construct
plans and specifications therein
are hereby expressly made a part
thereof as through the same were written and embodied herein.
WHEREAS, under the plan.% 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 pan of said improvements that should
be occasioned by settlement of foundation, defective workmanship or materials furnished in the
construction or any pan 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 agaln,~t 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 shah 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
1-43
Contract Documents
maintain and repair said work, then these presents shall have full force and effect, and said
City Of Coppell shall have and receive from the said Contractor and its' _principal
and sureties damages in the premises, as provided; and it is further agreed that this Obligation
shah 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 shah have been exhausted;
and it is further understood that the obligation herein to maintain said work shall continue
throughout said maintenance period, and the same shall not be changed, diminished or in any
manner affected from any cause during said time.
IN BrITNF~S V/HERF_X}F, the said Durable Specialties, Inc..- h~
caused these presenm to be executed by
and the said American National Fire Insurance Co. has caused these presents
be executed by im Auomey ~n fact and the said Attorney ~n fact
Jack M. Crowley , has hereunto set his hand, the 28th day of
January , 19 99
Pul~raC[P ecia tie nc.
Title: _ _
SURETY
itl~torney_In_Fa~t
Co.
WITNESS: ATTEST:
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
1-44
Contract Documents
C' C'
AIVE NATIONN, RRE INSUIMNC
New York, New York
"'- Administrative Office: 580 WALNUT STREET, CINCINNATI, OHIO 45202 · 513-369-5000 · FAX 513-723-2740
l'he number of persons authorized by
this power of attorney is not more than No. 0 15771
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
d"~W[~<M. ~ _AT.T. OF
WAYNEA. COBLE ARIZlqG'KI~, TEXAS UNIalMITED
KRISTIN PARRISH
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 1St day of -May ,19 97
Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON -- as:
On this 1St day of May, 1997 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by
authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated July 27, 1995.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereoF,' to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FUR THER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be alHxed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obh~ration in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of American National Fire Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors ly 27, 1995 have not been revoked and are now in full force and effect.
Signed and sealed this day of , I
S 1030M (8/95)
SECTION 2
STANDARD SPECIFICATIONS
SIIPPL~NTARY
CONDITIONS
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNM'ENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS
OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH
CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS
COUNCIL OF GOVERNMENTS 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.
ITEM 1.0 ~ DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 478, 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. after 5:00 p.m., all weekends and holidays are subject to overtime.
Overtime request must be made in writing and approved by the City of Coppell. Seventy-two
hours notice required. All overtime incurred by the City for inspection services shall be paid by
the Contractor. If not paid, such cost may be deducted from partial payments.
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 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
2-2
Standard Specifications
Supplementary Conditiom
ITEM 1.16- NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
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 1.22.5, 1.28 and
1.51.1, 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 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "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."
ITEM 1.20 -CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon
the following reports of explorations and tests of subsurface conditions at the site of the work: No
geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5
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
2-3
Standard Specifications
Supplementary Conditions
] ! T m
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.
If it is necessary to change or move the property of any owner or of a public utility,
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public utility to enter upon the
limits of the project for the purpose of making such changes or repairs of their property
that may be made necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence:
"If requested by Owner, Engineer or Contractor".
ITEM 1.2,4 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACFOR'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 shaH, 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 be 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
24
Standard Specifications
Supplementary Conditions
! [ · 7 ....
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 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6
If OWNER reqfiests 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-1.26.7
Add the following new item:
1.26.7
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
sanle.
ITEM 1.27- MATERIALS AND WORKMANSHIP: WARRANTIF_8 AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
2-5
Standard Specifications
Supplementary Conditions
ITEM 1.32 - WORKING AREA: COORDINATION WITH OTHER CONTRACTORS: FINAL
CLEANUP
SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shill be provided by the CONTRACTOR. Vertical control has
been established as shown on the construction plans. Horizontal control can be established from
existing inlets, street intersections or other utilities indicated on the construction plans. 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 professes to verify lines and
grades established by the Contractor to determine the conformance of the completed WOrk as it
professes 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 the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS: OBLIGATION TO COOPERATE
SC-1.33
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 1.36; 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 1.33:
"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 1.36."
ITEM 1.36 - DELAYS: EXTENSION OF TIME: LIOUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time
shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of time can not be made up by revising the sequence of the work of
the project."
2-6
Standard Specifications
Supplementary Conditions
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following ~except as
provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 1.42 - INSPECTION AND TEST
SC-1.42
1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the
following "direction of the Owner and expense of the Contractor".
Amend the last paragraph, first sentence by changing "Contractor" to "Owner".
ITEM 1.49 - OWNER'S. EMPLOYEES OR AGENTS
SC-1.49-2
Rephce Item 1.49.2 with the following new paragraph:
1.49.2 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
indirec~y, 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 mounts 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.
2-7
Standard Specifications
Supplementary Conditions
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXF_S
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
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 cliarges for materials from charges for labor. Under such a contract, the
contractor becomes a "seller" of those materials which are incorporated into the project,
such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in
lieu of paying the sales tax at the time such items are purchased. The contractor then
receives an exemption certificate from the city for those materials. (This procedure may
not be used, however, for materials which do not become a part of the finished product.
For example, equipment rentals, form materials, etc. are not considered as becoming
"incorporated" into the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure
in sales tax for materials which are to be incorporated into the project. The successful
bidder's bid form will be used to develop the "separated contract" and will determine the
extent of the tax exemption. Upon execution of the construction contract, the contractor
shall furnish a breakdown (per item) of 1 ) materials incorporated into the project; and 2)
labor, equipment, supervision and materials not incorporated into the project.
2-8
Siandard Specifications
Supplernemary Conditions
l' 1" ! r r
SECTION 2
SPECIAL PROVISION TO
STANDARD SPECIFICATIONS
SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
These Special Provisions, modify, or supplement the Standard Construction Specifications
of the North Central Texas Standard Specifications. All provisions which are not so modified or
supplemented remain in full force and effect, except payment shall be as established in Section 1
entitled "Proposal and Bid Schedule".
PART II: MATERIALS- DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B " and "C "
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets:
Insert the following paragraph at the beginning of this subsection: "All trench backfill
shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6. RIP RAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Rip rap. Add the sentence: Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General: Amend the first sentence, by striking the words "requirements
for earth bedding" and replace with "recommendations of the pipe manufacturer, and
shall be approved by the Engineer".
Co)
paragraph:
Engineer."
Earth Bedding: Add the following sentence at the beginning of this
"Earth bedding will not be permitted without written approval of the
2-10 Special Provisions
: u[ ! l'i
ITEM 2.2.2. CHEMICAL ADMIXTURES:
(d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Hy
Ash as an admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
PART HI DIVISION 3-SITE PREPARATION
ITEM 3.1.2. CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection
shall be 2 inch by 4 hlch wood railing unless otherwise shown on the Plans or directed by
the Engineer.
ITEM 3.7.3. DENSITY:
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 Demity 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."
PART IV: DMSION 4- SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent
of the maximum dry density of such material." and replace with the words "95 per~nt of
the maximum dry density of such material, or as directed by Engineer.
PART V: DIVISION 5- PAVEMENT AND SURFACE COURSES
ITEM 5.8.2. CONSTRUCTION METHODS
(e) Joints
(1) Expansion Joints: Delete the first paragraph and 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
2-11 Sinctal Provisions
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.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed
by the Engineer".
(2) Contraction Joints. Delete the first sentence of the first paragraph and
insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 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."
Finishing.
(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."
(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."
PART VI: DIVISION 6- UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
(b) Compaction.
(2) 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."
2-12 Special Provisions
SECTION 3
SPECIFIC PROJECT
REQUIREMENTS
SPECIFIC PROJECT REOUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Texas
Council of Governments (C.O.G.). 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 thi.q project. Additional amendments to the C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for
Construction. In the event that an item is not covered in the Project Drawings 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.
A.S.T.M.
A.A.S.H.T.O.
A.C.I.
A.W.S.
A.W.W.A.
S.S.P.C.
U.L.
N.E.M.A.
W.P.C.F.
TX.DOT
C.D.G..S.
S.S.P.W.C.N.C.T.
American Standards Association
American Society of Testing Materials
American Association of State Highway
& Transportation Officials
American Concrete Institute
American Welding Society
American Water Works Association
Steel Structures Painting Council, Federal
Specifications Treasury DeparUnent
Underwriters Laboratories
National Electrical Manufacturers Association
Water Pollution Control Federation
Texas Department of Transportation
City of Dallas General Specifications
Standard Specifications for Public Works
Construction North Central Texas
3-2
Specific Projea Requinments
m
SECTION 3- SPECIFIC PROJECT REOI.IREMENTS
1.1
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell,
P.O. Box 478, Coppell, Texas 57019.
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
CITY OF COPPELL: All improvements described in this Proposal and Construction
Drawings shall be done in accordance with the Project Drawings and Specifications. In
the event that an item is not covered in the ~oject Drawings and Specifications, then the
Standard Specifications for Construction for the City of Coppell, Texas 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 property owners and the Contractor assumes all liability.
1.5
PROJECT DESCRIPTION: This work shall consist of the installation of traffic signals
at Belt Line Road at Lakeshore Drive. The work shall include all components necessary
for the "turn key" installation of the traffic signals, including but not limited to: mast
arms, signals/signal heads, poles, controllers and cabinet, conduit, opticore, loop
detectors, pavement markings, pullboxes, etc.
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, roles, 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.
Specific Project Requirements
.......... I[" ! [ ....
mm
1.8
1.9
1.10
1.11
1.12
1.13
SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by
the owner as shown on the plans. The Contractor shall be responsible for layout and
staking of all grades and lines for construction. The Contractor shall preserve all stakes
or markings until authorized by the Engineer to remove same. The Contractor shall bear
the cost of the re-establishing any control or construction stakes destroyed by either him
or a third party and shall assume the entire expense of rectifying work improperly
constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall
be considered incidental to the project and payments made under specific Pay Items shall
be considered as full compensation for these requirements.
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.
TESTING LABORATORY SERVICE: The Contractor shall make arrangements with
an independent laboratory acceptable to the owner for all backffil compaction, concrete
and other testing as required by the construction plans and standard specifications. The
Contractor shall bear all related costs of tests, inspections or approvals. 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. Two copies shall be provided to the Owner
of all reports and laboratory test results. No separate payment shall be made to the
Contractor for the cost of geotechnical testing services which shall be considered
incidental to the project.
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 shah 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 shah not exceed $5,000.
PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees on the property that obstruct the installation of the improvements as
ou~ined in this project. Penalty for destruction of a tree without permission shall be
$500.00 each payable to the Owner. If damage is continuous, tree guards shall be erected
when so directed by the Engineer at the Contractor' s expense.
3-4 Specific Project Requirements
1.14
1.15
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.
WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law and the
Texas Manual on Uniform Traffic Control Devices (TMUTCD) to protect persons and
property while said lirsons or property are approaching, leaving or within the work site
or any area adjacent to said work site. No separate compensation will be paid to the
Contractor for the installation or maintenance of any warning devices, barricades, lights,
signs or any other precautionary measures required 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. The Contractor's responsibility 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
3-5 Spectfic Project Requirements
1.16
1.17
1.18
1.19
found 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.
EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
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.
After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
Where the locations of existing underground and surface utilities and structures
are indicated, these locations are generally approximate, and all items which 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.
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 settle in total cost of all damage suits which may
arise as a result of this operations.
To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
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.
CLEANUP:
During Construction. The contractor shall at all times keep the job site as free
from all material, debris and rubbish as is practicable and shall remove same from
any portion of the job site when it becomes objectionable or interferes with the
progress of the project.
Sptci. flt Project Rtquirtmtnts
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.
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 perform~.ce.
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the construction
shall be removed from the property. Any required burning and disposal permits shall be
the sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the
job site and disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction,
including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or
jetting. The Contractor shall provide water as required at his own expense.
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.
Specific Projea Requirtments
SHOP DRAWINGS. PRODUCT DATA AND SAMPLES
1.1 GENERAL:
As
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:
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.
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.
No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained.
1.3 PRODUCT DATA:
Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
Manufacturers standard schematic drawing sand diagrams:
1. Modify drawings and diagrams to delete information which 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 RES~NS~ITIES:
A. Review Shop Drawings and Product Data prior to submission.
Determine and verify:
1. Field measurements.
2. Field construction criteria.
Sl~cifw Projtct Re~irtments
Catalog numbers and similar dam.
Conformance with specifications.
1.6
Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work which requires submittals until return of submittals with
Engineer's review.
Keep one (1) approved copy of shop drawings or product data at job site at all
times.
SUBMISSION REQLYIREMENTS:
Make submittals promptly and in such sequence as to came no delay in the work
or in the work of any other contractor.
Number of submittals required:
1. For shop drawings and product data: Submit the number of copies which
the contractor requires, plus four which will be retained by the Engineer.
Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project rifle.
3. The names of:
a. Contractor
b. Supplier
c. Manufacturer
Identification of the product.
Field dimensions, clearly identified as such.
Relation to adjacent or critical features of the work or materials.
Applicable standards, such as ASTM or Federal Specification numbers.
Identification of deviations from Contract Documents.
Identification of revisions on resubmittals.
Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of products, field measurements and field construction criteria,
and a\coordinarion 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.
5.
6.
7.
8.
9.
10.
Sp~dfie Proj, a Requinm, nts
1.8
D. REVIEW:
Shop drawing and product data information review will be general. Such
review will not relive the contractor of any responsibility and work
required by the Contract.
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.
Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
RESUBMISSION RF~UIREMENTS:
Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes which have been made other than those requested by
the Engineer.
ENGINEER 'S RESPONSIBILITIES:
Review submittals with reasonable prompmess.
Affix stamp and initials or signature, and indicate requirements for resubmittal, or
acceptance of submittal.
Return submittals to Contractor for distribution, or for resubmission.
3-10
Sl~ciflc Project Requirements
SECTION 4
GENERAL NOTES &
SPECIFICATIONS
GENERAL NOTES AND SPECIFICATION DATA
General
Texas State Law, Article 1436C, makes unlawful the operation of equipment or machines
within 10 feet of any overhead electrical line unless danger against contact with high
voltage overhead lines has been effectively guarded against pursuant to the provisions of
the article. When construction operations require working near an overhead electrical
line, the contractor shall contact the owner/operator of the overhead electrical line to
make adequate arrangements and to take necessary safety precautions to ensure that all
laws, electrical line owner/operator requirements, and standard indnstry safety practices
are met.
The construction, operation and maintenance of this proposed project will be consistent
with the state implementation plan as prepared by the Texas Air Control Board.
The construction of this traffic signal and all appurtenances and devices shall conform to
the City of Coppell Construction Standards and TxDOT Dallas District 18 Standard Plans
relating to traffic control signal device installation and construction.
Conduit
The Contractor shall secure permission from the proper authority and the approval of the
engineer before cutting into or removing any walks or curbs, which might be required in
making the installation.
When conduit is laid in a trench, the minimum depth as measured to the top of the conduit
shall be 18 inches.
The location of conductor, conduit and ground boxes are diagrammatic only and may be
shifted by the Engineer to accommodate field conditions.
Where a trench is cut through the surfaced parking shoulder, median or driveways for
laying conduit, the base and surfacing shah be replaced with similar materials equal in
appearance and quality to the original construction. Replacing base and surface will not
be paid for directly, but will be considered subsidiary to the work being performed.
Conduit shall be placed under existing pavement by an approved jacking or boring
method unless otherwise directed by the Engineer. Pits for jacking or boring shall not be
closer than 2 feet from the edge of the pavement unless otherwise directed by the
Engineer. Water jetting will not be permitted.
4-2 G~n~ral Nott$ &
Specifications
When boring is used for under pavement conduit installations, maximum allowable
overcut shall be 1" in diameter.
All proposed conduit shall be placed by the open trench method below the proposed
subgrade, unless otherwise indicated in the plans. If the contractor fails to place the
conduit as proposed, then he can choose other methods such as boring or open curing
new pavement as approved by the Engineer, and at no additional cost to the City.
The Contractor shall install a non-metallic pull rope if conduit runs in excess of 50 feet.
When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 inches
as measured from the intended target point.
The saw cut trench detail shown in the plans for installation of conduit under existing
pavement shall only be used at locations where conduit cannot be jacked or bored. The
use of the saw cut trench shall only be made at locations approved by the Engineer.
The use of a pneumatically driven device for punching holes beneath pavement
(commonly known as a "missile") will not be permitted on this project.
For conduit runs in excess of 250', the contractor may install ground boxes at his own
expense, at the direction of the engineer, for use in pulling cable.
When holes are required to be drilled through concrete structures at headwalls, etc., a
coring device shall be used. Masonry or concrete drills shall be prohibited.
A cleaner-primer shall be used on all PVC to PVC joints before application of PVC
cement.
Structurally mounted junction boxes will be as detailed in the plans and approved by the
Engineer in the field. These boxes will not be paid for directly but will be considered
subsidiary to this item.
Conduit placed under the railroad tracks shall maintain a minimum depth of 42" below
the bottom of the ties.
Conduit installed for future use shall have non-metallic pull ropes installed and shall be
capped using standard weather tight conduit caps, as approved by the Engineer. This
work shall not be paid for directly but shall be considered subsidiary to this item.
All underground conduit bends 45 degrees or more in PVC conduit systems, including
bends into ground boxes, shall be made with PVC coated rigid metal conduit. Where the
4-~ Central Notes &
Specifications
rigid metal conduit is exposed at any point and where rigid metal conduit extends into
ground boxes the metal conduit shall be bonded to the grounding conductor with
grounding type bushings or by other UL listed grounding connectors approved by the
Engineer. Rigid metal bends shall not be paid separately, but shall be incidental to the
PVC conduit system.
Ground Box (Pull Box)
Ground box (pull box) dimensions shall be as detailed in the plans. Construction of the
box shall be polymer concrete reinforced by heavy-weave fiberglass. Polymer concrete
shall consist of an aggregate (sand and gravel) bound together with a monomer (resin) and
then polymerized (hardened).
All boxes shall be eresigned to meet the American Association of State Highway and
Transportation Officials (AASHTO) Standard Specification for I-I20 loading.
All covers shall be hot dipped galvanized and shall be marked with the words "Tram
Traffic Signal". All covers shall have provisions for securely attaching to the box.
Submittal literature shall be provided prior to installation.
Installation of Traffic Signals
This project shall consist of furnishing and installing all materials and equipment
necessary for the complete traffic signal installation at the proposed location. These
installations consist of the following items:
Furnishing and placing all concrete and steel for controller and signal pole
foundations.
Furnishing and installing all steel signal pole assemblies, anchor bolts, and
foundations.
3. Furnishing and installing all signal equipment including controller cabinet,
controller, signal heads, detector units, conductors, service pole, and
miscellaneous equipment.
4. Furnishing and installing all signal lamps in accordance with the latest ITE
standards.
5. Funtishing and installing all signs for mounting on signal poles and mast arms.
The Contractor shall locate all utilities, both underground and aboveground in the
project area prior to beginning work so that conflicts are avoided. Work near
4-4 General Notes &
Specifications
electrical utilities that would impose a potentially baT~rdous electrical shock shall
be closely coordinated with the utility. The Contractor shall obtain copies of all
procedures from the utility regarding construction work in the area of the electric
uffiity lines and maintain contact with the electric utility during construction of this
project. The Contractor will be responsible for verifying the location of any water
or sanitary sewer line in conflict with the project. The Contractor shall notify
City of Coppell Water Utilities to receive locations.
Submittal literature shall be provided for all traffic signal equipment prior to
installation.
The Contractor shall have a qualified technician on the project site to place the
traffic signals in operation.
During the thirty day test period, the Contractor shall utilize qualified personnel to
respond to all trouble calls and to repair any malfunctions to new control
equipment. A local telephone number (not subject to frequent changes) where
trouble calls are to be received on a 24-hour basis shall be provided to the
Engineer by the Contractor. The Contractor's response to reported calls shall be
within a reasonable travel time from an area address, but not more than two (2)
hours maximum. Appropriate repairs shall be made within 24 hours. The
Contractor shall notify the Engineer of each trouble call. The error log in the
conflict monitor shall not be cleared during the thirty day test period without the
approval of the Engineer.
10. The Contractor shall place duct seal at the ends of all conduit on this project.
11.
The existing stop signs, as shown on the plans, shall be removed and returned to
the City after the traffic signals are in operation.
12.
The Contractor shall install the opticom equipment which is furnished by the
Contractor.
No extra compensation will be allowed for fulfilling the requirements stated above.
Detector Amplifier Cabinet
The detector termination panel installed in this cabinet shall meet the requirements of fully
actuated solid state traffic signal controller specification.
4-5 General Notes &
Specifications
Vehicle and Pedestrian Signal Heads
The signal head-to-mast arm connection must allow for adjustment about the horizontal
and vertical axis.
Traffic signal heads and hardware for this project shall be black with black polycarbonate
backplates.
For this project a pedestrian signal head assembly having a one piece reflector assembly
and a flush, "eggcrated" or 'Z" pattern visor wffi be required.
Signal lenses shall be glass.
Traffic signal lamps shall be 135 watt and pedestrian signal lamps shall be 69 watt.
All signal heads shall be covered with burlap until placed into operation. Light bulbs for
signal faces shall be furnished by the Contractor.
Signal heads mounted on poles and mast arms shall be level and plumb and aimed as
directed by the Engineer.
The Contractor shall provide necessary mounting hardware to insure proper mounting of
all signal heads.
All signal head attachments shall be designed such that the wiring to each signal head
shall pass from the mast arm through the signal head bracing or attachment hardware to
the signal head. No exposed cable or wiring will be permitted.
Sign Removal
Remove sign mount and foundation completely without damage to the sign or pole.' The
Contractor must notify the City for pick-up of the sign and/or pole.
Digital Loop Vehicle Detector
This project requires that several loops in the street share the same ground box for
connections to the loop lead-in cable. One or more loops that are to be connected to the
same detector unit may share the same saw cut from the street to the ground box. The
lead-in saw cuts from the street to the ground box (for loops that have separate deteGtor
units) shall maintain a minimum separation from other loops of 12 inches and a minimum
separation of 6 inches from other lead-in saw cuts.
4-6 Gtntral Notes &
The loop conductor from the loop in the street to the ground box shall be tightly turned a
minimum of 5 turns per 'foot as it is placed in the lead-in saw cut.
Ground shields are required on the detector lead-in cable at the controller only.
Detector lead-in cables shall be run continuously without splices from the curbside ground
box to the controller where possible. If splices must be made, they should be made in a
pole base, if possible. Splices shall be solder connected (including the ground wire) and
the splice connection shall be insulated with thermo-setting materials. Splices at the curb
side ground boxes shall also be made in the same manner. All splices must be approved
by the Engineer.
Detector lead-in cables shall be identified as shown in the plans (Phase 1 C&E, etc.) with
permanent marking l/~bels (Panduit Type PLM or Thomas & Betts Type 548M standard
single marker tie or equivalent) at each ground box, pole base, and controller.
Installation of the loop detectors shall be made during off-peak traffic periods.
Traffic Signal Cable
The Type C Cable for loop detector lead-in shall be No 18 AWG wire.
The conductors in the traffic signal cable shall be stranded for this project. Individual
conductors shall be No. 12 AWG.
A separate multi-conductor cable (16 AWG) shall be used inside the signal pole from the
terminal strip to each signal head as follows.:
HEAD TYPE CONDUCTOR SIZE
H3 5 CNDR
H5 LT 7 CNDR
143 C 5 CNDR (2 ca)
152 A 5 CNDR
Each cable shall be identified as shown in the plans (Cable 1, etc.) with permanent
marking labels (Panduit Type PLM standard single marker tie, or Thomas & Betts Type
548M or equivalent) at each ground box, pole base and controller.
Steel Mast Arm and Steel Strain Pole Assemblies
The multi-conductor signal cable shown in the plans shall be terminated on the terminal
strip in the hand hole. Conductors to the signal heads from the pole base shall be
4-7 Gtneral Notes &
~' III ! F'
multi-conductor signal cable. Splices in the conductors from the terminal strip at the hand
hole to the signal heads will not be permitted in the pole shaft or in the mast arm.
All pole shafts and mast arms for this project shall be marked with the idSnti~cation
numbers from the layout sheets in the plans to facilitate assembly of these items in the
field. The identification numbers shall be marked on the pole shafts and mast arms prior
to shipment from the fabricator. For projects with multiple intersections, the pole shafts
and mast arms shall be identified by intersection.
Foundations for signal poles shall be located as shown on plans.
Terminal strips in the signal pole access compartment shall be 12 circuit Buchanan Type
112SN, Kulka Type 985-GP-12 or equivalent. When more than 12 circuits are required,
additional terminal strips of 8 circuits each shall be added.
The contractor shall probe before drilling foundations to determine the location of utilities
and structures. Foundations shall be paid for once regardless of extra work caused by
obstructions.
Anchor bolts for mast arm signal poles shall be set so that two are in tension and two are
in compression.
Poles shall be set a minimum of 5 feet from any overhead power line. The poles will
require nuts on top and bottom (doublenuts) of the base plate.
The traffic signal pole heights and mast arm lengths shown in the plans and in the
material summary are to be used for bidding purposes only. Prior to fabrication, the
contractor in cooperation with the engineer, shall make field measurements to determine
the actual pole height necessary to insure a vertical clearance of 17 feet minimum, 19 feet
maximum from the roadway surface to the bottom of the lowest point on the signal head
assembly or mast arm and to determine the mast arm lengths required to mount the traffic
signal heads over the center line of the traffic lanes. The mast ann shall be straight and
level in the span area where the signal heads are attached. These field measurements and
elevations shall be determined from the actual field location of the pole foundations,
considering all aboveground and underground utilities and the existing roadway elevations
and lane widths.
All signal head attachments shall be designed such that the wiring to each signal head
shall pass from the mast arm through the signal head bracing or attachment hardware to
the signal head. No exposed cable or wiring will be permitted.
4..8 General Notes &
..gtafleaaons
The signal head to mast arm connection must allow for adjusUnent about the horizontal
axis.
A seven day curing period shall be required on concrete for traffic signal pole foundations
before poles are placed. Also, a 3/4 inch chamfer shall be formed on the top edge of each
foundation.
All steel mast arms ranging from 28 feet to 48 feet in length shall be provided with
vibration dampers. Dampers shall be installed using astro-sign brac or signfix aluminum
channel or equal, a maximum of 3 feet from the end of the mast arm.
All steel strain poles shall be provided with 3 pipe plugs for wiring access.
Upload/Download Device
In an attempt to standardize the laptops purchased by the City of Coppell, the City is
requiring the low bidder to provide a Think Pad 385XD-LEU with the features listed
below. Any deviation from this requirement by either a different manufacturer or
different features will require prior approval by the City of Coppell. In addition to the
features listed below, the laptop shall have minimum memory capacity in excess of being
able to store up to 32 complete traffic signal programs and shall include one (1) licensed
copy of the traffic signal optimization software, Synchro Ver. 3.0 Professional to use in
development of the timing. The estimated cost of Synchro is $1,495 per license
The New ThinkPad 385XD-LEU features :
233 Mhz Intel Pentium Processor with MMX '/
12. 1" TFT Aaive Matrix Display ~
32MB EDO memory (max. 96MB)/512KB Cache
3.2 GB Hard Drive ~
24X Max CD-ROM~
56K PCMCIA Modern with X-Jack
Sound Blaster Pro-~tereo
I i-Ion Battery
ThinkPad 385 Port Replicator
Windows 98
Various software applications
71bs (includes battery)
Full-actuated, Solid State Traffic Signal Controller
The City of Coppell is currently proposing to install a closed-loop signal system. along
Denton Tap Road/Belt Line Road with plans for future expan.~ion to other locations
4-9 Genital NoUs &
illillI '
within the City. Therefore, it is critical that new control equipment be compatible with
the proposed system, Traconex Multisonics OSAM 32 system. The local controllers for
this capable of interfacing with the OSAM 32 On-street Arterial Master and the latest
version of the OSAM 32 software package.
Submittal literature shall be provided prior to installation on all traffic control equipment.
Controller Timers
The controller timers for this project shall be keyboard entry timers meeting the following
criteria:
The display and timing parameters shall be arranged in logical menu groups that
are accessibl~ with discrete, single-key entries by the user.
The controller timer shall utilize a non-volatile EEPROM for data retention that
requires no battery backup.
c. All display shall be graphically or alphanumeric.
de
The controller timer shall be capable of providing railroad preemption and 4
channels of emergency vehicle preemption.
The minimum number of characters for the display shall be 7 per ring for a total
of 14 for an 8 phase controller.
The controller shall have an internal time base coordinator having the following
operational modes:
Time base coordination at the local intersection level.
Master controller in a hardwire system.
Secondary controller in a hardwire system.
Secondary controller in an on-street master (closed loop) system.
These modes shall be operator selectable through the keyboard or by a dip switch. The
mode selection scheme should be designed such that in addition to the aforementioned
features, a controller operating in the secondary mode in a hardwire system shall
automatically revert to internal time base mode should a failure occur in the interconnect
line through which the secondary controller receives its dial commands.
The following features shall be individually selectable for a minimum of 16 coordination
and 4 free mode operation plans:
4-10 General Notes &
e,
Last car passage, which shall be selectable on a per phase basis. The last car
passage and subsequent rest intervals shall not be resetable or extendable by
additional vehicle actuations, except in dual ring applications where simultaneous
gap is also active and the other ring has not yet reached last car passage.
Conditional re-service operation for left turn phases during "free" operation, and
the comparable ability to bring up any left turn movement twice per cycle, both
"leading" and "lagging" when in coordination.
"Soft Recall" selectable for each phase, or preferably, the equivalent ability to
designate each phase as a "no rest" phase.
The ability to select any phase as a "no skip" phase, whereby that phase would
always be se/'viced at its appropriate point in the sequential rotation despite the
absence of any true call or recall thereon.
Two sequences for fire or railroad preempt operation.
Suitable means shall be provided so that all phase timing and operational
parameters may be bulk initialized to appropriate values as a convenience for
bench test and new signal turn-on work.
Max 11 for each phase, with both a separate external select input for each ring,
and the ability to individually select Max 11 for each phase from within the
internal time base coordination clock.
All controller units shall be provided complete with the ability to drive
protective/permissive left turn overlap signal displays for use in applications where
overlap outputs control the circular red, amber, and green displays of five-section
permissive left turn signal heads. The ability to select such overlaps to operate as
continuously red except during the green and amber arrow intervals of their
corresponding left turn phase (during which intervals all overlap indications shall be dark)
shall also be provided. These overlap displays shall be keyboard programmable on a per
sequence plan basis.
The controller shall have the ability to insert any additional barrier partition by keybeard
entry on a per plan basis in order to achieve desired time of day phase sequence
modifications. An example application appears below:
Off PEAK SEOUENCE (50)
1 2 4
5 6 8
4-11 General Notes &
Specifications
Both side street through movements time concurrently - phases 3 & 7 are omitted and their
left turn detector inputs are reassigned to phases 8 & 4, respectively.
CORRESPONDING PEAK HOUR SEQUENCE
fSPLIT WITH ONE SIDE REPEATED)
1 2 4 3 4
5 6 7 8 7
Additional barriers inserted by keyboard entry for this plan.
For each operational plan, whether free or coordinated, it shah be possible, by keyboard
entry, to associate each of the required 16 vehicle detector call inputs as modified by their
required internal delay and stretch (extension) timers to be associated with any one or more
of the vehicle phases. The required internal detector call delay timer for each of the 16
detector inputs shall be internally inhibited or bypassed by the "on" condition of one or
more phases as selected from the keyboard on a per plan basis.
A total of eight (8) ove~aps shall be provided and assigned as follows:
a. Overlaps A through D - standard overlaps for special display left turns.
b. Overlaps E through H - additional overlaps available on output pins
provided by otherwise unused pedestrian load switch positions or other
appropriate arrangement as approved by the engineer.
Coordination R~uirements
Each controller shall be delivered with a four (4) cycle, four (4) split, and three (3) offset
time base coordinator contained internally within the timer unit, and be delivered complete
with all related attxlliary harness(es) wired into the cabinet, ready for operation.
Overlaps shall be keyboard programmable or programmed through an interchangeable
plug-in printed circuit board assembly.
The coordination program provided in these timers shall include the following features:
a,
Cycle length adjustable at least from 30 to 255 seconds, with timing and
offset adjustments either in seconds or percent of cycle.
4-12 General Notes &
Ce
do
es
The ability to associate the sequence of each of the four (4) left turn phases
separately for each dial and split from the keyboard to be:
2.
3.
4.
Normal "leading" sequence (preceding the opposing thru phase);
"Trailing" sequence (following the opposing thru phase);
To occur twice per cycle, both "leading" and "trailing";
To be omitted during a particular dial and split, with the calls from
its detector input being internally switched to the compatible thru
phase in the other ring when and only when the left turn phase is
being omitted.
The ability to associate the desired type(s) of left turn operation with each
dial and split combination from the keyboard shall be available for both
internall time base and external conventional hard wire system operation.
The program shall also include the capability to select these functions for
"free" operation. For each controller phase there shall be two (2) force-off
points provided and available for use in each coordination cycle, such that
left turn phases on both streets may be brought up twice per cycle (both
"leading" and "trailing") or such that the main and side street phases may be
brought up and forced off twice per background cycle.
The coordination program shall feature automatic calculation and
implementation of the maximum width of the "permissive" period during
which late side street calls may still be serviced within any given
background cycle. Where time remaining in the background cycle permits,
the coordinator program shall allow the side street phases to be re-serviced
more than once in a given coordination cycle.
The coordinator program shall internally provide all appropriate provisions
for operation of the call to non-actuated, maximum inhibit, and pedestrian
recycle functions on a per dial and split basis during coordination control,
both by the internal TBC and when operating as a hard wire secondary.
This design shall include activation of the pedestrian recycle function at
appropriate points in the background cycle.
The internal time base coordination event clock shall be capable of calling
up free, Max 2 and MUTCD flash as keyboard programmed.
The scheduled night flash shall be generated either internal or external to the
timer, and blink the load switch driver inputs independently of the cabinet
(conflict monitor) flash circuitry. It shall be possible to front-panel or
switch program any nonconflicting arrangement of amber or red flashing
movements and to program exclusive left mm and pedestrian indications to
be dark during scheduled flash operation.
4-13 Gen~rd Nol~s &
I ' II T [ ' !
All coordination inputs and outputs shall be provided through the MSD
connector. The following functions shall be provided:
Cycle 2 input & output
Cycle 3 input & output
Offset 1 input & output
Offset 2 input & output
Offset 3 input & output
Split 2 input & output
Split 3 input & output
System input & output
Flash input & output
Free input (to select internal communications)
'Master/secondary input
For secondary controllers, each input shall be used to receive system information. Each
input shall come into the cabinet as a 1 20VAC tree input. It shall then be fused at 1 AMP
and connected to a 1 20VAC isolation relay. The coil of each rehy shall be electrically
suppressed. The output of the relay shall be a logic ground signal that connects to the
MSD connector.
For master controllers,each out put shall be used to transmit system information. Each
output from the MSD connector shall be connected to the coil of a 24VDC relay. The coil
of each relay shall be electrically suppressed. The output of the rehy shall be a 1 20VAC
tree signal. Each relay output shall be individually fused at 3 AMPS and be loaded to NX1
15 with 1.5 IJF 250V capacitors.
Opticom System Requirements
Each controller/cabinet assembly shall be equipped with the necessary 3M Opticom System
components to allow emergency vehicle detection on each approach. 0pticom system
components shall include all mounting brackets, cabinet wiring, card racks, Model 262
Discriminator Modules, preempt modules, and all other materials and labor needed to
provide a fully operational Opticom system. Payment for the Opticore system will be
considered subsidiary to the controller installation. Payment for the Opticore cable (3
Conductor//20 AWG) and Model 205 Optical Detectors will be as specified in the bid item
list.
Conflict Monitor
The conflict monitor for this project shall provide separate indicators for red, yellow,
green, and pedestrian walk for each channel. It shall be a programmable LED type safety
monitor test documentation will be required.
4-14 General lVotts &
']" 'It !'['
mma
Documentation
The contractor shall provide a cabinet wiring diagram for each cabinet installation, specific
to the intersection to which it applies. The diagram shall include signal head and detector
numbers and other appropriate specifics concerning the intersection. Cable identification
numbers shah be included in the diagram. AH field wiring and service entrance
connections shall be shown and identified. Every harness wire termination in the cabinet
shah be documented on the diagram(s). It shall be the contractor's responsibility to provide
updated diagrams and drawings, if any wiring changes are made or cliserepancies
discovered. Prior to final acceptance of a traffic signal installation, the contractor shall
provide an up-to-date reproducible tracing of appropriate drawings and cabinet wiring
diagrams as required by the engineer.
4-15 General Notts &
SECTION 5
TECHNICAL SPECIFICATIONS &
DESCRIPTION OF PAY ITEMS
SCOPE
FULL-ACTUATED SOLID STATE
TRAFFIC SIGNAL CONTROLLER ASSEMBLY
(IN CABINET)
This specification describes the minimum acceptable design and operational
requirements for a fully actuated traffic controller assembly.
1.0 GENERAL
1.1
The controller assembly shall meet the requirements of this specification, the
plans, and the current revision of NEMA Standards Publication No. TS1-1983,
Pans 2, 5, 6,'7, 8, 13, and 14. Where a difference occurs the requirements of
this specification and the plans shall govern.
1.2
The controller assembly includes the weatherproof tamper resistant cabinet,
controller unit, conflict monitor, load switches, ~asher, vehicle detectors, and
detector harnesses as specified elsewhere in this specifications or in the plans.
1.3
The controller assembly must provide the vehicle phases, pedestrian phases, and
cycle sequence required by the plans and their attached phase sequence drawing.
1.4
The controller cabinet shall be fully wired for future expansion even if the plans
indicate less than the maximum number of phases will be used initially. This shall
include, but not be limited to:
a,
12 load switch sockets
6 flash transfer relay sockets
8 vehicle detector test switches
4 pedestrian detector test switches
4 channels of optically isolated pedestrian call circuits
Detector panel with 20 loop harness
It will not be necessary to provide more than the number of load switches, flash
transfer relays, and detector amplifiers than are required to provide the operation
required by the plans.
1.5
If vehicle detectors are called for in the plans, the detectors provided must
conform to the latest version of Special Specification "Digital Loop Vehicle
Detector Unit".
5-2
Technical Specifications &
Description of Pay Items
2.0
2.1
2.2
2.3
2.4
2.5
2.6
2.7
CABINET DESIGN REQUIREMENTS
Unless otherwise called for in the plan,% the cabinet shall be a base mount cabinet
with the following external dimensions:
Width - 38-44 inches
Height- 54 inches
Depth- 26 inches
The height and depth dimensions may be plus or minus 2 inches.
Four 1/2 inch '(minimum) by 8 inch galvanized anchor bolts with nuts and washes
and a mounting template shall be provided for each cabinet.
The cabinet shall be constructed using unpainted sheet aluminum with a minimum
thickness of O. 125 inch. No wood, woodfiber products, or other fiammable
material shall be used in the cabinet.
The cabinet shall be completely weatherproofed to prevent the entry of water. All
unwelded seams shall be sealed with a clear or aluminum colored weather-seal
compound.
Vertical shelf support channels shall be provided to permit adjustment of shelf
location in the field.
Each cabinet shall be equipped with an extra set of unlstmt channels or a keyhole
panel on either side of the front section of the cabinet to permit the mounting of
additional equipment as necessary.
Shelves shah be at least 10 1/2 inches deep and be located in the cabinet to
provide a 1/2 inch clearance between the back of the shelf and the back of the
cabinet.
There shall be sufficient shelf space to accommodate a controller unit 18 inches
high, a 12-channel NEMA conflict monitor and 12 NEMA type loop detector
amplifiers. An additional space, 12 inches high, 14 inches wide, and 12 inches in
depth shall be provided for future use. If more than 12 detector amplifiers are
required by the plans, extra space shall be provided for the number of amplifiers
specified.
Technical Specifications &
Description of Pay Items
2.8
2.9
2.10
2.11
2.12
2.13
2.14
The back panel shall be hinged at the bottom and shall fold down and out from the
top for maintenance with all components (load switches, relays, etc) in place. It
shall be possible to gain full access to the back of the back panel in less than two
minutes using simple tools. Wire termination points on the back of the back panel
shall be numbered or identified to correspond to the labeling on the face of the
panel. No printed circuit back panels shall be permitted, and no components shall
be mounted behind the back panel. RC ~ter networks for relay coils are excepted
from this requirement.
Harness terminations for the NEMA controller unit and NEMA conflict monitor
and display board shall be made on the backside of the back panel to through
panel terminals. No other harnesses shall be wired to the backside of the back
panel.
The bottom edge of the back panel shall be at least six inches above the base of the
cabinet.
All of the NEMA specified inputs and outputs shall be available on the front side
of the back panel. In addition, all load switch input terminals shall be available on
separate terminals. All of the above referenced terminals shall utilize miniram 6-
32 double BINDER head screws.
The outputs from the controller to the load switches, and outputs from the
detectors to the controller shall be brought through double posted 6-32 x 1/4 inch
binder head screw terminals with shorting bars installed.
The load switches shall be supported by a bracket(s) designed to accept all NEMA
type load switches and prevent vibration from dislodging them from the socket in
the back panel.
The back panel shall be designed to accept a minimum of eight load switches (four
vehicle phase and four positions for overlap, and/or pedestrian phase
combinations) for four phase controllers, and 12 load switches (eight vehicle
phases and four positions for overlap and/or pedestrian phase combinations) for
eight phase controllers. Six flash transfer relays shall be provided to permit the
Engineer to use the overlap/pedestrian load switches in any combination without
having to add more relays.
The cabinet shall be provided with two doors: one door in from and one door in
back that will provide access to the cabinet. The door shall be provided with three
hinges, or a full length piano hinge, with stainless steel pins spot welded at the
top. The hinges shall be mounted so that it is not possible to remove them from
5-4
Technical Specifications &
Description of Pay Items
2.15
2.16
2.17
2.18
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 baclc panel.
The door and hinges shall be braced to withstand a 50 pound per vertical foot of
door height load applied vertically to the outer edge of the door when standing
open. There shall be no permanent deformation or impairment of any part of the
door or cabinet body when the load is removed. Provisions shall be designed to
hold the door open at approximately the 90 degree and 180 degree positions.
The cabinet doors shall be fitted with a Number 2 Corbin locks and an aluminum
or chrome plated handle with a 3/8 inch (minimal) drive pin and a three point
latch. The lock and latch design shall be such that the handle cannot be released
until the lock is released. Two keys shall be provided for each cabinet. The lock
shall be located to be clear of the arc of the handle. The cabinet door handles
shall be provided with the means to securely padlock the handle in the closed
position.
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 non-absorbent
material and shall maintain its resiliency after long term exposure to the outdoor
environment. The gasket shall have a minimum thickness of 3/8 inch, and shall
be located in a channel provided for this purpose either on the cabinet or on the
door(s). A channel formed by an "L" bracket and the door lip is acceptable. In
any case the gasket must show no sign of rolling or 'sagging and must insure a
uniform dust and weather resistant seal around the entire door FACING. Any
other method is subject to engineering approval during inspection of an order.
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-Flash switch, a Manual-
Automatic switch, and a manual advance pushbutton switch on a six foot
retractable cord. Manual control of the controller unit from the police door shall
override any external control (preemption, external logic, etc) in effect when the
Manual-Automatic switch is in the Manual position. Each actuation of the manual
advance pushbutton switch shall advance the controller to the next pedestrian or
green interval as described in NEMA TSI-1983 14.3.4.2. Item 5.
The Signal-Flash switch shall immediately initiate emergency flashing all-red
signal indications. This switch shall not affect any control equipment power.
However, this switch shall momentarily activate the external start input of the
controller unit when the switch is moved from the Flash position to the Signal
position.
Technical Specifications &
Description of Pay Items
! F'
2.19
2.20
2.21
2.22
The police door shall be gasketed to prevent entry of moisture or dust and the lock
shall be provided with two brass keys.
The cabinet shall be vented and cooled by two thermostatically controlled fans.
The thermostat shall be an adjustable type with an adjustment range of 70 degrees
to 110 degrees Fahrenheit. A press-to-test switch shall be provided to test the
operation of the fan.
The fan shall be a commercially available model with a capacity of at least 100
CFM. The intake for the vent system shall be filtered with a 16 inch (wide) by 25
inch (high) by one inch (thick) air conditioning filter. 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 screened to prevent entry of insects and
shall be large ~nough to use the entire filter. The exhaust vent shall be screened to
prevent entry of insects. The screen shall have openings no larger than .0125 Sq.
In. The total free air opening of the vent shall be large enough to prevent
excessive back pressure on the fan.
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 metalizecl mylar plate
epoxied or riveted with aluminum rivets to the cabinet. The digits shall be at least
0.2 inch in height and located on the upper .right sidewall near the front of the
cabinet.
3.0
3.1
3.2
CABINET WIRING
All wiring within the cabinet shall be neatly wrapped and routed such that opening
and closing the door or raising or lowering the back panel will not twist or crimp
the wiring. No cable pressure points should be present.
Wire Size and Color Code
All conductors between the main power circuit breakers, line filter, signal
buss mercury relay and load switch buss shall be a minimum size 10 AWG
stranded copper for 8 position back panels and 8 AWG stranded copper for
12 position back panels. All conductors carrying individual signal lamp
CURRENT shall be a minimum size 16 AWG stranded copper. All AC
service lines shall be of sufficient size to carry the maximum current of the
circuit or circuits for which they are provided. Minimtun cabinet
conductor wire size shall be 22 AWG stranded copper.
5-6
Technical Specifications &
Description of Pay Items
C,
e,
All conductors for AC common shall be white. Conductors for AC power
shah be black or brown. This shah include all controller unit, conflict
monitor, loop amplifier, and special equipment harnesses as well as
cabinet wiring conductors. Conductors for equipment grounding Shall be
either solid green or green with one or more yellow stripes. All other
conductors shall be a color different from the foregoing. All wire shall
conform to type BN insulation, clear nylon over colored PVC. Wire
gauges in excess of 20 ga shall conform to type TFFN or THHN
specifications, clear nylon over colored PVC. In no case shah PVC only
insulation or multi-conductor cable with PVC only insulation be approved.
Conductors for logic ground shall be gray.
The f611owing harness shall be color coded as follows:
Controller Unit MSA
Controller Unit MSB
Controller Unit MSC
Monitor MSA - red
Monitor MSB - yellow
- blue
- purple
- pink
Display Panel - white/purple stripe
In addition to the harness color codes, each wire in every harness shall be
hot-stamped every four inches with a number indicating the pin number of
the connector that the wire is connected to. Harnesses with connectors
with pins identified by letters shah be stamped with numbers that
correspond to the alphabetic sequence of the pins. Each harness shall be
cross referenced to a chart on the cabinet print that lists the connector pin
letter or number, the wire number, the terminal number that the wire is
connected to and the function of the wire. Each harness shall then be
enclosed in "snakeskin type' PVC sheathing. Tie wraps, tape of other
cable ties are not acceptable.
Detector harnesses shall be color coded as follows:
A - white
B - gray
C - black
D - black of a shielded pair in a gray jacket
E - white or red of a shielded pair in a gray jacket
F - yellow
G - purple
Technical Specifications &
Dtscripaon of Pay Items
3.3
3.4
3.5
3.6
H -green + shield
I - blue
J - brown
g,
Individual conductors in the detector harnesses shall be exempt from the
requirement for hot-stamping.
The controller unit shall be so designed that a contact closure or solid state
equivalent from a loop, magnetic magnetometer, pressure, sonic, or radar vehicle
detector, and/or pedestrian pushbutton shall place a call on the appropriate phase.
Pedestrian calls from pushbuttons shall be isolated from the controller inputs
using external solid state circuitry within the cabinet assembly.
A barrier ten/final block with a minimum of two terminals and one compression
fitting designed to accept up to a No. 4 AWG stranded wire shall be provided for
the power supply lines. The block shall be rated at 50 Amperes and shall have
double 10-32 x 5/16 inch binder head screw terminals or larger.
Terminal Identification
All terminals shall be permanently identified in accordance with the cabinet wiring
diagram. 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 permanently attached and as close to the terminal strip as possible and
shall not be affixed to any part which is easily removable from the terminal block
panel. Each controller assembly input and output ~mction 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.
Connector and Socket Identification
a,
Each load switch socket shall be identified by vehicular or pedestrian
phase number and overlap number as applies. No cabinet equipment may
obstruct these identifications.
b,
Each flash transfer base and power relay base shall be distinctly identified
with no possible obstructions.
C,
Each harness within the cabinet shall be distinctly identified on the
connector end.
$..8
Technical Speci~catiot~ &
Description of P~ Ittms
The ~asher socket shall be distinctly identified with no possible
obstruction.
All other connectors and sockets needed within the cabinet to fulfill the
minimum requirements of the plans or attachments thereof, shall be
distinctly identified.
3.7
3.8
3.9
3.10
All NEMA controller unit and conflict monitor connector pin outs, except for the
load switch inputs to the conflict monitor and spare pins, shall be made available
on 6-32 x 1/4 inch (minimally) binder head screw terminals on the back panel.
The detector harnesses shall be equipped with a MS3106A-18-1S connector and
shall be wired'as follows:
Pin No. Function
A AC Common (neutral)
B Controller Unit Logic Ground
C 120 Volts AC
D Loop
E Loop
F Controller Detector Call Input*
G Spare
H Ground Bus
I Controller Detector Call Input*
J 20 VAC Output from green
switch for this phase
load
* Pins F and I are to be jumpered on the detector panel.
Each loop pair shall be protected by an EDCO Model SRA-16C or Davis
Engineering Model DE320 surge arrestor.
An unused, spare terminal block providing ten terminals shall be provided. This
block shall be double 8-32 x 511 6 inch binder head screw design with shorting
bars. These terminal strips shall be located on the lower third of either side of the
cabinet.
The controller unit harness (A, B, and C plugs) shall be long enough to reach any
point 16 inches above the timer shelf. The conflict monitor harness and any
required auxiliary harness shall reach 24 inches above the conflict monitor shelf.
Technical Specifications &
DescHpaon of Pay Items
m
3.11
3.12
3.13
3.14
3.15
3.16
3.17
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 inch or larger screws. The AC neutral and
chassis ground buses shall be jumpered together with a minimum No. 10 AWG
wire. The logic ground shall be isolated from the AC neutral and terminated on a
logic ground bus sufficient to accept 20 number 20 AWG stranded wire.
Unless otherwise called for in the plans, three circuit breakers shall be mounted
and wired in the cabinet. One 20 ampere breaker shall protect the trouble light,
duplex receptacle and fan. A second 20 ampere breaker shall protect the ~asher.
The third breaker shall be 50 ampere for 8-phase units and 30 ampere for 4-phase
units and shall be so wired to protect the signal load circuits, controller circuits,
conflict monitor, and loop detectors. The breakers shall be the Square "D" QOU
150 Series, or'equivalent.
The circuit breakers are to be equipped with solde~ess connectors and installed on
the sidewall or lower right hand side of the back panel inside the cabinet in such a
manner that their rating markings shall be visible and the breaker shall be easily
accessible.
A ground fault duplex receptacle of the 3-wire grounding type which will accept a
standard two-pronged non-grounding plug shall be mounted and wired in the
cabinet. This receptacle shall be wired on the "Load" side of the 20 ampere
breaker.
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.
The load side of all three circuit breakers shall be protected by an EDCO Model
SHP-300-10 or Tll Model 355M or equivalent three terminal lightning arrestor-
Number 8 AWG or larger stranded copper conductors shall be used to connect the
arrestor into the circuit.
A ~uorescent 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. A switch shall also be provided to turn off any incandescent display that
may be used in a controller unit or other equipment.
A radio interference suppressor shall be provided and installed on the load side of
the signal circuit breaker and shall be protected by the surge protecwr specified
herein. This filter shall be rated at 50 amperes for 8-phase controllers and 30
5-10
Technical Specifications
Description of Pay Ittms
l'f .... = "'
3.18
3.19
amperes for 4-phase controllers, and shall provide a minimum attenuation of 50
decibels over the frequency range of 200 kilohertz to 75 megahertz.
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.
The outgoing traffic control signal circuits shall be of the same polarity as the line
side of the power source.
3.20
3.21
A detector panel shall be provided for mounting the detector test switches, Auto-
Maintenance Flash, Auto-Emergency Flash, Timer-Off, and the System-Free
switches. Th~s panel shall be capable of terminating a maximum of 20 detector
harnesses and 60 separate loop lead-in 's. Each detector panel shall be equipped
with 20 loop harnesses. Each of the detector harness connections shall be
arranged by rows of terminals on the panel and each of the functions of the
detector harnesses shall make up the columns of these terminal strips.
The detector harnesses for the detector amplifiers shall be terminated on the
backside of the detector panel. Four rows of terminals shall be provided for loop
lead-in terminations such that up to three separate loop lead-in cables per detector
amplifier can be terminated. The loops can then be jumpered together in series or
parallel as desired on the detector panel.
Each terminal strip shall be identified by function and the associated phase as
identified in the plans. All marking shall be silk-screened. Terminals shall be
provided for each phase red and green for jumpering to pin j in the detector
harness. The pin j terminals and the phase red and green terminals shall be
protected with a clear texan cover.
The detector panel shall be mounted on the left sidewall of the cabinet.
Detector harnesses shall be provided and wired as follows: 1 per left turn phase, 3
per thru phase, and 4 spares for future use.
A switch shall be provided on the detector panel for each vehicle and pedestrian
phase that will permit the user to disconnect the input from the controller unit.
The switch shall also permit the user to place a call to the controller. This
position shall be momentary (spring loaded) only. The position immediately after
the momentary position shall disconnect the detector from the controller unit and
$-11
Technical Specifications &
DescriptiOn of Pay Items
m
3.22
3.23
3.24
the third position shall connect the detector to the controller unit. These switches
shall be miniature three position toggle switches.
Four switches shall be provided on the detector panel for maintenance purposes.
The first switch shall be labeled "Auto-Maintenance Flash" and operation Of this
switch shall immediately transfer the signal display from normal to maintenance
flashing operation. Maintenance flash shall permit yellow flash on signals
indicated to flash yellow during system flash or MUTCD flash as shown on the
plans. If system flash or MUTCD flash is not shown in the plans, then
maintenance flash shall be all-red flash. Timer power shall not be affected in any
way during maintenance flash. Moving the Auto-Maintenance Flash switch from
Flash to the Auto position shall activate the external start input of the controller
unit.
The second switch to be provided for maintenance purposes shall be labeled
"Auto-Emergency Flash" and when activated shall immediately put the
intersection in all-red flash. Activation of the external restart to the controller is
not required when moving this switch back to the Signal position. Neither the
Auto-Maintenance Flash or the Auto-Emergency Flash switch shall remove power
from the controller unit, conflict monitor, or loop amplifiers in either position.
The third switch to be provided for maintenance purposes shall be labeled "Timer-
Off" and when operated to the Off position, shall remove power to the controller
unit, conflict monitor, display board and other logic clearance timers. This shall
initiate emergency flashing all-red indications. The power to the detecWr
amplifiers shall be unaffected. Upon restoration of the Timer-Off switch to the
timer position, the monitor shall initiate the initialization sequence via the start-
delay circuitry of the conflict monitor.
The fourth switch to be provided for maintenance purposes shall be labeled
"System-Free". This switch will only be required where coordination equipment
either internal or external to the controller timer is provided. In the System
position, this switch shall permit the controller to be coordinated. In the Free
position, this switch shall inhibit the coordination equipment from coordinating the
controller.
The cabinet shall be wired so that activation of the conflict monitor will cause the
controller unit, and any auxiliary equipment, to stop timing.
The cabinet shall be specifically wired so that it is impossible to operate the
signals in a normal mode of operation with the conflict monitor removed. The
conflict monitor shall be wired so that the flash transfer relays and the mercury
5-12
Technical Specifications &
Description of Pay Items
.... lff
3.25
3.26
4.0
4.1
4.2
4.3
4.4
4.5
4.6
4.7
signal buss relay are constantly energized. Disconnection of either monitor
harness shall immediately initiate emergency all red flash. It shall be
IMPOSSIBLE to inhibit monitor operation by unplugging a relay or other similar
device in the cabinet.
Transfer relays shall be the plug-in type manufactured by Midtex (Part No. 136-
62T3A1) or AEMCO (Part No. 1 36-4992), or equivalent. These relays shall be
utilized for flash transfer only. They shall not be utilized to energize or de-
energize the AC power feed (signal buss) to the load switches. This function shall
be accomplished with a mercury relay. The mercury relay shall be rated 30 amps
minimum for 8 positions back panels and 50 amps minimum for 12 position back
panels.
The Red Enal~le and Remote Reset from the conflict monitor shall be terminated at
barrier terminals on the face of the back panel.
FULLY ACTUATED CONTROLLER UNIT
The controller unit shall meet the requirements of NEMA Standards Publication
No. TS1-1983, Parts 2, 3, 4, 13, and 14. Where a difference occurs, these
requirements shall govern.
The controller unit shall be provided as a four phase or eight phase controller unit
as specified in the plans.
Volume density timing shall be provided unless otherwise specified in the plans.
The controller unit shall be designed to provide pedestrian phasing with any
phase. The four overlaps may be programmable internally or by using the
interchangeable plug-in card described in TS 1-14.3.7.2. In either case a NEMA
program card shall be provided with each controller unit.
The controller unit shall be completely solid state, and digitally timed.
The height of the controller unit shall not exceed 18 inches.
The controller unit shall be built using one or more circuit boards. All printed
circuit boards shall be designed to plug into or out of a mother board or harness
within the unit. Power supply transformers, capacitors, batteries, and heat
dissipating components are excepted from the above requirements.
5-13
Technical Specifications &
Description of Pay Items
4.8
4.9
4.10
4.11
4.12
The design shall allow for removal or replacement of a circuit board without
unplugging or removing other circuit boards. The unit shall be designed so that it
shall be possible to operate and test the unit using an extender board where
necessary. This need apply to only one circuit board at a time.
No more than two circuit boards shall be attached to each other to constitute a
circuit assembly. Attaching hardware shall use captive nuts or other purchaser
acceptable method to secure the boards together. The boards shall be designed so
that the purchaser can test and operate the controller unit with the boards
separated.
Plug-in sockets shall be used for LSI chips and ICs over 16 pins. Sockets shall
have a thermoplasfic body meeting UL Specification 94V0 with outer contacts of
gold over nickel plate (e.g., Ti Series C93 or Augat Series 415) or equivalent..
Programming of the controller may be by the use of a keyboard on the front of the
controller. Internal DIP switches may be used for programming option, start up,
etc. Programming shall not use any binary language for input or display (except
coded status bits). No instructions for accessing the controller unit using the
security code shall be provided. No external programming devices with capability
of altering ROM shall be permitted.
A user selectable four digit (minimally) code shall be available to secure access to
timing and configuration of the unit. Display features shall be available without
the need to access the unit. The controller units shall be supplied with the code
preset to be all Os. Internal dip switches may be used to establish codes.
Of the several indicators described in TS 1-14.3.6, each of the following shall be
displayed using separate discrete indicators on the face of the unit:
Phase(s) in service (one per phase)
Phase(s) next to be serviced (one per phase)
Presence of Vehicle Call (one per phase)
Presence of Pedestrian Call (one per phase)
Reason for green termination (one per ring)
( 1 ) Gap-Out
(2) Maximum Time-Out
(3) Force-Off
Additionally, the following indications shall be required:
1. Pedestrian Service (one per ring)
Technical Specifications &
Description of Pay lttms
4.13
4.14
4.15
4.16
4.17
4.18
2. Max 11 In Effect (one per ring)
Steady and flashing indications may be used for phase in service, phase next, and
pedestrian service (Walk, Don't Walk), or any other related but mutually
exclusive indications.
Switches, pins, or keyboard programming shall be available to permit the
following modes on a per phase basis:
2.
3.
4.
5.
Maximum Recall
Minimum Recall
Pedestrian Recall
Detectgr Locking and Non-locking Memory
Phase Omit
Controller unit interval timings programmed into RAM shall be maintained for a
period of 30 days after removal of AC power by batteries or other device
acceptable to the Department. Upon restoration of power, rechargeable batteries
shall be recharged or other device restored automatically. A battery or other
device shall be provided on the CPU circuit board to retain RAM memory for a
minimum of 12 hours after removal of the circuit board from the unit.
Batteries shall be either rechargeable or lithium non-rechargeable and shall not
build up internal pressure nor vent any corrosive or explosive chemicals. Design
shelf life of the batteries shall be five years or more under normal use and the
supplier shall provide the names of two or more manufacturers with sufficient
information to permit the Department to obtain replacement batteries from both
manufacturers. A switch shall be provided to disconnect any batteries from the
circuits for storage purposes, and the units shall be shipped with the switch in the
off position. An indicator and a momentary test switch (if required) shall be
provided on the face of the controller unit to indicate the condition of the batteries.
If user programmed timing settings can be maintained for 30 days without
batteries or other external devices (capacitors, etc.), the requirements of
Paragraphs 4.14 and 4.15 are voided.
All circuitry components shall be of high quality and designed to withstand any of
the environments and voltage conditions described in Part 2 of NEMA Standard
TS 1-1983.
The controller unit shall be designed to operate properly with the logic ground
isolated from the AC neutral (common).
5-15
Technical Specifications &
D~scription of Pay Ittms
4.19
5.0
5.1
5.2
Each controller unit shall have a unique serial number that is permanently and
neatly displayed on the face of the unit.
CONFLICT MONITOR
The conflict monitor shall meet the NEMA Publication No. TS 1-1983, Part 6, for
3, 6, and 12 channel types. Unless otherwise specified in the plans or the
associated cabinet specifications, a Type 12 conflict monitor having 12 fully
programmable input channels shall be provided.
In addition to .the above requirements, a light display shall be provided to indicate
continuously when a channel is active due to green, yellow, or walk inputs. It
shall also continue to display the channels which were active at the time of a
conflict, until the conflict monitor is manually reset.
If the conflict was caused by a loss of red, the display array shall indicate Loss of
Red.
If the conflict was caused by the voltage monitor, the display array shall indicate a
Voltage Error.
All monitors shall be programmable as called for in the NEMA Publication TS 1-
1983, Part 6. A NEMA type program card must be included with the unit.
The conflict monitor shall incorporate a yellow sequence monitor feature. The
yellow sequence monitor shall check that a minimum of two (2) seconds of yellow
follows a green indication before red is displayed. The yellow sequence monitor
shall be provided on a per channel basis in the conflict monitor and provisions
shall be made to disable and enable the yellow sequence monitor on a per channel
basis.
The conflict monitor shall also check for the simultaneous display of red and green
on a phase. This check shall also be capable of being enabled and disabled on a
per channel basis.
A separate indicator marked "Sequence Failure" shah be illuminated along with
the appropriate channel indicator(s) should either of the above failures occur.
5-I6
Technical Specifications &
Description of Pay lttms
6.0
6.1
6.2
6.3
6.4
7.0
7.1
7.2
7.3
7.4
7.5
8.0
8.1
8.2
SOLID STATE LOAD SWITCH
The solid state load switches shall meet the requirements set forth in Part 5 of the
NEMA Specification No. TS 1-1983.
Switches shall be the "Triple-Signal Load Switch" type rated at 10 amperes per
circuit over the entire temperature range.
The load switches shall have no moving parts. Load switches using reed relays
shall not be permitted.
An indicator light for each circuit shall be provided in each load switch. The
indicator light, shall be on when a "true" input to the load switch is present.
SOLID STATE FLASHER, TWO CIRCUIT
The ~asher shall meet the electrical and physical characteristics described in Part
8 of the NEMA Standards Publication TS 1-1983.
The two circuit fiEher shall be of solid state design and contain no
electromechanical devices.
The voltage range shall be 95 to 135 volts A.C. The nominal voltage shall be 1
20-volts A.C. The Two Circuit Solid State Flasher shall be designed to operate as
specified at any ambient temperature range from minus 30 degrees F to plus 165
degrees F.
The ~asher shall be a Type Ill (dual circuit rated at 15 amperes per circuit) over
the entire temperature range.
The ~asher shall be so constructed that each component may be readily replaced if
needed.
UNIFORM CODE FLASH TRANSFER UNIT
Indications for uniform code flash shall be as shown in the plans.
The uniform code flash transfer unit shall be a stand alone unit mounted in the
controller cabinet.
5-17
Technical Specifications &
Description of Pay Items
8.3
8.4
8.5
8.6
8.7
9.1
9.2
9.3
9.4
The uniform coded flash transfer unit shall be provided with an indicator light to
show when uniform code flash transfer has occurred.
The uniform code flash transfer unit shall be provided with a three position test
switch. One position shall allow uniform code flash transfer when called
(Normal). The second position shall inhibit any uniform code flash transfer CUCF
Off) and the third position will initiate uniform code flash transfer CGCF Test).
The uniform code flash transfer unit shall have a connector that plugs into a
mating harness receptacle in the controller cabinet. If necessary, a shorting plug
shall be provided to allow signal operation with the uniform code flash transfer
unit disconnected.
When activated, the uniform code flash transfer unit shall cause the controller unit
to sequence to the cross street green interval. Once the cross street green interval
is on, omit commands shall be applied to any movements that occur prior to main
street green. Transfer to uniform code flashing operation shall occur at the instant
main street green is present. Stop timing commands will then be applied to the
controller unit until the release of uniform code flash.
Uniform code flash may be called by time clock, coordination unit or time base
coordinator. A single input to the uniform code flash transfer unit shall be
provided. This input will be considered active when it is at logic ground
potential.
DISPLAY PANEL
For this project, display panels shall be provided. The display panel shall be
located on the inside of the main cabinet door, and shall be mounted such that,
when viewed with the cabinet door open, respective intersection approaches
represented on the display panel are physically oriented to actual field approach
locations.
The display shall monitor the input side of the load switch.
The display panel shall have 28 volt indicator lamps to show each signal indication
and each detector amplifier output.
The display panel shall be silk screened for each intersection and shall provide a
visual layout of the particular intersection. Each group of lamps representing a
signal shall be marked to indicate the phase or overlap number that controls the
particular signal, the load switch number that drives the signal and the conflict
5-18
Technical Speci~catioa$ &
DescrilWlon of Pay Items
9.5
9.6
9.7
9.8
9.9
10.0
monitor channel that monitors the signal. All vehicle and pedestrian signals shall
be displayed. In addition, pedestrian signals shall be indicated by dual sets of
lamps that are located at each end of the crosswalk. They shall be marked at each
end of the crosswalk on the display panel with the phase number, load switch
number and conflict monitor channel number.
All vehicle and pedestrian signal indicators shall utilize indicators which utilize
LED lamps for indicators. All directional indicators shall be drawn on the panel
itself.
The detector display lamps shall utilize round white caps. The detector indicators
shall be located on the display panel to represent the approximate location of the
vehicle loop ~n the field. Each detector indicator shall be marked by a phase
number and amplifier number. This marking shall be the same as that shown on
the plans and shall be the same as the tag on the associated loop harness.
The display board shall be fined with a single MS connector for all inputs or
outputs. This connector shall be located on the face of the display panel and shall
connect to a mating harness. The mating harness connector shall utilize female
pins to avoid accidental contact with live pins if the harness is disconnected.
The display board shall be powered by a 28 volt power supply located in the
controller cabinet. This power supply shall be fused on the input and output side
and shall have a minimum rating of 1.2 amps. The power supply shall be sized
according to its particular application.
A switch shall be provided on the main cabinet door which will extinguish all
display lamps when the door is closed.
OPTICOM SYSTEM REQUIREMENTS
Each controller/cabinet assembly shall be equipped with the necessary 3M
Opticore System components to allow emergency vehicle detection on
each approach. Opticom system components shall include all mounting
brackets, cabinet wiring, card racks, Model 262 Discriminator Modules,
preempt modules, and all other materials and labor needed to provide a
fully operational Opticom system. Payment for the Opticore system will be
considered subsidiary to the controller installation. Payment for the
Opticom cable (3 Conductor ~20 AWG) and Model 205 Optical Detectors will be
as specified in the bid item list. Submittal literature shall be provided for all
Opticom equipment prior to installation.
5-19
Technical Specifications &
Description of Pay Ittms
m
11.0
11.1
12.0
TEST AND ACCEPTANCE OF CONTROLLER ASSEMBLY
The supplier shah be prepared to provide a certified test report from an
independent laboratory indicating that the complete controller assembly me6ts the
requirements of all applicable NEMA standards. The certification may be
required at any point in the acceptance process. The acceptability of the
laboratory is determined by the Engineer, and all costs for certification shall be
born by the supplier. Failure to provide the report on a timely basis is grounds
for cancellation.
DOCUMENTATION
Each controlle.r assembly shall be provided with the following documentation:
a. Three complete and accurate cabinet wiring diagrams.
A complete and accurate schematic diagram for all circuitry in the
controller unit, conflict monitor, fiasher, load switches, and any other
electronic units specified in the plans.
C,
Complete performance specifications
the controller unit, conflict monitor,
electronic units specified in the plans.
(electrical and mechanical) on
load switch, ~asher, and other
d,
Complete parts list for each unit including names of vendors for parts
not identified by universal part numbers such as JEDEC, RETMA or EIA.
Pictorial of the components layout for each circuit board of each unit
with individual component identification referenced to the schematic
and parts list.
One service manual per unit which includes a theory of operation,
operating instructions, and basic trouble shooting information. Items 'b'
through 'f' may be included in the unit manuals.
Each cabinet wiring diagram shall include a layout of the specific
intersection to which it applies. This shall include signal head numbers
and detector numbers as well as any other specifics concerning the
intersection. The wiring diagrams shall show all field wiring and the
service entrance connection. The wiring diagrams shall also document
every harness wire termination in the cabinet. It shall be the Contractor's
responsibility to provide updated drawings if any discrepancies are
5-20
Technical Sptcificaaons &
Desctipaon of Pay Items
13.0
discovered. Prior to final acceptance of a controller, the Contractor shall
provide a reproducible tracing of the cabinet wiring diagrams.
GUARANTY
If it is normal trade practice for the manufacntrer 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.
5-21
Technical SptciJ~cattons &
D~scription of Pay Ittms
1.0
1.1
1.2
1.3
1.4
1.5
1.6
2.0
2.1
SPECIFICATION FOR MAST ARM POLE ASSEMBLY
GENERAL
This specification covers steel (as specified in Plans) mast ann and pole
assemblies, which, shall include transformer base. AH mast arm pole assemblies,
as supplied and installed, must conform to the detailed drawings and/or to the
requirements in the Plans as to height, general design and finish.
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.
Each assembl~ 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, Luminaires 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.
All castings shall be tree to pattern in form and dimensions, flee 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. Steel pole
assemblies required to be hotdip galvanized shall be designed to provide proper
filling, venting and drainage during the cleaning and galvanizing process.
All parts of assemblies of the same manufacturer shall be interchangeable.
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.
POLE SHAFT
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.
5-22
Technical Specifications &
Description of Pay Ittms
2.2
Fabrication. Round continuously tapered shah shall be formed and weMed, 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.
2.3
All shafts shall meet strength requirements of Section 1.0, and shall be provided
with reinforced handholes if shown on the Plan~.
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 bettom of the
transformer base. The interior side of the hand hole cover shall have a multi
terminal (12 rain.) 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
5-23
Technical Specifications &
Description of Pay lures
!
6.0
7.0
8.0
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) fiat 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.
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 to the shaft by use of set screws (which would cut into or groove the
shaft) guys, rolls or sway braces will not be acceptable.
FINISH
Painted Finish - All surfaces at the time of paint application shall be in accordance
with the requirements of Brush-Off-Blast-Cleaning as specified in Steel Structures
Painting Council Specification SSPC-SP7. When shipped, the outside of each
assembly shall be coated in a manner that will assure all surfaces, at the time of
erection, will be coated with a dry, smooth, continuous, uniform, tigh~y
adhering, nonchalking film that is a minimum of two (2) mils thick measured over
the peaks of the anchor pattern. The dried film shall contain, on a weight basis, a
minimum of 20% binder solids and a minimum of 25% pigment capable of
chemically inhibiting corrosion. A minimum of 12% of the film shall be a
chromate type corrosion inhibiting pigment. The inside of each assembly may
either be coated in the same manner as the outside or may coated by an acceptable
red lead primer. After erection of the assembly, the shop coat shall be touched up
with shop primer. After the touch up cost is thoroughly dry, each pole assembly
shall be provided with a one (1) mil (dry) thick film of paint of brown specified
and approved by the Engineer.
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.
as
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.
Technicd Specifications &
Deseriplion of Pay Item
Each sheet shall have a title in the lower right hand corner which includes
the names of the Contractor, Fabricator and sheet numbering.
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.
Drawings for only one assembly need be submitted for two or more which
are of identical design and dimensions.
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.
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.
The drawings shall be submitted to and approved by, the Engineer prior to
fabrication.
5-25
Technical Sptci~cations &
Description of Pay Items
SPECIFICATION FOR
PEDESTAL POLE ASSEMBLY
1.0
1.1
1.2
1.3
1.4
1.5
1.6
2.0
GENERAL
This specification covers steel (as specified in Plans) signal pedestal pole
assemblies. All pole assemblies as supplied and installed must conform to the
detailed drawings and/or to the requirements in the Hans as to height and finish.
Poles of similar design to those shown on the plans shall be deemed acceptable
unless a specific design is called for. Similar poles must meet all other provisions
of this specification.
Drilled shaft fgundations for each pedestal pole installation shall be considered an
integral part of the respective pole assembly when loading and wind design factors
are applied.
The pole assembly shall be designed to support a 150 pound axial load with 11
square feet of signal head area rigidly mounted at the top of the shaft,
simultaneously with wind load. In addition to dead load, each assembly shall be
designed to withstand wind and ice loads on the specified signal head and sign
area and on all surfaces of the support in accordance with the AASHTO's
"Standard Specifications for Structural Supports for Highway Signs, Luminaires
and Traffic Signals" and other specifications of this body as may be pertinent.
Unless otherwise shown in the plans, wind speeds used for design shall be based
on a 50 year mean recurrence interval. Allowable unit stresses in each component
of the assembly shall be as provided in the AASHTO Specifications mentioned.
Wind drag coefficient shall be 1.2.
Similar parts of units of one manufacturer shall be interchangeable.
All castings shall be true to pattern in form and dimensions, free from pouring
faults, sponginess, cracks, blowholes and other defects in positions affecting their
strength and value for services intended. Surfaces shall have a workmanlike finish
with no sharp unfilleted angles or corners.
Steel pole assemblies required to be hot-dip galvanized shall be designed to
provide proper filling, venting and drainage during the cleaning and galvanizing
process.
POLE SHAFT
5-26
Technical Specifications &
Description of Pay Items
2.1
3.0
4.0
5.0
,10
Steel pedestal shafts shall be fabricated from new 4 1/2 inch O.D. steel tubing or
pipe, and shall be threaded on the bottom end for attachment to the pole base.
SHAFT BASE
Shaft bases shall be constructed with an opening of size and shape to receive the
shaft and shall be threaded. Optionally, the base may be cast as an integral part of
the top of the transformer base or may be of separate one-piece construction and
provided with four holes to receive the transformer base bolts. Said bolts, when
utilized, shall be covered by removable ornamental cover plates.
TRANSFORMER BASE
The transformer base shall be cast of Aluminum Association Alloy 356-T6 or
ASTM B 108-SG70A and furnished with four galvanized anchor washers 1/2"
thick (minimum) and shaped to conform with the transformer base flange. The
transformer base shall support the load specified in Article 1.2 and shall be of a
breakaway design as set forth in AASHTO's "Standard Specification for Structural
Supports for Highway Signs, Luminaires and Traffic Signals." The transformer
base shall be a minimum of 15" high. The transformer base shall have a door
approximately 8 1/2" x 8 1/2" or larger. The door opening shall be provided with
a cover, and attachment to the transformer base shall be accomplished by a socket
head machine screw or other suitable means.
ANCHOR BOLTS AND SHIMS
Four steel anchor bolts shall be furnished for each pole assembly. Each anchor
bolt shall be threaded at the top and fitted with two nuts and two flat washers.
The embedded end of the bolt shall have a standard nut, head or 90 degree bend
or an equivalent or better device as may be approved. The anchor bolt material
shall have a minimum elongation in 2 inches of 16 percent or in 8 inches of 14
percent. A set of three (3) "U" shaped galvanized steel shims 1/16 inch thick and
three (3) 1/8 inch thick to fit around the anchor bolts, shall be furnished with each
pole to permit proper alignment.
FINISH
Painted Finish - All surfaces at the time of paint application shall be in accordance
with the requirements for Brush-Off-Blast-Cleaning as specified in Steel Structures
Painting Council Specification SSPC-SP7. When shipped, each assembly shall be
coated, inside and out, in a manner that will assure all surfaces, at the time of
erection, will be coated with a dry, smooth, continuous, uniform, tightly
5-27
Technical Specifications &
Description of Pay Items
7.0
adhering, nonchalking film that is a minimum of two (2) mils thick measured over
the peaks of the anchor pattern. The dried film shall contain, on a weight basis, a
minimum of 20% binder solids and a minimum of 25 pigment capable of
chemically inhibiting corrosion. A minimum of 12% of the film shall be a
chromate type corrosion inhibiting pigment. The inside of each assembly may
either be coated in the same manner as the outside or may be coated by an
acceptable red lead primer. After the erection of the assembly, the shop coat shall
be touched up with shop coat primer. After the touch up coat is thoroughly dry,
each pole assembly shall be provided with a one (1) mil (dry) thick film of brown
paint specified and approved by the Engineer.
CERTIFICATION REQUIREMENTS
The Contract;~r 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.
Each sheet shall have a title in the lower right hand comer which includes
the names of the Contractor, Fabricator and sheet numbering.
All material of each component shall be referenced to ASTM
Specifications or to other specifications provided minimum yield points or
yield strengths and elongations are shown.
Drawings for only one assembly need be submitted for two or more which
are of identical design and dimensions.
Approval of the drawings shall not relieve the Contractor of the
responsibility for correcthess and completeness of the drawings, shop fit
field connections and proper galvanizing designs, when galvanizing is
required.
The drawings shall bear a fully descriptive and detailed certification
thereon that the assemblies were structurally designed in accordance with
criteria specified in Article 1.0 and as specified in the project plans.
The drawings shall be submitted to, and approved by, the Engineer prior
to fabrication.
5-28
Technical Specifications &
Dtscription of Pay Items
POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS
12 INCH, EXPANDABLE, ADJUSTABLE TYPE
1.0
1.1
1.2
1.3
2.0
2.1
2.2
2.3
GENERAL
The Traffic control signal heads shall be in accordance with the latest revision of
ITE Technical Report No. 1, except as noted below.
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.
The electrica~ and optical system of the signal head shall, unless otherwise
specified, be designed for operation from a power supply of 115 volt, single
phase, 50 Hz alternating current and 60-150 watt lamps conforming to the latest
ITE Standard for Traffic Signal Lamps. Unless otherwise called for in the Plans,
the Contractor shall furnish and install traffic signal lamps.
SIGNAL FACES AND SIGNAL HEADS
Signal faces and signal heads shall be as shown in the Plans, and installed per
requirements in these specifications.
All housing cases of signal heads shall be rigidly attached, at top and bottom to 1
1/2" (inside diameter) standard pipe supporting arms or similar hardware,
radiating from hubs at the vertical central axis of the head and rigidly attached
there to in a manner that will assure permanent alignment of the separate
housings. The hub shall be designed to conform to the type of mounting
attachment specified and provision shall be made for carrying the leads from -each
housing enclosed in the supporting arms to a single outlet in the mounting
attachments. All units of the assembled head shall be of adequate strength for the
purpose intended and shall be constructed of materials not affected by continuous
exposure to sunlight or corrosive atmospheres.
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.
5-29
Technical Specifications &
Descripaon of Pay Items
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 ram) thick and shall be ribbed so as to produce the strongest possible
assembly consistent with light weight. Two or more sets of internal bosses shah
be provided in each section for mounting of a terminal block. Terminal blocks
shall be securely mounted (see Section 10).
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 11/2" (38.1 ram)
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
5-30
Technical Specifications &
Description of Pay litins
3.6
4.0
4.1
4.2
4.3
4.4
5.0
5.1
5.2
the top and bottom of each section shall be provided with an opening to
accommodate 11/2" 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.
"Top" and "Bottom" as used in this section refer to the head assembly in vertical
orientation. All heads are to be mounted horizontally.
HOUSING DOOR
The housing door of each signal section shall be a one piece polycarbonate resin
material. The door shall be attached to the housing by means of two stainless steel
hinge pins, or by polycarbonate hinge pins which are an integrally molded part of
the housing door.
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 fiat washer to
prevent gouging of the housing door by the wingscrews. Wingscrews shall
remain captive in the housing door when the door is open.
As an alternate to 4.2, a positive latching mechanism, integrally molded into the
housing and housing door, is acceptable.
Design of door, housing, and visor shall be such that no. light is visible in the
profile view of the signal face.
OPTICAL SYSTEM
Each lens 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 pans of the optical assembly.
Optical system shall consist of a yellow or yellow arrow, green or green arrow
lens with a nominal size of 8 3/8 "(200 ram) or 12" (300 mm) as specified. all red
indicators (including PED) shall be Red LED assemblies. Lenses shall be glass
and shall be permanently marked, in an inconspicuous manner, indicating the top
5-31
Technical 5peci~caa~ns &
Description of Pay Items
5.3
5.4
6.0
6,1
6.2
6.3
6.4
7.0
7.1
of the lens and the name or trademark of the manufacturer. When installed, each
lens shah be properly "top" oriented in the horizontally mounted head.
Lenses and optical system shall be capable of withstanding continuous illumination
of a 116 watt lamp in an 8" head, and a 150 watt lamp in a 12" head without
distortion of lenses. Lens and reflect-or design shall conform to ITE Standard
(ITE Report #1) and to American Standards Association #D-10.1-1958UDC
656.057 optical specifications.
Each lens and reflector assembly shall be designed such that the reflector and lens
form essentially a sealed unit. This shall be accomplished through the use of a
precision molded neoprene gasket. The gasket shall marry the lens to the reflector
to form this sealed unit.
REFLECTORS
The reflector shall be approximately parabolic in section' made of high quality
clear glass, reasonably free from chips, bubbles, streaks, and wrinkles. The outer
surface shall be silvered by a chemical or electrical deposition to such thickness
that the lighted filament of a 200 watt incandescent lamp will be invisible through
the silvered coating and shall then be protected by an electrically deposited copper
coating. The silver coating shall be so applied that no foreign substance (solid,
liquid or gas) can penetrate between the two materials and so it will be impossible
for the silver to be peeled off from the glass. Over the copper coating there shah
be placed a heat resisting backing of high grade enamel.
Alzak reflectors will be accepted as alternates. These reflectors shall be made of
specular Alzak aluminum the thickness of the anodid coating to be a minimum of
0.0001 inches, or its equivalent, spun or drawn from metal not less than 0.025
inches thick equipped with a bead or flange on the outer edge to stiffen the
reflector and insure its being held tree to shape.
Polycarbonate reflectors will be accepted as alternates, provided the light color
and distribution of the unit meets the ITE standard cited above.
The reflecting surface shall be Wtally free of flaws, scratches, defacements or
mechanical distortion.
LAMP RECEPTACLE
The lamp receptacle shall be of weatherproof molded construction capable of
withstanding without deterioration the high temperatures within the optical unit
5-32
Technical Specifications &
Description of Pay Items
during operation and shah be equipped with a lamp grip to render it impossible for
the lamps to be loosened by vibration. The receptacle in the 8" signals furnished
shall be set so as to place the filament of a standard 60 or 67 watt lamp in the
proper focal position with respect to the reflector. The receptacle in the 12"
signals shall be set so as to place the filament of a standard 150 watt lamp in the
proper focal position with respect to the reflector. Lamp receptacles shall be
rotatable to place the opening between the filament leads up, and shall be properly
oriented when installed in horizontally mounted head.
7.2
The reflector holder and lamp receptacle holder shall consist of a structure of such
design as to securely hold the reflector and lamp receptacle. It shall be provided
with hinges and/or lugs so spaced as to give clearance to the hinges or lugs for the
door and rigidly hold the reflector in place. Materials used in the construction of
the above parts shall be of rust resisting material and not subject to corrosion
when subjected to continued exposure in corrosive atmospheres, particularly salt
air.
8.0 WIRING
8.1 Each reflector 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 Whim w/Y Tracer
Green Green White w/G Tracer
St. Arrow Blue White w/B Tracer
Lt. Arrow
Blue w/R Tracer White w/B & R Tracer
Rt. Arrow
Blue w/Y Tracer White w/B & Y Tracer
5-33
Technical Specifications &
Description of Pay Items
1' !1 ! ~'
. A
9.0
9.1
9.2
VISORS
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.
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
10.1
10.2
10.3
10.4
TERMINAL BLOCKS
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.
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.
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.
Use of terminal compartment described in 10.3 does not eliminate the
requirements for those specified in 10.1 and 10.2.
5-34
Technical Specifications &
Description of Pay Items
1 II ! F' !
11.0
11.1
11.2
12.0
13.0
14.0
14.1
14.2
MOUNTING AND ATTACHMENTS
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. Provision 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.
The signal heads, horizontally mounted on the signal mast arms, hall be installed
so that door hinges are on the bottom edge, and all doors open downward.
All material used in construction of major signal components
polycarbonate resin. This material shall be such that it will
footpounds of impact without fracture or permanent deformation.
shall be of
withstand 70
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.
MEASUREMENT AND PAYMENT
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 signal lamps, 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 Heads".
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.
5-35
Technical Specifications
Description of Pay Ittms
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 meta} poles. All conduit and firings 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
1.2 Materials
1.2.1
All conduit and firings 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 shah 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 shah 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 firings will not be permitted.
1.2.4
Polyvinylchioride 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).
Technical Specifications &
Descripaon of Pay Ittms
!
1.2.5
1.3
1.3.1
1.3.2
1.3.3
1.3.4
1.3.5
1.3.6
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.
Construction Methods
The conduit, Found boxes, firings and incidentals shall be placed in accordance
with the lines, Fades, 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.
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, Found box or fitting and at other
locations as required by the NEC.
When required by the Engineer, immediately prior to installation of conductors or
final acceptance, a spherical ternplate 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 flee from obstruction; then all conduit ends shall be closed using
permanent type caps.
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.
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.
All conduit and fittings shall have the burrs and rough places smoothed and shall be
clean and flee 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.
5-37
Technical Specifications &
Description of Pay Ittms
m
m
1.3.7
2.0
2.1
2.1.1
2.2
2.2.1
2.2.2
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. Metal conduit which is to be placed under existing pavement. If it is
determined by the Engineer that it is impractical to place the conduit as outlined
above due to unforeseen obstructions, written permission will 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
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.
GROUND PULL BOX
General
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.
Description
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.
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.
5-38
Technical Specifications &
Description of Pay Items
m ~
2.2.3
2.3
2.3.1
2.4
2.4.1
3.1.1
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.
Materials
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".
Construction Methods
The construction and installation of the ground boxes shall be carried out in
compliance with the requirements herein stated and in conformity with the details
shown on the plans. Upon completion of the work, each installation shall present a
neat and woricm~nlilce finished appearance.
CABINET FOUNDATIONS
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
her,in.
3.1.2 All concrete used in the project shall have the following mix proportions and
characteristics:
3.2
Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0
Maximum Water - Cement Ratio - 6.5
Maximum Size of Aggregate - I inch
Minimum Compressive Strength in psi (28 day cure at 70 F.) 3000
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.
Excavation for all required foundations shall be done in accordance with lines and
depth indicated on the Plans. AH loose material shah be removed from the
5-39
Technical Specifications &
Description of Pay Items
m
4.0
3.2.1
excavation before the concrete is placed. Any water shall be removed by pumping
or bailing. The use of explosives will not be permitted.
3.2.2
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.
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.
MEASUREMENT AND PAYMENT
4.1 Cabinet Foundation
4.2
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 "Dr~led Shaft Foundation" and "Cabinet Foundation".
be
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 ihall 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.
Ground Boxes
Measurement. Ground boxes will be measured per each unit. Materials
required and used in installation, such as bedding gravel, will not be
5-40
Technical Specifications &
Description of Pay Items
7
4.3
measured directly, but will be considered subsidiary to the Item "Ground
Boxes ".
Payment. Ground boxes, provided and installed in place as show~. 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.
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 direc~y, but will be considered subsidiary to the Item "Conduit".
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.
Technical Specifications &
Descaption of Pay Items
1.0
2.0
3.0
3.1
3.2
3.3
4.0
4.1
MULTIPLE CONDUCTOR AND SINGLE
CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE
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.
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.
CONDUCTORS
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.
The conductors shall be stranded unless otherwise specified in the plans and
specifications.
The number of size of the conductors shall be as specified in the plans and
specifications.
INSULATION
Multi-Conductor Cable
The insulating compound before application to the conductors shah be heat-
stabilized polyethylene conforming to the requirements of ASTM Designation D1
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 DI 351, latest revision, and ASTM Designation D470, latest
revision.
Physical Properties of Polyethylene Insulation
5-42
Technical Specifications &
D~scription of Pay Rtms
!
m ~
4.2
4.3
4.4
am
Initial Properties:
Tensile strength, lbs. per sq. in., minimum
Elongation at rupture, percent, minimum
1400
350
After 48 hours in air oven at 100°C:
Tensile strength, percent of original, minimum
Elongation at rapture, percent of original, minimum
75
75
Cold Bend Test, 1 hour at -55°C;
plus or minus 1 degree no cracks
(Mandrel diameter 2.5 times insulation diameter).
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.
Moisture Absorption
a. After a twenty-four hour immersion in tap water at 50°C plus or minus I°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-61402, NEMA WCS, latest revision.
Electrical Properties
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.
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 1.
5..43
Technical Specifications &
Descvfl, aon of Pa~ lten~s
C4
The Dielectric Strength and Insulation resistance Tests shall be conducted in
accordance with the requirements of ASTM Designation 13470, latest
revision.
TABLE 1
INSULATION TI-HCKNESS, 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
4.6
Single Conductor Cable
The insulation shall be tough, durable, stabilized polyvinylchloride compound
meeting the requirements of Underwriter's Laboratories Type THW.
The physical characteristics of the insulation shall be as given in Table 11. Tests
of these characteristics shall be made in accordance with ASTM designation
D-470, latest revision.
5..44
Technical SpeciJ~cations &
D~seription of Pay Item
!
4.7
TABLEH
Initial Properties:
Tensile strength, Ibs. per sq. inch, rain.
Elongation, percent, rain.
After 120 hours in Air Oven at 100°C:
Tensile strength, percent of original, rain.
Elongation at rapture, percent of original, rain.
Cold Bend Test. 1 Hour at -55°C, no cracks
(Mandrel Diameter 2.5 times covering diameter)
Flame Test, self-extinguishing in minutes, max.
2300
250
85
60
Thickness, Diameters and Weights
The completed conductor shall conform to the requirements of Table BI.
The thickness of the insulation shall be not less than 90% of the nominal
value in Table
The minimum spot thickness shall be not less than 70% of the nominal
thickness.
TABLE HI
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
1,0
CONDUCTOR COLOR CODING
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 tm.e of
545
Technical $ptcifications &
D~scripaon of P~ lUras
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.
TABLE IV
CONDUCTOR COLORS AND SEQUENCE
Conductor No.
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Base Color First Tracer
Black
White
Red
Green
Orange
Blue
White Black
Red Black
Green Black
Orange Black
Blue Black
Black White
Red White
Green White
Blue White
Black Red
White Red
Orange Red
blue Red
red Green
orange Green
5-46
Technical Specifiattions &
Description of Pay Item
5.2
5.3
5.4
5.5
6.2
The color sequence may be repeated as necessary. Color code sequence applies
when cable is composed of mixed sizes.
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.
For combination cables consisting of pairs with single conductors, color code
sequence given in Table IV, shah be used for pairs, repeated as necessary.
Single Conductor Cable
Black covering shall be used for signal and power circuit positive. White
covering shal~ 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.
CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE)
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.
Multi-Conductor Cables Having More Than Two Conductors
a. In multi-conductor cables having more than two conductors, the Single
conductors shah be laid up symmetrically in layers with lay not exceeding
the following:
Number of
Conductors
3
4
5 or more
Length of Lay
35 times insulated conductor diameter
40 times insulated conductor diameter
15 times assembled core diameter
5-47
Technical Specifications &
Description of Pay Items
!
6.3
6.4
7.0
7.1
Each layer of conductors in the cable shah 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.
Fillers shah 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.
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.
JACKET (MULTI-CONDUCTOR CABLE)
Over the taped conductor assembly there shall be applied a tightly fitting
polyvinylchioride compound jacket which shall meet the following requirements
when tested in accordance with ASTM Designation D1047, latest revision.
Ttchnical Specifications &
Descripaoa of Pa~ Items
· :' ' HI II
7.2
C,
PHYSICAL PROPERTIES
OF POLYVINYL CHLORIDE JACKET
Initial Properties:
Tensile Strength, lbs., per sq. in., rain.
Elongation at rupture percent, min.
After 5 days in air oven at 100°C:
Tensile Strength percent of original, min.
Elongation at rupture percent of original, rain.
Head Shock Test, Air Oven, 1 hour at 121°C: no cracks
Heat Distortion Test, Air Oven, 1 hour at 121°C:
Decrease in thickness, percent, max.
Cold B~nt Test, 1 hour at -40°C: no cracks
Flame Test, minutes burning, max.
After 4 hours in ASTM No. 2 oil at 70°C:
Tensile Strength, percent of original, min.
Elongation at rupture, percent of original, min.
1800
250
85
60
5O
80
60
The nominal thickness of the jacket shall be as specified in Table V. The avenge
thickness shall be not less than 90% of the specified thickness. The minimum
thickness shall be not less than 70% of the nominal thickness.
TABLE V
Calculated Diameter of Cable Jacket Thickness
Under Jacket, Inches
0.425 and less 45
0.426 - 0.700 60
0.701 - 1.500 80
1.501 - 2.500 110
2.501 and larger 140
5-49
Technical Sptci~cations &
Description of Pay Items
[
8.0
8.1
8.2
9.0
9.1
9.2
9.3
9.4
10.0
IDENTWICATION
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.
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.
SAMPLING, INSPECTING AND ACCEPTANCE
Inspection and tests shall be made prior to shipment and at the place of
manufacture.
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.
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.
Sample Tests - One sample for establishing conformity to this specification shall
be taken from each 10,01210 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.
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
5-50
Technical Specifications &
Description of Pay Items
11.0
11.1
11.1.1
11.1.2
11.1.3
11.1.4
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.
INSTALLATION OF CABLE
General
The cables shall be installed in the conduit. The conduit must be continuous,
reasonably dry, completely free of debris, and without any sharp projections,
edges, or short bends. The conductors shall be installed in such manner and by
such methods as to insure against harmful stretching of the conductor or damage to
the insulation and shall conform to the recommendations of the cable manufacturer.
The Contractor shah furnish, at the request of the Engineer, at least two copies of
the manufacmrer'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.
All cables in a given conduit mn shah 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 direc~y 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 maximm pulling tension in each case.
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 ContracWr 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.
The manufacturer's recommended maximum pulling tensions shall not be exceeded
under any circumstances. If so required by the Engineer, the Contractor shall insert
a dynamometer in the pull wire as the cables are being pulled into the conduit to
demonstrate that the maximum tensions are not being exceeded. The cable shall be
fed freely off the reel into the conduit without making a reverse curve. At the
pulling end, the pull wire and or other suitable devices shah 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
Technical Specifications &
Desct~paon of Pay Hems
11.1.5
11.2
11.2.1
11.3
11.3.1
11.3.2
11.4
11.4.1
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.
The cables shall be nea~y trained to theft 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.
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.
Controller Cabinet Wiring
Wiring for the controller shall consist of connecting to its terminals (1) wires to
signals (2) wires to detectors (3) wires to pedestrian push buttom (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.
All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to
their destination and nea~y laced together. Communication and detector lead-in
cables shall be clearly identified by use of metal or plastic tags. For example:
Eastbound Right Lane.
Signal Head Wiring
Wiring for the signal head shall consist of connecting the terminal block in each
signal section to the common terminal block in each signal face and where
applicable, connecting the common terminal block in each signal face to the
terminal block in the signal-head terminal compartment. All such connecting wires
shall be number twelve (12) American Wire Gauge. All conductors running from
any terminal points located in the pole or transformer base to the signal head
Technical Specifications &
Description of Pay Items
7
11.5
11.5.1
11.5.2
11.5.3
11.5.4
terminals shall likewise be number twelve (12) A.W.G. The Contractor shall
furnish the NO. 12 A.W.G. for this work.
Terminals and Splices
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.
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 Found 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 tiame will not
be permitted. Care shall be used to protect the insulation when soldering. The
entire surface shall be cleaned taking special care in cleaning outside jacket in order
to remove the wax finish. Before the first layer of tape is wrapped, the entire area
shall be coated with an electric grade rubber cement. After this solvent has dried,
the connection shall be insulated with electrical grade rubber splicing compound
tape to proper thickness. This tape requires a pressure and thus must be stretched
to 2/3 width when applied. The completed splice shall be covered with a half-lap
layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape
shall not be stretched more than necessary.
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.
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
Technical Specifications &
Description of Pay lures
11.6
11.6.1
11.7
11.7.1
12.0
12.1
12.2
12.2.1
12.3
12.3.1
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.
Enclosed Wiring
Except for span wire suspended cables and electrical wiring within steel signal
poles, all cables and single conductor wire above the Found 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.
Identification of Signal Wires
IMSA color coded signal cable
and controllers. Colors shah be
point of termination. Splices will
shah be used to wire bases, pullboxes
continuous from the point of origin to the
be permitted if same colors are spliced.
GROUNDING AND BONDING
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.
Signal and Controller
The signal pole housing, controller housing, signal common and service common
shall be grounded. All groundings shall be as shown on the plans and/or may be
indicated in the manufacturer's specifications and wiring diagrams. All grounding
devices used shall conform to the requirements of the National Electrical Code.
The service common at the pole from which the power is taken shall be grounded.
Conduit and Signal Posts
Metal conduit and metal signal posts or pedestals shall be bonded to form a
continuous system and shall be effectively grounded. Bonding jmpers shall be No.
8 copper- wire or equal.
Technical Specifications &
Description of Pay Items
12.4
12.4.1
13.0
14.0
Grounding Connectors and Electrodes
The grounding conductor shall be a No. 8 A.W.G. sWanded copper wir~. The
conductor shall be bonded to ground rods. Ground rod electrodes shall be copper-
bonded steel being at least 3/8 inch in diameter and shah 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.
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.
GUARANTY
If it is the normal trade practice for the manufacturer to furnish a guaranty for the
work provided herein, the Contractor shall mm 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.
Technical Specifications &
Dtscription of Pay Items
'!'[ .... ! r':"
1.0
2.0
2.0.1
2.0.2
2.0.3
2.0.4
2.1
2.1.1
VEHICLE AND PEDESTRIAN DETECTORS;
DETECTOR AMPLIFIERS; LEAD-IN CABLE; PEDESTRIAN
PUSH BUTTONS; INSTALLATION PROCEDURES
GENERAL
This specification covers minimum design and functional requirements of
electronic loop detector amplifiers, lead-in cable for loop detectors, pedestrian
detector push buttons, and the installation requirement for detector components
within a traffic signal system.
LOOP DETECTOR AMPLIFIER
All loop detector units supplied for this project shall meet the latest NEMA
requirements.
The loop detector units provided shall be digital. solid state devices designed for
120 VAC operation and stand alone shelf mounting.
The loop detector units shall be dual channel units and operate in three modes-
delay, extension, and normal.
The loop detector unit shall also provide the following features:
"Failsafe" open loop recognition responds to broken loop/lead-in connections with a
continuous call and indication.
"Remote Reset" is a ground level signal which resets presence indications of
suspicious calls. Open loop memory shall not be lost, and an open loop indication
cannot be reset.
"Open Loop Test" feature allows the detector to continue to operate on
intermittently open loop systems. A momentary open (broken wire, poor splice,
loose connections) will be stored in memory.
Functional Requirements
The unit shall be capable of detecting presence of any vehicle with a metal mass,
stopped or moving at speeds up to 80 MPH within the detection zone of an
induction loop.
5-56
Technical Specifications &
Description of Pay It, ms
F
,,
,
F
2.1.2
2.1.3
2.1.4
2.1.5
2.1.6
2.1.7
Detection shall be purely electronic and shall respond to a change of inductance of
the loop caused by the presence of a vehicle in the field of influence of the loop.
Inductive tuning to loops of various configurations shall be automatic, the unit
accommodating loop circuits in the range of 0 to 2000 microhenries. Tuning
controls of any kind of this function will not be acceptable.
Each unit or detection channel shall be self tuning on initial turn-on and self
returning within 10 seconds of reactivation or restoration of electrical power.
In each unit or detection channel the method of measurement shall be crystal
referenced digital period counting. Multiple channels within the same unit shall
operate on a sequential scanning bash, that is, only one channel per unit shall be
active at any point in time.
Each unit or detection channel shall be capable of operation in one of two front
panel switch selectable modes:
a,
Pulse Mode - A vehicle passing over the loop shall cause a programmable
output pulse of from 15 to 236 millisecond duration. In this mode the
detector shall rephase 2 seconds after initiation of the above described
output pulse. The rephase sequence shall allow detection of the smallest
detectable vehicle, three seconds subsequent to detection of a stopped
automobile in the loop field.
Presence Mode - Continuous output based on continuous occupancy of the
loop field. Minimum hold time for smallest detectable vehicle shall be four
minutes. Hold time for automobiles shall be no more than 120 minutes and
no less than 60 minutes with a 3 turn compact loop and minimum cable
lead-in.
At least three (3) front panel switch selectable levels of sensitivity shall be provided
in each unit or detection channel, for each mode described in paragraph 2.1.5.
Sensitivity range shall be adequate to detect both the smallest and the largest
detectable vehicles stopped or passing over various loop configurations, with lead-in
cable length up to 1000 feet.
"Channel active" indicator lamps, front panel-mounted shall be provided for each
detection channel, and shall be visible in bright sunlight. Each detection channel
shall be provided with a front panel-mounted "off' switch for deactivation, and a
"write-on" pad for traffic movement association identification.
5-57
Technical Specifications &
Descripaon of Pay Items
2.2
2.2.1
2.2.2
2.2.3
2.2.4
2.2.5
2.2.6
2.2.7
Electrical Requirements
Detector amplifier units shall be either of the two types described below. Type
determination shall be based on practical application and space utilization within the
controller cabinet.
Shelf-mounted, self-powered units shall include two detection channels and
operate on input voltage from 95 VAC to 135 VAC, (Power supply
contained in unit). Single channel units shall interface with a 10pin (MS-
3 106A18-15) mating connector. Dual channel units shall interface with one
19-pin (MS-3106A22145) or two 10-pin (MS-3106A18-1S) connectors.
Varistors between power line leads shall be provided to limit peak transient
voltage to 270 VDC.
Each detection channel shall be provided with an isolated output circuit such that
detection is indicated in a conductive state by either: (a) An output relay (250 V @
1A or 28 V @ 2A resistire load), (b) An optically isolated Darlingon transistor (30
VDC @ 50 MA). Selection of one of the above output options shall be based on
practical application to the type of signal controller used.
Operation of detection channel shall not terminate if loops are defective through
either single point leakage to ground, or short to ground.
Circuitry in the detection channel shall be such that output response to an open loop
is selectable as either a detection or "no detection".
Each detection channel shall have circuit board programming capability to modify
performance for particular applications as follows:
Pulse Mode: Output duration of pulse shall have for programmable nominal
values of 15, 19, 118 and 236 milliseconds.
Presence Mode: Gradual adapt hold time shall be programmable such that
an automobile on a 3-turn 6' x 6' loop will be held in one of three ranges;
1/2 to 1 hour, 1 to 2 hours or 2 to 4 hours.
Each detection channel shall be protected against lightning strikes. It shall be
capable of withstanding the discharge of a two (2) microfarad capacitor charged to
1000 volts across the loop terminals and from each loop terminal to earth ground.
The detection system(s) shall operate properly at temperatures from -350°F to +
165°F. and at relative humidity to 100%.
Technical Specifications &
Description of Pay Items
2.3
2.4
3.0
3.1
3.1.1
3.2
Documentation
Each detector unit shall be provided with the following:
a. Complete and accurate schematic diagram(s).
b. Complete installation procedures.
c. Complete performance specifications, electrical and mechanical.
d. Complete parts list including names of vendors for parts not identified by
universal part numbers (JEDEC, RETMA or EIA).
e. Pictorial of component layouts or circuit board(s).
f. Maintenance and trouble shooting procedures.
g. Stage by stage theory of circuits and their operation.
Guaranty
If it is normal trade practice for the manufacturer to furnish a guarantee for the
work provided herein, the Contractor shall turn this guarantee over to the Engineer
for potential dealing with the guarantor. The extent of such guarantee will not be a
factor in selecting the successful bidder.
LOOP DETECTOR INSTALLATION
Description
This section specifies the Contractor's responsibility for loop vehicle detector
installation. This item shall govern for furnishing and placing of detector loops of
all configurations and dimensions shown on the plans, loop wire, attachments, loop
testing, and incidentals necessary to properly install detector loops.
Materials
3.2.1
Loop wire conductors shall be//12 AWG, soR drawn, stranded wire, Type THHW
or Type XHHW, rated for 600V.
Technical Specifications &
Description of Pay Items
7__
3.2.2
3.3
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
3.3.8
Detector lead-in cable shall be a twisted 100% shielded pair of No. 14 AWG
stranded wire and a No. 16 AWG stranded drain wire in a chrome vinyl jacket.
(Beldon 8720 or an approved equivalent shall be used).
Detector Loop Installation
The installation of loop detectors shall occur as indicated on the plans "Detector
Details."
The layout of the loop detector shall be performed by the Contractor in the presence
of the Engineer. The Engineer shall be notified in advance of installation at a
particular site location and will verify the spotting by the installation crew. In the
event that it is not possible for the Engineer to be available as specified above, the
Contractor slrall proceed with the layout task. Detector loop locations relative to
the back of curb as shown on "Layout Plans" shall be maintained, unless written
permission is received from the Engineer.
Slots shall be cut in the roadway, as shown in the plans, into which the loop wire
shall be installed. The saw slots shall be cleaned thoroughly with clean dry air
from an air compressor. The saw slots shall be checked and cleared of any debris
and jagged edges before the loop wires are placed. The loop wires shall be placed
in the saw cut with a non-blunt object.
Slot sealant shall be a one-part formula, requiring no mixing, as Type 3M detector
loop sealant, or approved equal. All saw cuts must be of sufficient width and
depth, that all loop wire contained in the cut is completely encapsulated when the
epoxy sealant is poured.
Loop wire cable shall nm continuously, without splicing from the Found box,
through the 1 "connecting conduit to the loop configuration in the pavement and
returned through the conduit to the ground box, for connection to lead-in cable.
The successive turns of loop wire for each different loop configuration is shown on
the "Detector Details." The two lead-in wires shall be twisted together to form a
symmetrically twisted pair. The loop lead-in shall be twisted a minimum of five (5)
turns per foot.
Where two or more loop lead-ins enter a ground box, a minimum separation of one
(1) foot shall be maintained between loop leads underneath the pavement surface.
A minimum of 2" loop wire slack shall be provided at each expansion joint in the
concrete pavement.
Technical Sl~cificaaons &
Description of Pay Ittms
'~ ' ~l IT ]'r
3.3.9
3.4
3.4.1
3.4.2
4.0
The loop wires shall be connected to the detector lead-in cable in the pullbox
adjacent to the loop location. Each individual connection shall be a waterproof
splice in which the conductors are soldered and wire nutted. The drain wire in the
lead-in cable shall be left open a he splice and grounded at the cabinet terminals
only, unless other is re c recommended y the detector manufacturer. The methods
of reinsulating shall have a dielectric strength at least equal to the original
insulation. The specific method of splicing shall be demonstrated to the Engineer
for approval.
Detector Loop Testing
Prior to pouring the slot sealant, the loop shall be checked in the pullbox for
continuity and resistance. Series resistance shall not be more than 10 ohms. In
addition, the integrity of the insulation shall be checked by applying a megget
between each end of the loop lead-in and the nearest reliable electrical ground (e.g.,
street light, fire hydrant, etc.). In the event that no available ground exists, a
suitable ground shall be established for the measurement (e.g., driven metal spike).
The megger reading shall not be less than 10 megohms under any condition. The
Contractor shall document the results of the megger test and submit docmentation
to the Engineer for approval. Tests shall not be performed without prior
notification of the Engineer.
After the slot sealant has been placed and the detector lead-in cable has been spliced
to the loop wire and the spliced sealed, the Contractor shall repeat the tests as
described in Section 3.4.1 except that the tests shall be performed in the controller
cabinet. The Contractor shall document the results of this "after" test and submit
documentation to the Engineer for approval. If the loops do not meet the test
requirements, the Contractor shall find the cause for the test failing and correct the
fault to the satisfaction of the Engineer and retest the loop and lead-in all at the
expense of the Contractor.
PEDESTRIAN PUSH BU'YrONS
Pedestrian push buttons, when required, shall be mounted 3' 6" above the
ground or sidewalk and shall be of the type that have permanent type signs within
the detector unit or signs permanently attached to the unit which explain the
purpose of the push buttons and indicates which crosswalk signal is actuated. Push
buttons shall be of the direct push contact type, entirely insulated from the
case and be of brass or other corrosion resistant material. The assembly shall
be sturdy, weatherproof and secure against electrical shock to the user. The
Technical $l~eifications &
Description of Pay Item
4.1
4.2
5.2
5.3
case of the unit shall be tapped for 1/2 inch pipe, for appropriate conduit
connection.
The push button shall be activated by a minimum 11/4" convex plunger. A
protective shroud shall encircle the plunger to deter vandalism. The shroud shall be
east as part of the housing cover. The plunger shall protrude beyond the protective
shroud a distance adequate to accommodate the switch travel.
While staking the pole locations, the contractor along with the engineer shall verify
the location of the push buttons and the direction of the arrows on the signs prior to
installation.
MEASUREMENT AND PAYMENT
Loop Detector Amplifiers
Loop detector amplifiers will be measured per each (channel) unit. (Multi-channel
amplifiers measured per each channel). Loop detector amplifiers, installed in place,
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 amplifier unit including
wiring harnesses and required power supply, surge voltage protectors and for all
labor, tools, materials, equipment and incidentals necessary to complete the work.
Loop Detector Installation
Detector loops will be paid for at the unit price bid for "Detector Loop", of the
types and sizes specified in the bid items. These prices shall each be full
compensation for furnishing and installing all detector loops, including marking
locations of loops, saw cuts, loop wires, sealant, attachment devices, and for all
labor, tools, equipment, and incidentals as necessary to complete the work.
Detector Lead-in Cable
Detector lead-in cable will be paid for at the unit price bid for "Detector Lead-in
cable, 2C//14 AWG" as shown in the plans. These prices shall be full
compensation for furnishing and installing all detector lead-in cable including the
splicing and testing and for all labor, tools, equipment, and incidentals as necessary
to complete the work.
Technical Specifications &
Description of Pay Items
5.4
Pedestrian Push Buttons
Pedestrian push buttons will be measured per each. Materials required and used in
instalhtion, such as supplemental signs and mounting hardware shah not be paid for
directly, but shall be considered subsidiary to the Item "Pedestrian Push Buttons".
Pedestrian push buttons, installed in place, 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 push buttons, supplemental use signs, and for all labor,
tools, equipment, materials and incidentals necessary to complete the work.
Technical Specifications &
Description of Pay Item
POWER SERVICE AND SERVICE EQUIPMENT
AND
GENERAL SYSTEM WIRING PROCEDURES
1.0
1.1
1.1.1
1.1.2
1.2
POWER SERVICE AND SERVICE EQUIPMENT
Power Service Connection
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.
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.
Power Service Equipment Requirements
Power service equipment shah meet the following requirements: (a) Lightning
arrestor will be provided. 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 provided. They shall be 125 Ampere Frame,
single pole, 120 volt, 5000 IAS meeting Federal Specification W-C-375A, installed
as shown on the Plans. (c) All miscellaneous hardware, i.e., conduit, conductors,
pedestal cabinet and weatherhead, shall be installed as shown in the Plan details.
Conductors shall be of the size indicated and be type THW meeting applicable
ASTM specifications.
SYSTEM WIRING METHODS
2.1 Controller
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.
Technical Specifications &
Description of Pay Itenu
2.2
2.3
2.4
2.5
2.6
Signal Heads
Wiring for the signal head shah comist 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 number twelve (12) American Wire Gauge.
All conductors running from any terminal points located in the pole or
transformer base, to the signal head terminals shall likewise be twelve (12)
AWG.
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.
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.
Wire and Cable
All wire and cable shall conform to the requirements shown on the Hans,
except wire and cable specifically covered by other items of this contract.
The minimum size of conductors shall be as indicated on the Hans.
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 Found 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.
Technical Specifications &
Description of Pay Items
! i;
2.7 Identification of Signal Wires
SECTION
2.8
2.9
2.10
2.11
3.0
3.1
3.2
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.
Signal and Controller
The signal poles, controller housing, signal common and service common
shall be grounded. All grounding shall be as shown on the Plans and/or as
may be indicated in the manufacturer's specifications and wiring diagrams.
All grounding devices used shall conform to the requirements of the
National Electric Code. The service common at the pole or service pedestal
from which the power is taken shall be grounded.
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.
After the signal cable connecting the signal and the controller is in place, the
untilled portion of the conduit openings shall be sealed with a sealing
compound in accordance with the National Electrical Code.
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.
MEASUREMENT AND PAYMENT
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.
Power Service
a,
Measurement. The power service will be measured per each unit.
Materials required in installation, such as lighming arrestor, circuit
breaker, enclosure, foundation, and incidentals will not be paid for
direc~y, but will be considered subsidiary to the Item "Power
Service Pedestal and Equipment".
5-66
Technical Specifications &
D~scriplion of Pay Item
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, lighming arrestor and required incidentals and for all
labor, tools, equipment, materials and incidentals necessary to
complete the work.
5-67
Technical Specifications &
J~scription of Pay Itwms
SECTION
1.0
1.1
1.2
RETROREFLECTIVE
PREFABRICATED PAVEMENT MARKINGS
SCOPE OF WORK AND GENERAL CHARACTERISTICS
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 Plan.~ 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.
Pavement marking material shall be a beaded/pigmented film product
especially compounded for traffic markings. Each container or roll shall be
clearly and adequately marked to indicate color, weight, type of material,
and lot or batch number (a lot or batch shall be defined as each individual
blend or mix that produces a finished product ready for use).
The materials shall have the following characteristics:
a. When in place for use, the markings shall be slippery when wet.
be
The material shall have adhesion to the surface sufficient to prevent
tearing, roll-back, shrinkage and lifting under all weather conditions.
When in place, the material shall not exhibit a tacky or sticky
surface.
de
Cold ductility of the material shall permit movement of same with
the normal shifting of the road surface without chipping or cracking.
The markings shall retain their original color, dimensions, and
position (relative to surface) under normal traffic conditions at road
surface temperatures from O°C (+ 32°1=) to 70°C (158°F).
When applied, the film material shall be 0.012" thick and essentially
have a uniform cross section with uniform density and material
quality throughout the thickness. The material shall be 95 percent
free of voids and holes and virtually free of blisters.
5-68
Technical Specifications &
Description of Pay Items
t
Markings in place shall be re~ectorized internally (premixed glass
beads irabedded in film). Texas Test Method Tex-828-B shall show
uniform retrodirective re~ectance throughout the markings.
2.0 MATERIAL REQUIREMENTS
2.1
At temperatures up to and including 70°C (158°F), materials shall not give off
fumes which are toxic or otherwise injurious to persons, animals, or property. The
material shall not be adversely altered by contact with sodium chloride, calcium
chloride, or other similar chemicals on or used on the roadway surface; or because
of the oil content of pavement materials; or form oil dropping from traffic. The
material shall not soften at 180°F when tested by the Ball and Ring Method,
American Society of Testing Materials (ASTM) Method E2S58T.
2.2 a.
The material shall consist of polymeric binder film, prime pigment
or pigments, filler pigment, and glass traffic beads in a uniform
blend so that any 90 to 100 gram sample shall be representative of
lot, batch, or mix sample.
A minimum of 90 percent of the binder shall be hydrocarbon
resins. The total binder content of the pavement marking
materials shall not be less than 25 percent nor more than 30
percent by weight.
C$
A minimum of 98 percent of the prime and filler pigments used
in the formulation, when washed free of resins by solvent
washing, shall pass a U.S. Standard Sieve No. 230 (0.0024 inch
opening).
The prime pigment of the white pavement marking material shall
be titanium dioxide and shall be a minimum of 12 percent by
weight of total material.
The prime pigment or pigments of the yellow pavement
marking material shall be medium chrome yellow or other
approved yellow pigments ranging from 10 to 15 percent by
weight of total material.
Teclmical Specifications &
Descripaon of Pa? Items
3.0
3.1
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
3.2
4.0
4.1
MATERIAL APPLICATION AND EQUIPMENT
The general application method, material, and equipment used shall conform with
the rnanufacturer's recommendations. All lane and word/symbol marking
configurations shall be in accordance with the "Texas Manual on Uniform Traffic
Control Devices", as curren~y amended. The general application procedure is as
follows:
Clean the road surface by high pressure air. Blast cleaning may be required by the
Engineer on existing road surfaces.
Pro-mark the road surface with chalk or crayon where the markings are to be
applied.
Prime the road surface using recommended primer and applicator, extending
beyond outlined area a minimum of 1 ".
Apply marking material in accordance with manufacturers specific
recommendations making sure all edges are firmly adhered and no material is
overlapping.
Tamp or roll the applied markings with a minimum 200 lb. load.
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.
CONSTRUCTION METHODS
The Contractor shall use a crew experienced in the work of installing
pavement mar[rings and shall supply all the equipment and materials
necessary for the placement of the pavement markings.
The pavement marking material shall be applied within the material
temperature limits recommended by the supplier.
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.
Technical Specifications &
Description of Pay Items
Cleaning, shall be by any effective method, approvod by the
Engineer, that completely and effectively removes contsminants, 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.
Portland cement concrete surfaces shall be further prepared after cleaning
by complete sealing with a methylmethacrylate sealer or primer with
an adhesive or adhesion promoter, approved by the Engineer, prior to
placement of the markings. Methylmethacrylate sealers, adhesives, or
adhesion promoters shall match infrared spectra and/or other data of
approved materials of file at the Materials and Tests Laboratory in Austin,
Texas.
When deemed necessary by the Engineer, asphaltic surfaces exhibiting
polished aggregate shall be primed with a sealer, adhesive, or adhesion
promoter meeting the requirements specified for sealers, adhesives, and
adhesion promoters to be used on portland cement concrete surfaces.
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.
5.0
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 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.
5-71
Technical Specifications &
Dtsct~ption of Pay lttms
m
m
6.0
MEASURRMENT AND PAYMENT
Shown on the Plans are the specified colors, widths, and configurations of required
maricings along with a quantity computation for each type. Quantity estimates are
given for Contractor' s information only.
Measurement of applied material will be considered as described in the
Proposal and Plato.
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.
m
m
Tecinicai Sl~cifieaa~m &
D~scripaon of Pay Item