Loading...
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