Riverchase(3)-CN 870101SIGNALIZATION PLAN
FOR
RIVERCHASE
IN
COPPELL, TEXAS
JANUARY 1987
CONSULTING ENGINEERS. INC.
Dallas, Texas
ADDENDUM NO. ONE
February 20, 1987
SIGNALIZATION PLAN
FOR
' RIVERCHASE '
COPPELL, TEXAS
NATHAN D. MAIER
CONSULTING ENGINEERS, INC.
DALLAS, TEXAS 75231
REVISED BID DATE: February 25, 1987
TIME: 11:00 A.M.
The following revisions are made part of the plans and specifications for the
above project. Revise unit price and bid amount for the following items and
also revise the total bid amount for furnishing and installing traffic signal.
1. Revised Sheet No. 3 & 7.
2. Revised Bid Item No. 3.
3. Added Typical Span Wire Installation for Temporary Signal.
4. Clarification:
Sheet No. 3 indicated that 2 - 262 modules were to be installed, but
modeules were not included in the proposal. 262 modules are not required
for the signal system. If the price is included in the proposal, revise
the bid accordingly.
Sheet No. 1 shows four sensors along the railroad tract. Sensors will be
installed by the Railroad Company and shall not be included in the bids.
The Contractor will be responsible for the connection with the street
signalization.
NATHAN ~AIER CONSULTING ENGINEERS, INC.
The contractor shall acknowledge receipt of this addendum by signing this
add~m and returning it with revised total bid amouint by February 25, 1987.
R I VERCHAS E
Traffic Improvements
ITEM UNIT
N__O._ QUANTITY UNIT DESCRIPTION PRICE AMOUNT
1. 10 EA For furnishing and Installing
3 section signal head with 12'
lenses and astro mounting
brackets', complete in place,
the sum of
Dollars and
Cents each. $ $
2. 4 SA For furnishing and installing
4 section signal head with one
dual arrow, 12" lenses, and
vertical mounting headwall,
complete in place, the sum of
~ollars and
/ Z /~ e c ~r( p e dF..~/~, r)~a~ signal
/h~pd/'with lqkl~ and pipe
Cents each. $ $
4. 8 EA For furnishing and installing
pedestrian signal push but-
tons. complete in place, the
sum of
Dollars and
Cents each. $ $
5. I EA For furnishing and installing
30 foot mast arm pole, com-
plete In place, the sum of
Dollars and
Cents each. $ $
6. 4 EA For furnishing and installing
signal pedestrial pole, com-
plete in place, the sum of
Dollars and
Cents each. $ $
TYPICAL SPAN WIRE INSTALLATION
~~~_~TRAIN WIRES
---.- GUY V/IRE
GUY WIRE~
~ ~i , I 0' ~_~-2' PIPE
/POWER POLE
METAL POLE .
L J ' L J
NO TES: '-- ANCHOR
DOWN GUY I. EXACT LOCATION OF METAL POLE ~ SIDEWALK GUY
THE TYPE OF' GUY USED SHALL BE
DETERMINED BY THE ENGINEER A T
THE BEGINNING OF INSTALLATION.
Z. INSTALLATION MUST BE PERFORMED
DURING PHASE 2 STAGE 2
OF THE CONSTRUCTION SEQUENCE PLANS. NATHAN D.
TA~LI~ OF COlqTi~/TS
Notice to Bidders
Proposal
Technical Specifications:
Part A - Equipment Specifications
Part B - Special Provisions for Installation
of Traffic Signals
Standard Form of Agreement
Performance Bond
Payment Bond
General Conditions of Agreement
NOTit;K TO BIDDERS
Seaied proposals, addressed to Riverchase Joint Venture, c/o Nathan D. Naier
Consulting Engineers, lnc., will be received in the offices of Nathan D. Naler
Consulting Engineers, Inc., 8800 North Central Expressway, Suite 300, Dallas,
Texas, 75231, until 11:O0 A.N., February 17, 1987, and then privately opened
and read aloud for the installation of the traffic signals at the intersection
of Belt Line Road and MacArthur Bouievard.
The proposal shall be made on the form attached hereto and shall be submitted
in a sealed envelope which shall be marked on the outslde that it is a bid for
said project.
All proposals shall be accompanied by a cashier's or certified check upon a
national or state bank in the amount of five (5) percent of the total maximum
bid price payab]e without recourse to Rlverchase Joint Venture, as their
interest appears, or a bond in the same amount from a surety company autho-
rized to do business in the State of Texas, as a guarantee the bidder wiii
enter into a contract and execute a performance bond and a payment bond within
fifteen (15) days after notice of award of the contract to him. The notice of
award of contract shall be given by the Owner within 30 days following opening
of bids.
All bonds will be returned to the respective bidders after the bids are opened
except those of the three lowest bidders, which the Owner may elect to hold
until after the successful bidder has executed the contract. Thereafter, ail
remaining securities, Including the securlty of the successful bidder, will be
returned. The successful bidder must furnish payment and performance bonds
upon the forms included with these contract documents, each in the amount of
one hundred (100~) percent of the contract price, from an approved surety
company authorized to do business In the State of Texas to act as surety (and
acceptable according to the latest list of companies holding certificates of
authority from the Secretary of the Treasury of the United States).
The right is reserved as the interest of the owner may require to reject any
and all bids and to waive any informalities in bids received, except time of
filing of the bid.
Specifications and bidding documents may be secured from the office of the
Engineer, Nathan D. Maler Consulting Engineers, Inc., 8800 N. Central Express-
way, Suite 300, Dallas, Texas, 75231, for a $20.00 non-refundable fee.
The bidder should carefully examine the specifications and other documents and
fully Inform himself as to all conditions and matters which can in any way
affect the work or cost thereof.
All construction described in this proposal and construction drawings shall be
done in accordance with the Standard Specifications of the City of Coppell,
Texas, Dallas County, and the State of Texas.
Should a bidder find discrepancies In or omissions from the specifications or
other documents, or should he be In aoubt as to their meaning, he should at
once notify the Englneer and obtain clarification prior to submitting bid.
Successful bidder must begin construction ~lthtn ten (10) ~orklng days of
receiving notice to proceed (work order).
RIVERCHASE JOINT VENTURE
PROPOSAL
Rlverchase Joint Venture
c/o Nathan D. ~aler Consulting Engineers, Inc.
8800 North Central Expressway, Suite 800
Dallas, Texas 75231
The undersigned, as bidder,.declares that the only person or parties inte-
rested in this proposal as principals are those named herein, that this propo-'
sal is made without collusion with any other person, firm or corporation: that
he has carefully examlned the form of contract. Notice to Bidders, specifica-
tions, and the plans therein referred to, and has carefully examlned the
locations, conditions and classes of all materials of the proposed work: and
agreed that he wi]l provide all the necessary labor, machinery, tools, appara-
tus, and other items incidental to construction and will do all the work and
furnish all the materials called for in the contract and specifications in the
manner prescribed therein and according to the requirements of the Englneer as
therein set forth.
It is agreed that unit prices may be increased to cover additional work
ordered by the Engineer, but not shown on the plans or required by the speci-
fications, in accordance with the provisions of the General Conditions. simi-
larly, they may be decreased to cover deletion of work so ordered.
All rights whatever of the contractor hereunder or otherwise with respect to
any lien. are made expressly subordinate and inferior to all rights of First
Texas Savings Association.
The undersigned bidder proposes to furnlsh and install the following items at
the following prices:
In the event of the award of a contract to the undersigned, the unaersignea
will furnish a performance and a payment bond, provided by a surety company
authorized to do business in the State of Texas. each for the full amount of
the contract, to secure proper compilance with the terms and provisions of the
contract, and to insure and guarantee payment of all lawful claims for labor
performed and materials furnished in the fulfillment of the contract.
The work proposed to be done shall be accepted when fully completed and
finished in accordance with the plans and specifications, to the satisfaction
of the Owner. ' '
The undersigned certifies that the bid price contained all items as stated
above and has taken into consideration the General and Special Conditions of
this contract document.
Receipt is hereby acknowledged of the Addendum numbered ~-~-- to
the Contract Documents.
BIDDER:
(Corporate Seal ) Tltle: VICE-PRESIDENT
STANDARD FOP. bi OF AGREEHENT
As Adopted By
THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS
October 7, 1971
Revised November 17, 1928
Revised April 15, 1932
Revised October 27, 1934
' ' Revised October 19, 1945
Revised April 8, 1954
Revised April 21, 1960
Revised October ?, 1971
Approved as to Legal Form by
Legal Counsel
STATE OF TEXAS
COUNTY OF DALLAS
THIS AGREEMENT, made and entered into this April 8 ,
A.D. 1987, by and between Riverchase Joint Venture
of the County of Dallas and State of Texas, acting through
Nathan D. Maler Consulting Engineers, Inc. ,
thereunto authorized so to do, Party of the First Part, hereinafter termed
OWNER, and Sharrock Electric, Inc.
of the City
of Dallas , County of Dallas , and State of Texas , Party of the
Second Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the Party of the First
Part (OWNER), and under the conditions expressed in the bond bearing even date
herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with
the said Party of the First Part (OWNER) to commence and complete the con-
struction of certain improvements described as follows:
Signal construction for Belt Line Road and MacArthur Blvd. in the Rlverchase,
Coppell, Texas, and all extra work in connection therewith, under the terms as
stated in the General Conditions of the Agreement and at his (or their) own
proper cost and expense to furnish all the materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other accessories and
services necessary to complete the said construction, in accordance with the
conditions and prices stated in the Proposal attached hereto, and in accor-
dance with the Notice to Contractors, General and Special Conditions of Agree-
ment, Plans and other drawings and printed or written explanatory matter
thereof, and the Specifications and addenda thereof, as prepared by Nathan D.
Maier Consultin~ Engineers, Inc., herein entitled the ENGINEER, each of which
has been identified by the CONTRACTOR and the ENGINEER, together with the
CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and
the Performance and Payment Bonds hereto attached: all of which are made a
part hereof and collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within fifteen (15) days
after the date written notice to do so shall have been given to him, and to
substantially complete the same within 45 calendar days after the date of the
written notice to commence work. subject to such extensions of time as are
provided by the General and Special Conditions.
.TILE OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the contract.
IN WITNESS WHEREOF. 'the parties to these presents have executed this
Agreement in the year and day first above written.
Riverchase 3oint Venture
bv Terra Land Development Co.,
venture manager ~ Party of the Second Part (CONTRACTOR)
~_~.~y P~t~son, President
~TTEST: ~TTEST:
PERFORMANCE BON~
Bond #TX-424163
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That Sharrock Electric, Inc. __of the City of Dallas
County of Dallas , and State of Texas ,
as principal, and Merchants Bonding Company (Mutual) ,
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto Rtverchase Joint Venture
(Owner, in the penal sum of Sixty-tmDthor-~_nd,~-~~-edfift~cbllars--~75/100
Dollars ($62,957.75 ) for the payment whereof, the said Principal and Surety
bind themselves, and 'their heirs, administrators, executors, successors and
assigns, 3ointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the 8th. day of April , 19~ to which
contract Is hereby referred to and made a part hereof as fully and to the same
extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the cove-
nants, conditions and agreements in and by said contract agreed and covenanted
by the Principal to be observed and performed, and according to the true
Intent and meaning of said Contract and the Plans and Specifications hereto
annexed, then this obligation shall be void; otherwise to remain in full force
and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provislons
of (Article 5160 for Public Work) (Article'5472d for Prigate Work)* of the
Revised Civil Statutes of Texas as amended and all liabilities on this bond
shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein."
Surety, for value received, stipulates and agrees that no change, exten-
sion of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawtnss accompa-
nying the same, shall tn anyway affect Its obligation on this bond, and it
does hereby waive notice of any such change, extension of time, alteration or
addttton to the terms of the contract, or to the work to be performed there-
under,
*Not applicable for federal work. See "The Miller Act," 40 U.S.C. 8270,
IN WITNESS WHEREOF, thc said Principal and Surety have sillncd and scaled
this instrument this ~22~___. 1987.
_ $~r~L~k Electric, Inc.
Principal ~ Surety
B~ t " ~ ~,~J'
~.. ,, ,..-' ~-.. ~ ,-... ~,~ &
Tttle__ " T~tle ~ ~1, At~~.
The name and address of the Resident Agent of Surety is:
~arles Fresm~ Insur-~n~e k3ency, P.O. Bc~ 475758, Garland, Texas 75047
IVII=.HL;riAN I b DUNUII~iL~ ~,UIViI-'AN Y
MUTUAL
DES MOINES, IOWA
POWER OF ATTORNEY
- Know All Men By These Presenls, thai the MERCHANTS BONDING COMPANY (Mutual}. a corporahon duly orcjan~ze0 under lhe laws
of the State of Iowa. and having ifs principa! office in Ihe C~ty of Des Moines, County of Polk. Slale of Iowa. ha'.h made. constifuled and
appo~nled, and does by these presents make, constilule and appoinl
Kim McConnell
of Austin and Slate ol Texas ,ts Irue and lawful Atlomey-~n-FacI. wi~h full power
and authority hereby conferred in its name, place and steaD. Io sign, execute, acknowledge and deliver ~n its behalf,as surety:
Any and all bonds or undertakin9s provided that no bond or undertakin9 executed
under this authority shall exceed in amount the sum of ONE HUNDRED THOUSAND
($100,000.00) DOLLARS
an(:: Io b.nd the MERCHANTS BONDING COMPANY (Mutual) thereby as lully and Io the same exlenl as ~f such bond or underlak~ng was
s~gne,::l by the duly aulhonzed officers of lhe MERCHANTS BONDING COMPANY (Mutua~l. and all II',e acts of smd AIIo:ney. pursuanl to Ihe
authority here~n gwen. are hereby ratd~ed and confirmed
Th~s Power-of-Altorney ~s made and execuled pursuant Io and by author,fy of Ihe fo!lowing By-Laws adoptea by the BoarC of Direclors of
the MERCHANTS BONDING COMPANY (Mufual).
ARTICLE 2, SECTION eA. -- The Chairman of the Board or President or any Wce Pres~denl or Secretary shall have power an0
authority I0 appoint Altorneys-m-Fact. and to authonze lhem to execule on behalf of Ihe Company. a,"'o attach the sea~ of the
Company thereto, bonds and underlakings, recognizances, conlracts of indemnity and olhor wrd:ngs obh§a'.ory ~n Ihe nature thereof
ARTICLE 2. SECTION 6B. -- The signature of any aulhorized officer
a-y Power of Allorney or Cert,flcat~on thereof aulho'~z~ng the execution arzd de.ive.~., o
other suretyship obhgations of the Company, and such s~gnalure and seal when so used shall have the same lorce and effect as
though manually fixed.
In Wilness Whereof. MERCHANTS BONDING COMPANY (Mutual) has caused these presents fo be s~gned by its V~ce Presidents. and
its corporate seal to be hereto affixed, this ].ST day of ,..]'uly A D.. 19 86
Atlest: MERCHANTS BONDING COMPANY (Mutuah
,
o'~ '- 4, ,; ' ~'.
Executive V~ce Pres,cTent · ~ '...OINk% ..." ~, . Pres,dent
STATE OF IOWA
COON PO.K
On Ihis let day of July . ~9 86 , belore me appeared Rodney Bhss III
and William W. Warner. to me personally known, who being by me duly sworn did say that lhey are Executive Vice Presidenl and President
respectively of the MERCHANTS BONDING COMPANY (Mulual). th~ corporahon descnbed ~n Ihe Iorego~ng instrument, and that the Sea!
affixed to the said inslrumenl is Ihe Corporate Seal of the sa,d Corporation and fhal fhe sa~d ~nstrumenl was s~gned and sealed ~n behalf of
said Corporation by aulhodly of ils Board of Direcfors.
In Testimony Whereof. I have hereunto eel my hand and affixec~ my Official Seal. al Ihe City of Des Moines Iowa Ihe day and year t,rs!
above wdtten.
/.,,.... ....% ...
: ~ :' IOWA } m -' My Comm,s .... Exp,res
: : ..' 8/4/89
-.../%;.. ....
· COUNTY OF POLK .~.
· o. 'gfA".-.'"
'_' ...... ' I. Rodney Bliss III, Executive Vice President of the MERCHANTS BONDING COMPANY (MutuaJ), do hereby certPy
that the above and foregoing is a true and correct copy of the POWER OF A'H'ORNEY. executed by sa~d MERCHANTS
BONDING COMPANY (Mutual) which is still in force and effecl ..' '.: '-'' ..
' ' .-~9%N ~J C-,'.
In Witness Whereol. I have hereunto set my hand and affixed the seal of Ihe Company, at .'~ ("~_'.
this 27th day of March 19. 87 ; ~, ..'~',~;,'6;.;... ~".~ ',
..................--'~-"~=,~
THIS CERTIFICATE iS ISSUED AS A MATTER OF :NFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE hOLDER. THIS CERTIFICATE DOES NOT AMEND.
EXTEND OR ALTER THE CCVERAGE AFFORDED BY THE POLICIES BELOW.
S~I.;':.ELE S ~-' '-'- ............ '~" .........
............ ' ' COMPANIES AFFORDING COVERAGE
..... ~,-~ ~
,~..;~L..,:,~.,iX 753~'~'-':,/::.:. cc','~v-'A
-COU~N¥ H.~U,_~ ~ .,,; GEl';~'~,~'~ UNDER~2~i
LE~ER B - -
~NSURED
o..' .... i l'; C
SHA,,R~-u~ ELECTRIC, . ;COU~,N~
714 i~. DAVIS
~. . ~ COMPANY D
DALLAS, ~,~X,-:~ 7~ ....
COMPANh
' ~E~ER E
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN. THE INSU~NCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES.
~ ~ L'AEIL!TY L:MITS IN THOUSANDS
~PE OF ;NSURANCE :~ DOL'CY NUMBE; 2.'.-:' V','C:"" :x-~ V'-'D2"" ~ [~C~' I AGGREGATE
GENERAL LIABILITY~ ,-, '~ ~ ~_ 2'~ ...... '~ :i ~, ~ ~ 5 -- < ~ --.: '~' L/-- ::: j. -- '.: Y ' E-:': L'
~ COMPREHENS.~.E ;0EM '~'~' S
P~EMIS[S.-OPEaAT~ONS
~ u~gERGROU~D :~a~. ~ $
' ~:: ~ ~'-'~ $ "'90
~ ~NDEPENDENT C0~IT~CTORS
~ BR0~ FORM PROPER~ DAMAGE ~ 1~'" .q ~
~ PERSONAL INJURY : =ERSONAL ,NaUPY ~ $
AUTOMOBILE LIABILITY ~ ~' ~ ~-:: .-
~ A~L OWNED AUTCS .PR~V PASS: ~ ~ ~ :.k _-
; ~ i /'OTHER THAN~ "--=
~ ~. ; ALL OWNED AUTOS t PR!V PASS / : :[: ::;H''- $
NON-OWNED AUTOS DAMAGE S
~I ~ LiABIL-~ ;
~ CCMBNED~ U~
[xc~ss U,mUT~
OTHER T~AN dMBREL~A =0=M ~
A ~No ~ 5WC 27347~ 12-18-8o 12-1" ~ S IO00EAHACCiDEN7~
~ o - O 7 1 0 0 QDmSE~E-POLmCY UMI~
E~PLOYERS' LIABILITY ~ $ 1 0 0 qDISEASE-EACH ~MPLOYEE)
I
OTHER
i
DE~RIPT~N Of OPERATION~L~ATIONSNEHICLE~SPECIAL ITEMS
~[: Jo9 # 87357
BELT LiNE AT MoARTHUR
CERTIFICATE HOLDER CANCELATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
CETY OF C3PPELL PIRATI~%DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
C~ [-[.~ MAIL "DAYS WRI~EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
~~ :;al:;; :-I~ ~IL SUCH NOTICE SHA~ IMPOSE NO OBLI~TION OR LIABIL~
25~ PS~[;~L~' BLVD ~~: UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
COPPELL, ?EXAZ 7501~
ACORD 25 (8184) .. IIR/ACORD CORPORATION 1984
PAYMENT BOND
STATE OF TEXAS Bond #TX-424163
COUNTY OF DALLAS
.KNOW ALL MEN BY THESE PRESENTS: That _~El_e~ic, Inc.
_of the City of Dallas
County of F~]]a~ , and State of _~exas ,
as principal, and F~tsBc~Cknl~ (_Mutual)
authorized under the laws of the State of Texas to act as surety on bond~ ~-~
principals, are held and firmly bound unto Rlverchase Joint Venture
(Owner. in the penal sum of Sixty-twoth~,nineh~__fift~dollars&75/1CO
Dollars ($ 62,957.75 ) for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and
assigns, jointly and severally, by these presents:
WHEREAS. the Principal has entered into a certain written contract with
the Owner, dated the 8th day of April , 19&.Z to which
contract is hereby referred to and made a ~art hereof as fully and to the same
extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH. that if the
said Principal shall pay all claimants supplying labor and material to him or
a subcontractor in the prosecution of the work provided for in said contract,
then, this obligation shall be void; otherwise to remain in full force and
effect:
PROVIDED, HOWEVER. that this bond is executed pursuant to the provisions
of Article 5160 of the Revised Civil Statutes of Texas as amended and all
liabilities on this bond sha]l be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates ~nd agrees that no change, exten-
sion of time. alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompa-
nying the same, shall in anywise 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 there-
under.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
this instrument this Martin ;rT~ .... , 1987.
Address '~/Z-//~/ ~)~//-. ~ Address a~O N. r~.r, a~te 230
The name and address of the Resident Agent of Surety is:
(2harl~ Fresm~ ~ k3s~cy, P.O. B~x 475758, Garland, T~m~s 75047
MUTUAL
DES MOINES, IOWA
POWER OF ATTORNEY
· Know All Men By These Presents. lhat Ih· MERCHANTS BONDING COMPANY (M'Jlual), a corporahon duly organized under lhe laws
of the State ol Iowa, and having ils principal office in Ih· Cmly of Des Moines. Counly of Polk. Stale ot Iowa. halh made. conshtuted and
appoinled, and does by Ih·se presenls make. conslitule and appoinl
Klm McConnell
of Austin and Slale of Texas ils true and la~ul Atlorney-in-Facl. w~th full power
and aulhori~ hereby conlerred in ~ls name, place and slead. Io sign. execute, acknowledge and deliver ~n ils behalf as surely:
Any and all bonds or undertakings provided that no bond or undertaking executed
under this authority shall exceed in amount the sum of ONE HUNDRED THOUSAND
($100,000.00) DOLLARS
and to b,nd Ih· MERCHANTS BONDING COMPANY (Mulual) Ihereby as fully and Io Ihe same exlenl as ~l such bond or underlak~ng was
s~gned by the duly aulhorized officers of Ihe MERCHANTS BONDING COMPANY (Mulual). and all lhe acls of smd AIIorney. purstJanl to the
authonty herein g~ven, are hereby ratified and confirmed.
Th~s Power-of-Allorney ms made and execuled pursuanl Io and by authonty of the followmg By-Laws adopted by Ihe Board of D,reclo,s
the MERCHANTS 8ONDING COMPANY (Mutual).
ARTICLE 2. SECTION 6A. -- The Chairman of the Board or Presidenl or any Vice PresJdenl or Secrelary shall have power and
authorily to appoint Attorneys-~n-Facl. and Io authonze them lo execute on behalf of the Company. and attach Ih· seal of the
Company Iherelo. bonds and undertakings, recognizances, contracts of mdemn~ty and olher wrings ob:~gatory in Jhe nalure Ihereol
ARTICLE 2. SECTION 6B. -- The s~gnature of any auJhonzed officer m;O i.he Seat ol Ihe Ccmpany may be alfixed by lacs~m,e
any Power o~ AHorney or Certifical~on thereof aulhonz,ng the execution a;~.d dehve.w o! any Dona. unDer,ak,ha, recognizance
olher suretyshiD obligations of Ihe Company. and such signalure and sea~ when so [Jsed strait have Ih· same"lorce and effecl as
though manually fixed.
In ~,Mtness Whereol. MERCHANTS BONDING COMPANY (Mulual) has caused these presents to be s~gned by ~ts Vice Presidents. and
its corporate seal lo be hereto aflBxed, this 1ST day of July A.D.. 19 86
Attest: MERCHANTS BONDING COMPANY (Mulual)
,
: .. :.~. ,~: , .
· .,,,, ~ ~:....
Executsve V~ce Pres;dent ·
·· ~ '.?IN[% ... ~ · es,c~en!
STATE OF IOWA
On this 1st day o! July. .19 86 . before me appeared Rodney Bliss III
and William W. Warner. lo me personally known, who being by me duly sworn did say thai Ihey are Execulive Vice President and President
respeclively of the MERCHANTS BONDING COMPANY (Mulual). Ih3 corporalion described in Ihe foregoing instrumenl, and thai Ihe Sea~
affixed Io Ih· said instrument is the Corporate Seal of Ihe said Corporalion and thai the said mslrumenl was signed and sealed in behalf of
said Corporalion by authority of its Board of Directors.
In Testimony Whereof. I have hereunto sel my hand and affixec~ my Offioal Sea!. at the Crty of Des Momes. Iowa Ih· day and year hrs..'
above wnllen.
.." .~. C,- BAD4, "..
..~.. ........
.. '. ~ ee Notan/ Pubhc. Polk County. Iowa
· · :' IOWA ! m : MyComm, ss,onExl~,res
:
· ~" ." '"" STATE OF IOWA 8/4/89
:.. % ........ ..~,r ....
... ,9! A,~- · COUNTY OF POLK ss.
',' ...... " I. Rodney Bliss III. Executive Vice Presidenl of Ih· MERCHANTS BONDING COMPANY (Mutual), do hereby certify
that the above and foregoing is a true and correcl copy of Ihe POWER OF A'i-I'ORNEY, executed by said MERCHANTS
BONDING COMIdANY (Mutua) which is slill in force and effect _ · · '.~. '-' · · ·
' ' ..'gkN~ C ".
In Witness Whereof, I have hereunto set my hand and affixed lhe seal of the Company. at
this 27th day of March 19, 87 ~
:
· ~ :~r'-~1933 : ~.
. -~.~ ..- · ·
Th:s power of aJ[orr'ey exD;res TS CONTI'>,'rTjOUS
~"--~'-' ·
TABL~ ~N~ C~m~fENTS
!. Definition of Terms Page
l.Ol O~ner, Contractor ~ F_a~t~r ...................................
1.02 Contract DocLm~nts ......... .. ..................................... O-1
1.03 Sub-Contractor ...................................................
!. 04 Written Not/ce ................................................... G-1
1.05 Work ............................................................. G- l
1.06 Extra Work ....................................................... O-1
l.O? Norklng Day ...................................................... (I-2
1.08 Caler~lar Day ..................................................... G-2
1 09 Substantially Completed G 2'
2. Res~0~_~tbtlttie~ of t~e ~l~eer an~ t~e Contractor
2.0! O~ner-~l~r Relatlonsh/p ........................................ G-2
2.02 P~ofe~lo~al Ins~3ectlo~ by ~i~Jeer .............................. G-2
2.03 Payments for Hork ................................................ G-2
2.04 I~L~tial Dete~/~atlons ........................................... G-2 -
2.05 Objections ....................................................... G-3
2.06 Lines and Grades... -...----......- ........................4... G-3
2.0
2.08 Oontractor ~ s Understandtn~ ....................................... G-4
2.09 Character of Workmen ............................................. G-4
2.10 Contractor ~s Bu/l~
G-4
G-4
2. 3 :::::::::::.:::::::::::::::::::::::::::::::::
2.14 Defects and Their Remedies ....................................... G-5
2.15 Chan~es ~ Altemtio~s .......................................... (:;-5 - G-6
3. Genera/ Obligations and Responsibilities
3.01 Keeping of Plane and Spectflcattcms Accessible ...................
3.02 Ownership of Drawtr~s ............................................ G-6
3.03 Adequacy of Destgn ............................................... G-6
3.04 Right: of Entry ................................................... G-6
3.05 Collateral Contracts ............................................. G-6
3.06 Discrepancies and Qntsslons ...................................... G-6 - G-?
3.07 Equl~t, Materials and Construction Plant ...................... {3-7
3.06 zemages ..........................................................
3,09 Protection Against Accident to Emp.l.~ and ~ Public .......... G-7
3.10 Performance and Bonds ............................................ G-7
3 11 Losses from Natura/ Causes - G 8
3.12 Protection of Ad~ointng Propert~ ................................. G-8
3.13 Protection Against Claims of ~3-Contractors, Etc ................ ~-8
3.14 Protection Against Royalties or Patented Invention ............... ~-8
3.15 Laws and Ord/nancee ........................................ , ..... G-8 - G-9
3.~6 Asstg]~nent and Subletting ......................................... G-9
3.37 Ind~;-~lftcatton .................................................. 0-9
3.18 Contractor's Liability Insurance ................................. G-9 - G-Z0
3,[8. ! Certificate o~ Insurance ......................................... G-Z0
4, P~osecutlon aud Progress
4.01 Time and O~der o~ Completion ..................................... G-30
4.02 Extension o~ T]me ................................................ G-10
4,03 Hindrances and Deiays ............................................ G-10 - G-11
5. Measurement and Payment
5.0! Quantlties and Measurements ......................................
5.02 Estimated Quantities .............................................
§.03 Price of Work ....................................................
5.04 Partial Payment .................... ...........,................ (;-12
§.06 Final ~mpletlon and Acceptance . . G-12
5.O? Final Payment ....
G-12
G-13
5.08 Payments Withheld''''''''''''''''''''' ''''''''''' ''''''''' ' ''''''''''''''''''''''''''''''''''''''''''''''''''
.... G-13
5.09 Delayed Payments ................................................. G-13
6. Extra Work and C/aims
6,01 Ghange Orders .................................................... G-13
6.02 l~inor Cha~ .................................................... G-14
6.03 Extra Work ....................................................... G-14 - G-15
6.04 Time of Fl/lng Glaims ............................................ G-l§
6.05 Arbitration ...................................................... G-15
7. Ak~nd~nment of C~ntract
?.0! Ab~r~orm~nt by C~ntractor ........................................ G-I~ - G-l?
?.02 Abardorment by Ovmer ............................................. G-17
GENERAL CONDITIONS OF AGREEMENT
1.01 OWNER, COI~I~AC~KOR ~ F~GII~. ~ 0~I~, t~ ~ntracto~ ~ t~ ~I~
are those perso~ or organtzatlo~ Identified as such In the Agreement and are
referred to throughout the Contract Documents as ~f s~ngular ~n number and
m~ll~ ~n ge~e~. ~ te~m ~I~ me~ t~ ~I~ o~ his d~y aut~r~z~
~pr~entatl~. ~ ~I~ s~ll ~ ~e~t~ to ~ ~ ~I~ of t~ 0~,
and nothing contained In the Contract Documents s~ll create any contractual o~
agen~ relatt~hlp ~twe~ ~e ~SI~R ~ t~
1.02 CO--CT ~UM~. ~e Contract ~ents s~ll c~tst of t~ Nott~ to
Contractors (Advertisement), Special Conditions (Instructions to Bidders),
P~I, sl~ ~r~ment, Perform~ce ~ ~t ~ (w~n r~r~), S~tal
Bonds (when required), General Conditions of the Agreement, Technical
Specification, Plans, and all modifications thereof incorporated tn any of the
d~ents ~fore t~ ~tton of t~ ~r~ment.
The Contract Documents are complementary, and what ts called for by any one
s~ll ~ ~ bt~t~ ~ if ~11~ for ~ all. In ~e of ~ltct ~tw~n ~ of t~
~t~ct ~ents, prlori~ of lnte~retatlon s~ll ~ In ~ followl~ o~er:
St~ ~r~ment, Perform~ ~ ~ent ~, S~tal ~ (if ~y), P~I,
S~lal ~ttlom of ~ment, Nott~ to ~ntracto~, T~~i S~ifl~tto~,
Pi~, ~ 6~ral ~ttt~ of ~eem~t.
1.03 S~~~R. The term Sub-Contractor, as employed herein, includes
only those having a direct contract with the CONT~CTOR ~d it includes one who
furnishes material worked to a special design according to the pla~ or
s~ctft~ttom of ~s work, ~t d~ ~t tncl~e o~ w~ merely ~sh~ material
~t so wor~
1.04 ~~ ~ICE. W:ttt~ ~tl~ ~11 ~ d~m~ to ~ ~n d~y se~
If deltver~ in person to the tndlvld~l or to a member of the firm or to an
offt~r of the ~mtt~ for w~m it ts tnte~, or if ~lt~r~ at or s~t ~
~lste~ mall to ~ l~t ~1~ ~ ~m to ~m w~ gl~.t~ mtl~.
1.05 WO~. ~ ~~ ~1 ~1~ ~ ~ for all matert~s, ~1t~,
=~U, ~~t, t~ls, ~rtnt~m, l~r, s~t~, t~, ~ all
~t.r, light, ~w,r, ~1, t~rtattm ~ o~r factlttl~ ~ for t~
execution and completion of the work covered by the contract documents. Unless
o~mtse s~clft~, ~11 materials ~11 ~ ~w ~ ~ worship ~ materials
~11 ~ of a g~ ~11~. ~ ~~ ~11, If r~~, ~~ ~ttsfacto~
evidence as to the kind and ~llty of materials. Materials or work described tn
wo~ w~ch ~ ~ll~ ~ a well ~m t~~l ct tr~ m~ s~ll ~ ~ld
to ~fer to ~ ~tz~
1.06 ~ WO~. The term "~tra Work" as used tn this contract s~ll be
~dersto~ to mean and Include all work t~t may be re~r~ by the ENGINEER or
O~ to ~ d~e ~ t~ ~C~R to ac~mpltsh ~ ~, ~te}attm or a~ttlon
to ~e work shorn ~ ~ pl~, or r~bly lmplt~ W t~ s~ctfl~tt~, ~
not covered by the CONT~CTOR'S Proposal, except as provided ~der "Ch~ges ~d
Altemttom", herein.
G-1
1.07 WORKING DAY. A "Working Day" is defined as any day not including
Saturdays, ~ys or any legal holidays, in which weather or other conditions, not
under the control of the CONTRACTOR, will permit construction of the prin¢~pal
units of the work for a period of not less than seven (7) hours between 7:00 a.m.
and 6:00 p.m.
1.08 C~r.RNDAR DAY. "Calendar Day" Is any day of the week or month, no days
being excepted.
1.09 SUBS?AN~IAr. LY COMPLETED. By the term "substantially completed" is meant
that the structure _ha:_~ been made suitable for use or occupency or the facility is
in condition to serve its intended purpose, but still may require minor
miscellaneous work and ad3ustment.
2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will be the OWNER'S
repz~sentative during construction. The duties, responsibilities and limitations of
authority of the ENGINEER as the OWNER's representative during construction are as
set forth in the Oontract Documents a~ shall not be extended or limited without
written consent of the OWNER, and all of OWNER'S instructions to the CONTRACTOR
shall be issued through the ENGIN~&~
2.02 PROFESSIONAL INSPEGTION BY ENGINEER. The ENGINEER shall make periodic
visits to the site to familiarize himself generally with the progress of the
executed work and to determine if such work generally meets the essential
performance and design features and the technical and functional engineering
requirements of the Contract Documents; provided and except, however, that the
ENGINEER shall not be responsible for making any detailed, exhaustive,
comprehensive or continuous on-site inspection of the quality or quantity of the
work or be in any way responsible, directly or indirectly, for the construction
means, methods, techniques, sequences, quality, procedure, programs, safety
precautions or lack of same incident thereto or in connection therewith.
Notwithstanding any other provision of this agreement or any other Contract
Document, the ENG~ shall not be in any way responsible or liable for any acts,
errors, omissions or negligence of the OONTRACIOR, any subcontractor or any of the
(XA~R'S or subcontractor's agents, servants or employees or ~ other person,
firm or coZl0oratioll performing or attemptir<; to perform any of the
2.03 PAYNENTS FOR WORF~ The ENGINEER shall review CONTACTOR'S a~pllcattons for
payment and supporting data, determine the amount owed to 'the CONTRACTOR and
approve, in writing, payment to CONTRACTOR in such amounts; such approval of
payment to CONTRACTOR constitutes a representation to the OWNER of ENGINEER'S
professional Judgment that the work b~_- progressed to the point indicated to the
best of his knowledge, information and belief, but such approval of an application
for payment to CONTRACTOR shall not be deemed as a representation b~ ENGINm~R that
ENGINF. FR _b~_~ made any examination to determine how or for what purpose CONTRACTOR
has used the moneys paid on account of the Contract price.
2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine al/
claims, disputes and other matters in question between the CONTR~LTOR and the O~,~ER
relating to the execution or progress of the work or the Interpretation of the
Contract Documents and the ENGINRFR'S decision shall be rendered in writtn~ within
a reasonable time. Should the ENGINEER fall to make such decision within a
G-2
reasonable time, appeal to arbitration may be taken as if his decision had been
rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinlon of either party hereto, is not in accordance with the meaning and intent of
this contract, either party may file with the ENGINEER within thirty days his
written objection to the decision, and by such action may reserve the right to
submit the question so raised to arbitration as hereinafter pr~vided.
2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall
be furnished by the ENOINEER or his representative. Whenever necessary,
construction work shall be suspended to permit performance of this work, l~t such
suspension will be as brief as practicable and the CONTRACTOR shall be allowed no
extra compensation therefor. The CONTRACTOR shall give the ENGIN~.~R ample notice of
the time and place where lines and grades will be needed. Ail stakes, marks, etc.,
shall be carefully preserved by the CONTRACTOR, and tn case of careless destruction
or removal by him or his employees, such stakes, marks, etc., shall be replaced at
the CONTRACTOR'S expense.
2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate
attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary
assistants. The superintendent shall represent the CONTRACTOR in his absence and
all directions given to him shall be as binding as if given to the CONTRACTOR.
The CONTRACTOR is and at all times shall remain an independent contractor, soley
responsible for the manner and method of completing his work under this contract,
with full power and autl~rtty to select the means, method and manner of performing
such work, so long as such methods do not adversely affect the completed
Improvements, the OWNER and ENGINF]~R being interested only ln-ths result obtained
and conformity of such completed improvements to the plans, specifications and
contract.
Likewise, the CONTRACTOR shall be soley responsible for the safety of himself,
his employees and other person, as well as for the protection of the safety of the
improvements being erected and the property of himself or any other person, as a
result of his operations hereunder. Engineering construction drawings and
specifications as well as any additional information concerning the work to be
performed passing from or through the ENGINEER shall not be interpreted as
requiring or allowing CONTRAGT(~ to deviate from the plans and specifications, the
Intent of such drawings, specifications and any other such instructions being to
define with particularity the agreement of the parties as to the work the
CONTRAUIDR is to perform. CONTP~ shall be fully and completely liable, at his
own expense, for design, construction, Installation and use, or non-use, of all
items and methods incident to performance of the contract, and for all loss, damage
or injury incident thereto, either to person or property, including, without
limitation, the adequacy of all temporar,/ supports, shoring bracing, scaffolding,
machinery or equ/pment, safety precautions or devices, and similar items or devices
used by him during constructtom
Any review of work in process, or any vtalt or observation during construction,
or any clarification of plans and specifications, by the ENGINEER, or any agent,
employee, or representative of either of them, whether through personal observation
on the project site or by means of approval of shop drawings for temporary
construction or construction processes, or by other means or method, is agreed by
the CONTRACTOR to be for the purpose of observing the extent and nature of work
completed or ~ing performed, as measured ac3ainst the drawings and specifications
constitutir(; the contract, or for the purpose of enabling GONTRACTOR to more fully
understand the plans and specifications so that the completed construction work
will conform thereto, and shall in no way relieve the GONTRAGTOR from full and
complete responsiblity for the proper performance of his work on the pro3ect,
including but without limitation the propriety of means and methods of the
GONTRAGTOR in performing said contract, and the adequacy of any designs, plans or
other facilities for accomplish/ng such performance. Deviation by the CONTRAC1DR
from plans and specifications that may have been in evidence during any such
visitation or observation by the ENGINF. FR, or any of h/s representativ~s, whether
called to the CONTRACTOR'S attention or not shall In no way relieve CONTRAGTOR from
his responsibility to complete all work in accordance with said plans and
specifications.
2.08 CONTRAOTOR'S UNDERSTANDING. It is understood and agreed that the
CONTRACTOR has, by careful examination, satisfied himself as to the nature and
location of the work, the conformation of the ground, the character, quality and
quantity of the materials to be encountered, the character of equipment and
facilities needed preliminary to and during the prosecution of the work, the
general and local conditions, and all other matte=s which can tn any way affect the
work under this contract. No verbal agreement or conversatIon with any officer,
agent or employee of the OWNER or ENGIN~.F.R either before or after the execution of
this contract, shall affect or modify any of the terms or obligations herein
contained.
2.09 CHARAUTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly and
competent men, sk/llfu/ in the performance of the type of work requ/red under th/s
c~ntract, to do the work, and agrees that whenever the ENGINEER shall Inform h/m in
writing that any man or men on the work are, in his opinion, Incompetent,
unfaithful or disorderly, such man or men shall be discharged from the work and
shall not again be employed on the work without the ENGINEER'S written consent.
2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or
the erection of tents or other forms of protection, will be permitted only at such
places as the EN~ shall direct, and the sanitary corzlltlons of the grour~ls In
or about such structures shall at all times be maintained in a manner satisfactory
to the ENGINEE~
2.11 SANITATION. Necessary sanitaryconveniences for the use of laborers on
the work, properly secluded from public observation, shall be constructed and
matntatned bytheCONTRACTORtnsuchmannerandatsuchpointsasshallbeapproved
by theENGINW-~, and thelruse shall be strictly enforced.
2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such
promptness astocausenodelay ln h/s own work or in that of any other Contractor,
four checked copies, unless otherwise specified, of all shop and/or setting
drawings and schedules required for the work of the various trades, and the
ENGINEER shall pass upon them with reasonable promptness, making desired
corrections. The CONTRAOTOR shall make any corrections required by the ENGINEER,
file with him two corrected coptes andfurn~shsuchothercopiesasmayber~cded.
The ENGINEER'S approval of such drawings or schedules shall not relieve the
CONTRACTOR from responsibility for deviations from drawings or specifications,
unless hehas in writing called the ENGIN~.FR'S attention to such deviations at the
time of submission, nor shall it relteve h/m from responsiblity for errors of any
G-4
sort in shop drawings or schedules. It shall be the CONTRACTOR'S responsibility to
fully and completely review all shop drawings to ascertain their effect on his
ability to perform the required contract work in accordance with the plans and
spectflcattonsandwlthtnthecontract time.
Such review by the ENGINEER shall be for the sole purpose of determining the
sufficiency of said drawings or schedules to result in finished Improvements in
conformtty wtththeplansandspectftcatlons, and shall not relieve the CONTRACTOR
of his duty as an independent contractor as previously set forth, it being
expressly understoodandagreedthat the ENGINEER does not assumeany duty to pass
upon the propriety or adequacy of such drawings or schedules, or any means or
methods reflected thereby, in relation to the safety of either person or property
during CONTRACTOR'S performance hereunder.
2.13 PRR£.IMINARY APPROVAL. The ENGINF. F.R shall not have the power to waive the
obligatto~e of this contract for the furnishing by the CONTRAGTOR of good material,
and of his performing good work as herein described, and in full accordance with
the plans and specifications. No failure or omisslon of the ENGINF.~R to discover,
object to or condemn any defective work or material shall re/ease the CONTRACTOR
from the obligations to fully and properly perform the contract, including without
limitations, the obligation to at once tear out, remove and properly replace the
same at any time prior to final acceptance upon the discover of said defective work
or material; provided, however, that the ENGINEER shall, upon request of the
GONTRAGTOR, inspect and accept or reject any material furnished, and In event the
material has been once accepted by the ENGINF. FR, such acceptance shall be binding
on the OWNER, unless it can be accepted by the ENSI~, such acceptance shall be
binding on the OWNER, unless it can be clearly shown that such material rum/shed
does not meet the specifications for this work.
Any queetlor~d work may be ordered-taken up or removed for re-examination, by
the ENGINEER, prior to final acceptance, and If found not in accordance with the
specifications for said work, all expense of removing, re-examination and
replacement shall be horns by the CONTRA~R, otherwise the expense thus incurred
shall be allowed as EXTRA WORK, and shall be paid for by the OWNER; provided that,
where inspection or approval is specifically required by the specifications prior
to performance of certain work, should the CONTRACTOR proceed with such work
without requesting prior inspection or approval he shall bear all expense of taking
up, removt~zj, and replactr~ this work if so directed by the ENI3IN~.m~.
2.14 DEFECTS ~ THEIR REMEDIES. It is further agreed that if the work or any
part thereof, or any material brought on the site of the work for use in the work
or selected for the same be deemed by the ENGINEER as unsuitable or not in
conformity with the specifications, the CONTRAUfOR shall, after receipt of written
notice thereof from the ENGINEER, forthwith remove such material and rebuild or
otherwise remedy such work so that it shall be in full accordance with this
contract.
2.16 CHANGES ANDALTERATIONS. The CONTRACTORfurther agrees that the OWNER may
make such changes and alterations as the OWNER may see fit, in the line, grade,
form, dimensions, plans or materials for the workhereincontemplated, or anypart
thereof, either before or after the beginning of the construction, without
affecting the validity of this contract and the accompanying Performance and
G-5
If such changes or alterations diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for damages, or anticipated profits
on the work that may be dispensed with, except as provided for unit price items
under Section 5 "Measurement and Payment." If the amount of work is increased, and
the work can fairly be classified under the specifications, such increase shall be
paid for according to the quantity actually done and at the unit price, if any,
established for such work under th/s contract, except as provided for unit price
items under Section 6 "Measurement and Payment," otherwise, such additional work
shall be paid for as provided under Extra Work. In case the OWNER shall make such
changes or alterations as shall make useless any work already done or material
already furnished or used tn said work, then the OWNER shall recompense the
CONTRACTOR for any material or labor so used, and for any actual loss occasioned by
such change, due to actual expenses incurred in preparation for the work ac
originally planned.
3. GE:N~iA[, OI~,[~G/t'Z'Z~ AND B:ESE~I~mTr.TT/:ES
3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall
furnish the CONTRACTOR with an adequate and reasonable number of copies of all
plans and specifications without expense to him, and the CONTRACTOR shall keep one
copy of the same constantly accessible on the work, with the latest revisions noted
thereon.
3.02 OWNERSHIP OF DRAwINGs. All drawir~s, specifications and copies thereof
furnished by the ENGINEER shall not be reused on other work, and, with the
exception of the signed contract sets, are to be returrm~ to b_tm o~ request, at the
completion of the work. All models are the property of the OWNEP~
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has
employed competent er~;ineers and designers. It As, therefore, agreed that the OWNER
shall be responsible for the adequacy of the design, sufficiency of the Contract
Documents, the safety of the structure and the 'practicability of the operations of
the completed project; provided the CONIlRACIDR has complied with the requirements
of the said Contract Documents, all appmm;ed modifications thereof, and additions
and alterations thereto approved in writing by the OWNER. The burden of proof of
such compliance shall be upo~ the CONTRACTOR to show that he has .complied with the
said requ/rements of the Cc~tract Documents, approved mod/ficattons thereof and al/
approved additions' and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or
location on which the works herein contracted for are to be constructed or
instal/ed, by such agent or agents as he may elect, for the purpose of inspecting
the work, or for the purpose of co~structing or ~nstallh~j such co/lateral work as
said OWNER may desire.
3.05 CO]'.rJ~TKRAL CONTRAGTS. The OWNER agrees to provide by separate contract
or otherwise, all labor and material essential to the completion of the work
specifically excluded from this contract, tn such manner as not to delay the
progress of the work, or'damage said CONTRACTOR except where such delays are
specifically mentioned elsewhere in the Contract Documents.
3.06 DISCRKPANCIES AND OMISSIONS. It is further agreed that it is the intent
of thls contract that all work must be dome and all matertal must be furnished tn
accordance with the generally accepted practice, and in the event of any
G-6
discrepancies between the separate contract documents, the priority of
inte~pretation defined ureter "Contract Documents" shall govern. In the event that
there is still any doubt as to the meaning and intent of any portion of the
contract, specifications or drawings, the ENGINEER shall define which is intended
to apply to the work.
3.07 EQUIPMENT MATERIALS AND GONSTRUGTION PLANT. The GONTRAGTOR shall be
responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories,
facilities, al. 1 means of construction, and any and all pa~ts of the work, whether
the CONTRAGTOR has been paid, partially paid, or not paid for such work, until the
enti~e work is completed and accepted.
3.08 DAMAGES. In the event the GONTRAGTOR is damaged tn the course of the
completion of the work by the act, neglect, omission, mistake or default of the
OWNER, or of the ENGINEER, or of any other GONTRAGTOR employed by the OWNER upon
the work, thereby causing loss to the GONTRAGTOR, the OWNER agrees that he will
reimburse the GONTRAGTOR for such loss. In the event the OWNER is damaged in the
course of the work by the act, negligence, omission, mistake or default of the
CONTRAU1X)R, or should the CONTRACTOR unreasonably delay the progl~=ss of the work
being done by others on the ~ob so as to cause loss for which the OWNER becomes
liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
3.09 FRu~I'I~ ~ ~ TO ~ AND T~E PUIILIG. The CONTRACTOR
shall at all times exercise reasonable p~ecautlons for the safety of employees and
others on or near the work and shall comply with all applicable provlstons of
Federal, State, and Municipal safety law~ and building and constz~ctlon codes. All
machinery and equipment and other physical ~ shall be guarded in accoz~lance
with the "Manual of Accident Prevention in Const~uotion" of the Associated General
Contractors of America except where incompatible with Federal, State, or Municipal
laws or regulations. The OONTRAGTOR shall provide such machinery guards, safe
walkways, ladders, bridges, gangplanks, and other safety devices. The safety
precautions actually ~ a~d their adequacy shall be the sole responsibility of
the CONTRAGTOR, acting at his discrstion as an independent contractor.
3.10 PERFORMANGE AND PA~EttT BONDS. Un/ess otherwise specified, It is further
age=ed by th~ pa~ties to this Gontract that the CONTRAUIX)R wlll ex, cute separate
performance ar~ payment b~nds, each tn the sum of ~ne h~ (100) percent of the
total contract price, In standard forms for this purpose, guaranteeing faithful
performance of the work and the f~lfillment of any guarantees 1~~, and further
guaranteeing payment to all persons supplying labor ~ materials or fummishing him
any equipment in the execution of the Contz-act, and it is ac~ that this Gontract
shall l~ot be tn effect until such performance and payment bo~ds a~e fur~ts~ and
appz~wd by th~ OWNE~
Unless otherwlse approved in writing by the OWNER, the surety company
unde~writing the bonds shall be acceptable according to the latest list of
companies holding certlftcates of authority f~om the Secretax,/ of the T~eastu--/ of
the Un/ted States.
Unless otherwise specified, the cost of the premium for the performance and
payment bonds shall be included in the CONTRAGTOR'S p~oposal.
3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise spec/f/ed, all loss or
damage to tl~ CONTRACTOR arising out of the nature of the work to be done, or from
the action of the elements, or from any unforeseen circumstance in the prosecution
of the same, or from unusual obstructions or difficulties wkich may be encountered
in the prosecution of the work, shall be sustained a~d berne by the CONTRACTOR at
his own cost sr~ expense.
3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper
means to protect the adjacent or adjoining property or properties in any way
encountered, which might be injured or seriously affected by any process of
construction to be undertaken under this Agreement, from any damage or Injury by
reason of said process of construction; and he shall be liable for any and all
claims for such damage on account of his failure to fully protect all adjoining
property. The CONTRACTOR agrees to indemnify, sav~ and hold harm/ess the OWNER and
ENGINF.~R against any claim or claims for damages due to any injury to any adjacent
or adjoining property, arising or growing out of the performance of the contract;
but any such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work.
3.13 ~l~-£1(l~ ~%c4kn~T CIAIMS (~ St~-430~TRAGI~, ~, MA~PJu%LM~{ AND
FURNISHERS OF ~I~, ~UIPM~ ~ S~PLI~. The GO~GTOR agrees that he
w~ll t~em~ ~ ~ ~ O~ ~ ~~ ~ml~s f~m all cla~ ~w~ ~t
of t~ lawful dem~ of ~c~tracto~, ]a~re~, wor~, m~~, matertalm~
and furnlshers of machinery ~d parts thereof, equlpment, power tools, ~d all
~1t~, tncl~t~ commts~, t~~ ~ ~ ~t~~ of t~ ~rfor~ce of
thee contract. When so desired by the OWNER, the CONT~CTOR shall furnish
~t~sfacto~ ~den~ t~t all obl~gat~o~ of the nature here~nabove designated
have been ~d, d~sc~rged or waived. If the CO~CTOR fa~ls so to do, then the
O~ may at t~ optt~ of ~ ~~R et~r ~ dt~tly ~ ~td bills, of
which the OWNER has written notice, or wlt~old from the CO~CTOR'S ~patd
~m~tton a ~ of mo~ d~m~ ~~bly ~ftcient to lt~l~te ~y ~ all
~h law~ claims ~ttl ~tlsfacto~ ~tdence ts ~ts~ t~t all ltabllltt~
~ ~ ~ly dts~~, w~re~ ~ents 'to ~ ~~R s~ll ~ re~
tn full, in accord~ce with the terms of this contract, but tn no event shall the
p~tsio~ of t~s sente~e ~ ~t~t~ to lm~e ~y obll~tton ~n ~ O~
3.14 ~l~-l'llH~ l~74tllIST ROYALTIES (1~ PA~IED I1T~7~TrI6~t ~ ~~R s~ll
~y all royalties a~ ltce~e fees, ~ s~ll provide for the use of ~y design,
device, material or process covered by letters patent or copyright by suitable
1~1 ~ment .wl~ ~ ~tent~ or o~r. ~ ~~R ~11 def~ all
or clat~ for lnfrt~em~t of ~ ~t~t or ~tght rlgh~ ~ s~ll ~em~
~ ~ ~ O~ ~ ~I~ ~1~ f~m ~ 1~ ~ a~t ~f,
~t ~ O~ s~l defe~ all ~ ~ ~ clat~ a sM1 ~ r~lble for
all ~a l~s w~n a ~rtt~= d~t~, ~t~, matert~ or ~s or t~ p~t
of a ~rttcular m~ufacturer or m~ufacturers ts specified or required by the
OWNER; provided, however, if choice of alternate design, device, material or
process ts allo~ed to the CONT~CTOR, then CO~CTOR shall Indemnify ~d save
OWNER ~rmless from any loss on accost thereof. If the material or process
s~ctfted or required by the OWNER ts ~ Infringement, the CO~CTOR shall be
r~tble for ~ l~s ~ ~ p~mptly gt~ ~ch IMor~tton to ~ O~
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and
comply with all Federal, State and local laws, ordinances and regu/attons, which in
any manner affect the contract or the work, and shall Indemnify and save harmless
the OWNER and ENGINEER against any claim arising from the violation of any such
laws, ordinances, and regulations whether by the CONTRACTOR or .his employees,
except where such violations are called for by the provisions of the Contract
Documents. If the CONTRACTOR observes that the plans and specifications are at
variance therewith, he shall promptly notify the ENGINEER in writing, and any
necessary chan~es shall be adjusted as provided in the contract for char~es in the
work. If the CONTRACTOR performs any work knowir~ it to be co~ltrary to such laws,
ordinances, rules and regulations, and without such notice to the ENGINEER, he
shall bear all costs arising therefrom. In case the OWNER is a body politic and
corporate, the law from which it derives its powers, insofar as the same regu/ates
the objects for which, or the m~nner in which, or the condition~ under which the
OWNER may enter into contract, shall be controlling, and shall be considered as
part of this contract, to the same effect as though embodied heretr~
3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will
retain personal control and will give his personal attention to the fulfillment of
this contract and that he will not assign by Power of Attorney, or otherwise, or
sublet said contract without the written consent of the ENGINe-g, and that no part
or feature of the work will be sublet to anyone objectionable to the ENGINEER or
the OWNER. The CONTRACTOR further agrees that the subletting of any portion or
feature of the work, or materials required An the performance of this contract,
shall not relieve the CONTRACTOR from his full obligations to the OWNER, as
provided by t/mis A~reement.
3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold
harmless the OWNER and the ENGINEER and their respective officers, agents and
employees, from ~ a~atnst all dama~s, c/alms, lo~ses, demands, su/ts, Judgments
and cost, including reasonable attorneys' fees and expenses, arising out of or
resulting from the performance of the work, provided that any such damages, claim,
loss, demand, suit, Judgment, cost or expense:
(1) Is attributable to bodily injury, sickness, disease or death or
to injury to or destruction of tangible property (other than
the work itself) including the loss of use resu/ttng therefrom
and,
(2) Is caused tn whole or In part by any negligent act or omission
of the Contractor, any Subcontractor, anyone directly or
indirectly employed by any one of them or anyor2 for whose acts
any of them may be liable, regardless of whether or not it is
caused in part by a party indemnified hereur~ler.
The obligation of the CONTRACTOR under this Paragraph sba/1 not extend to the
liability of the .ENIIINEER, his agents or employees arising out of th~ preparation
or approval of maps, drawings, reports, surveys, Change Orders, designs or
specifications, or the giving of or the failure to give directions or Instructions
by the ENGINe. ER, his acjents or employees, provided such gtvtr~ or failure to give
ts the primary cause of the injury or damage.
3.18 INSURANCE. The COFII~CTOR at his own expense shall purchase, maintain
ard keep In force such Insurance as will protect him from c/alms set forth below
which may arise out of or result from the CONTRACTOR'S operations tmder the
Contract, whether such operations be by himself or by any Subcontractor or by
anyone directly or Indirectly employed by any of them, or by anyone for whose acts
any of them may be liable:
G-9
(1) Workmen's compensation claims, disability benefits and other
similar ~%31oyee benefit acts;
(2) Claims for damages because of bodily injury, occupational
sickness or disease, or death of his employees, and claims
insured by usual bodily injury liability coverages;
(3) Glaims for damages because of bodily injury, sickness or
disease, or death of any person other than his employees, and
c/aims insured by usus/ bodily injury liability cc~erages;
(4) Glatms for damages because of injury to or destruction of
tangible property, tncludtn~ loss of use resu/tlng therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work,
CONTRACTOR shall file with the OWNER valid Oerttficates of Insurance acceptable to
the OWNER and the ENGINEER. Such Certificates shall contain a provision that
coverages afforded under the policies will not be cancelled until at least fifteen
days' prior written notice ~ been given to the OWNER.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance
covering all sub-contractors.
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and Intent of this
contract, unless otherwise herein specifically provided, that the CONTRACTOR shall
be al/owed to prosecute his work at such times and seasons, in such order of
precedence, and tn such manner as shall be most conducive to economy of
~nstn~ction: provided, however, that the order ar~ the time of prosecution shall
be such that the work shall be substantially completed as a Whole and in part, in
accordance with th~s contz-act, the plans and specifications, and with/n the time of
completion designated tn the Proposal; provided, also, that when the OWNER is
having other work done, either by contract or by his own force, the ENGINEER may
direct the time and manner of constructin~ the work done under this contract, so
that conflict will be avoided and the constru=tio~ of the ~ario~s works being done
for the OWNER sba/1 be harmomizech
The CONTRAGTOR shall submit, at such times as may reasc~mably be requested by
the EN~INFRR, schedules wb_ich shall show the order ~n which the CONTRA~R proposes
to carry on the work, w~th dates at which the CONTRACTOR w~ll start the several
~mrts of the work, and estimated dates of completion of the several parts.
4.02 F,~'£KNsION OF TIMK. Should the CONTRACTOR be delayed tn the completion of
the work by any act or neglect of the OWNER or ENGINEER, or of any employee of
either, or by other contractors employed by the OWNER, or by c~es ordered tn the
work, or by strikes, lockouts, fires and unusual delays'by common carriers, or
unavoidable cause or causes beyond the OONTRAGTOR'S control, or by any cause wh/ch
the ENGIN~-~R shall decide Justifies the delay, then an extension of time shall be
allowed for completing the work, sufficient to compensate for the delay, the amount
of the extension to be determined by the ENGINEER, provided, however, that the
CONTRACTOR shall giv~ prompt notice in wrttirz3 of the cause of such delay.
G-lO
4.03 HINDRANCF2 AND DELAYS. No claims shall be made by the CONTRACTOR for
damages resultlr~3 from hindrances or delays from any cause (except where the work
Is stopped by order of the OWNER) during the progress of any portion of the work
embraced in this contract. In case said work shall be stopped by the act of the
OWNER, then such expense as ~n the Judgment of the ENGINEER is caused by such
stoppage of said work shall be paid by the OWNER to the CONTRACTO[t
5. ~ AND P~£
5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any
k/nd will be allowed, but the actual measured and/or computed length, area, solid
contents, number and weight only shall be considered, unless otherwise specifically
provided.
5.02 ESTIMATED QUANTITIES. This agreement, Including the specifications,
plans and estimate, Is intended to show c/early all work to be done and material to
be furnished hereunder. Where the estimated quantities are shown for the various
classes of work to be done an~ material to be furnished under tn/s contract, they
~e ~pprox~mate and are to be used only as a basis for estimating the probable cost
of the work and for comps~tng the proposals offered for the work. It ts ur~erstood
and a~reed that th~ actual amount of work to be done and material to be furnished
under tins contract may differ somewhat from these estimates, and that where tn.
bmsts for payment urger this contract is the unit price me.hod, payment shall be
for the actual amount of such work done an~ the material fum~sned.
Where payment ts based ~n ~he unit price method, ~he OONTRAOTOR ag~es ~at he
will make no claim for damages, anticipated profits or otherwise on account of any
d/fferences wb/ch may be four~ between the quantities of work actually done, the
material actually furnished under this contract and the estimated quantities
contemplated and contained in the proposal; provided, however, that tn case the
actual quantity of any major Item should become as much as 20~ more than, or 20~
less than the estimated or contemplated quantl~y for such items, then either party
to th/s Agreement, upon demand, shall be entitled to a revised consideration upon
the portion of the work above or below 20~ of the estimated quantity.
A "Major Item" shall be construed to be any tndLtvidual bid item Incurred tn the
proposal that ha~ a total cost equal to or greater than five (5) per cent of the
total contract cost, computed on the basis of the proposal quantities and the
contract un/t price.
Any revised consideration ts to be determined b~ agreement between the parties,
otherwise by the terms of this A~reement, as provided under "Extra Wor~f'.
5.03 PRICE OF WORK. In cc~stderatton of the furn~sh~ of all the necessary
labor, equ/pment and material, and the completion of all work by the CONTRACTOR,
and on the completion of all work and of the deliver~ of all material embraced in
t/Lis Contract In full conformity with the specifications and stipulations herein
contained, the OWNER agrees to pay the CONTRACTOR the prices set forth tn the
Proposal hereto attached, which has been made a part of this contract. The
CONTRACTOR hereby agrees to receive such prices In full for furn/shing all material
and all labor required for the aforesaid work, also for all expense incurred by
h/m, and for well and truly performing the same arzl the whole thereof in the manner
and according to th/s Agreement.
G-11
5.04 PARTIAL PAYMENTS. On or before the 25th day of each month, the CONTRACTOR
shall prepare and submit to the ENGINF. FR for approval or modification a statement
showing as completely as practicable the total value of the work done by the
CONTRACTOR up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on the site of the
work that are to be fabricated into the work,
The OWNER shall then pay the GONTRAGTOR on or before the 2§th day of the next
month the total amount of the approved statement, less 10 per cent of the amount
thereof, which 10 per cent shall be retained until final payment, and further less
all previous payments and all further sums that may be retained b~ the Owner under
the terms of this agreement. It is ur~derstood, however, that in case the whole work
be near to completion and some unexpected and unusual delay occurs due to no fau/t
or neglect on the part of the CONTRACTOR, the OWNER may -upon written
recommendation of the ENGINEER - pay a reasonable and equitable portion of the
retained percentage to the CONTRACTOR, or the CONTRACTOR st the OWNER'S option, may
be relieved of the obligation to fully complete the work and, thereupon, the
CONTRACTOR shall receive payment of the balance due him under the contract subject
only to the conditions stated under "Final Payment".
5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take
possession of ~und use any completed or partially completed portions of the work,
notwithstanding the time for completing the entire work or such portions may not
have expired but such taking possession and use shall not be deemed an acceptance
of any work not completed in accordance with the Contract Document. If such prior
use increases the cost of or delays the work, the CONTRACTOR shall be entitled to
such extra compensation, or extension of time, or both, as the ENGINEER may
determine.
The CONTRACTOR shall notify the ENGINF~ when, in the CONTRACTOR'S opinion, the
contract is "substantially completed" and when so notifying the ENGINEER, the
CONTRACTOR shall furnish to the ENGINEER tn writing a detailed list of unfinished
wor~ The ENGIN~.FR will review the CONTRACTOR'S list of unfinished work and will
add thereto such items as the CONTRACTOR has failed to Include. The "substantial
completion" of the structure or facility shall not excuse the CONTRACTOR from
performing all of the work undertaken, whether of a minor or major nature, and
thereby completing the structure or facility in accordance with the Contract
Documents.
5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the
CONTRACTOR has given the EN~IN~.FR written notice that the work _b~_:_- been completed,
or substantially completed, the ENGINk~R and the OWNER shall ~pect the work and
within said time, tf the work be found to be completed or ~:__f_~_tantially completed
~n accordance with the Contract Documents, the ENGINEER shall issue to the OWNER
and the CONTRACTOR his Certificate of Completion, and thereupon it shall be the
duty of the OWNER within ten (10) days to issue a Certificate of Acceptance of the
work to the CONTRACTOR or to advise the CONTRACTOR in writing of the reason for
no~-acceptance.
5.0? FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the
ENGINF. RR shall proceed to make final measurements ~ prepare final statement of
the value of al/ work performed and materials furnished under the terms of the
Agreement and shall certify same to the OWNER, who shall pay to the CONTRACTOR on
or after the 30th day, and before the 35th day, after the date of the Certificate
of Completion, the balance due the CONTRACTOR under the terms of this Agreement,
G-12
provided he l~s fully performed h~s contractual obligations under the tern~ of this
contract; and said p~yment shall become due in any event upon said performance by
the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment, ~or
any provision tn the Contract Documents, shall relieve the CONTRACTOR of the
obligation for fu/fillment of any warranty which may be required.
5.08 PAYMENTS WIT~F-r.l). The OWNER may, on account of subsequently discovered
evidence, withhold or nullify the whole or part of any certificate to such extent
as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied. '
(b) Claims filed or reasonable evidence indicating probable filing
of claims.
(c) Failure of the CONTRACTOR to make payments properly to
subcontractors or for material or labor.
(d) Damage to another contractor.
(e) Reasonable doubt that the work can be completed for the unpaid
balance of the contract amount.
(f) Reasonable indication that the work will not be completed
within the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
satisfactory to the OWNER, which will protect the OWNER in the amount withheld,
payment shall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the
CONTRACTOR of the sum named in any partial or final statement, when' payment is due,
then the OWNER shall pay to the COX~%%CTOR, in addition to the sum shown as due by
such statement, interest thereupon at the rate of six (6) per cent per annum,
unless otherwise specified, from date due as provided under 'T~artial Payments" and
"Final Payments," until fully paid, which shall fully liquidate any injury to the
CONTRACTOR growing out of such delay in payment, but the right is expressly
reserved to the CONTRACTOR in the event payments be not promptly made, as provided
under '~art~al Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided ur,~er "Abandonment of Contract,"
un/ess such payments are withheld in accordance with the provisions of "Payments
Withheld."
6.01 CHANGE ORD--. Without invalidating this Agreement, the OWNER may, at
any time or from time to time, order additions, daleti~ or revisions to the work;
such changes will be authorized Change Order to be prepared by the ENGINEER for
execution by the OWNER and the CONTRACTOR. The Change Order shall set forth the
basis for any change in contract price, as hereinafter set forth for Extra Work,
and any chan~e in contract time which may resu/t from the chan~e.
In the event the CONTRACTOR shall refuse to execute a Change Order which has
been prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in
writing instruct the CONTRACTOR to proceed with the work as set forth in the Change
Order and the CONTRACTOR may make claim against the OWNER for Extra Work involved
therein, as hereinafter provided.
G-13
6.02 MINOR CHANGES: The ENGIN~.FR may authorize minor changes in the work not
inconsistent with the overall Intent of the Contract Documents and not involvtr~3 an
increase tn Contract Price. If the CONTRACTOR believes that any minor change or
alteration authorized by the ENGINEER involves Extra Work and entitles him to an
increase in the Contract Price, the COWIRAUI~R shall make written request to the
ENGIN~-~ for a written Field Order.
In such case, the CONTRACTOR by copy of hie communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER for a
written Field Order and that the work involved may result tn an increase in the
Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made
prior to beginning the work covered by the proposed change.
6.03 EXTRA WORK: It is agreed that the basts of compensation to the CONTRACTOR
for work either added or deleted by a Change Order or for which a claim for Extra
Work ts made shall be determined by one or more of the fo/lowing methods:
Method (A)-By agreed unit prices; or
Method (B)-By agreed lump sum; or
Method (C)-If neither Method (A) nor Method (B) be agreed upon
before the Extra Work is commenced, then the CONTRACTOR
shall be paid the "actual field cost" of the work, plus
(15) percent.
In the event said Extra Work be performed and paid for under Method (C), then
the provisions of this paragraph shall apply and the "actual field cc~t" is hereby
defined to include the cost to the CONTRACTOR of all workmen, such as foreman,
timekeepers, mechanics and laborers, and materials, supplies, teams, trucks,
rentals on machinery and equipment, for tbm time actually employed or used on such
Extra Work, plus actual transportation charges necessarily incurred', together with
all power, fuel, lubricants, water and similar operating expenses, also all
necessary incidental expenses incurred directly on account of such Extra Work,
including Social Security, Old Age Benefits and other payroll taxes, and, a
rateable proportion of premiums on Performa~:e and Payment Bonds and Maintenance
Bonds. Public Liability and Property Damage and Workmen's Compensation, and all
other insurance as may be required by any /aw or ordinance, or directed by the
OWNER, or by them agreed to. The ~IN~R may direct the form in which accounts of
the "actual field cost" shall be kept and the records of these accounts shall be
made available to the ENGINF-~ The ENGIN~-FR or OWNER may also specify tn writing,
before the work commences, the method of doing the work and the type and kind of
machinery and equ/pment to be used; otherwise these matters shall be determined by
the CONTRACTOR. Unless otherwise agreed up~n, the prices for the use of machinery
and equipment shall be determined by using 100 per cent, un/ess otherwise
specified, of the latest schedule of Equipment Ownership Expense adopted by the
Associated General Contractors of America. Where practicable the terms and prices
for the use of machinery and eclu/pment shall be Incorporated tn the Written Extra
Work Order. The fifteen (1§%) per cent of the "actual field cost" to be paid the
CONTRACTOR shall cover and compensate him for his profit, overhead, general
superintendence and field office expense, and all other elements of cost and
expense not embraced within the "actual field cost" as herein defined, save that
where the CONTRACTOR'S Camp or Field Office must be maintained primarily on account
of such Extra Work; then the cost to maintain and operate the same shall be
included in the "actual field cost".
({-14
No claim for Extra Work of any k~nd will b~ allowed unless ordered in
by the ENGINF.~ In case any orders or instructions, either oral or written, appear
to the CONTRACTOR to involve Extra Work for which he slx~u]d receive compensation or
an adjustment in the construction time, he shall make written request to the
ENGINEER for written order authorizing such Extra Work. Should a difference of
opinion arise as to what does or does not constitute Extra Work, or as to the
payment therefor, and the ENGINEER insists upon its performance, the CONTRACTOR
shall proceed with the work after making written request for written order and
shall keep an accurate account of the "actual field cost" thereof, as provided
under Method (O}. The CONTRACTOR will thereby preserve the right to submit the
matter of payment to arbitration, as hereinbelow provided.
6.04 TIME OF FILING CLAIMS. It is further agreed by both parties hereto that
al/ questions of dispute or adjustment presented by the CONTRACTOR shall be in
writing ar~ filed with the ENG1N~.~R within thirty ($0) days after the ENGIN~.~R has
given any directions, order or instruction to which the CONTRACTOR desires to take
exception. The ENGINEER shall reply within thirty (30) days to such written
exceptions by the CONTRACTOR and render has final decision in writing. In case the
OONTRAO~fOR should appeal from the ENGINR. F.R'S decision, any demand for arbitration
shall be fi.led with the ENGINEER and the OWNER tn writing within ten (lC) days
after the date of delivery to CONTRACTOR of the ENGINEER'S final decision. It is
further agreed that final acceptance of the work by the OWNER and the acceptance by
the CON~%qCTOR of the final payment shall be a bar to any c/aims by either party,
except where noted otherwise in the Oontract Documents.
6.05 ARBITRATION. Al/ questions of dispute under this Agreement shall be
submitted to arbitration at the request of either party to the dispute. The Retries
may agree upon one arbiter, otherwise, there shall be three, one named in writing
by each party, and the third chosen by the two arbiters so selected; or if the
arbiters fail to select a third within ten (10} days, he shall be chosen by a
District Judge serving the County in which the major portion of the project is
located, unless otherwise specified. Should the party demanding arbitration fail to
name an arbiter within ten (10} days of the demand, his right to arbitrate shall
lapse, and the decision of the ENGINEER shall be final and binding on him. Should
the other party fail to choose an arbiter within (10) days, the ENGINEER shall
appoint such arbiter. Should either party refuse or neglect to supply the arbiters
with any papers or informatIon demanded in writing, the arbiters are empowered by
both parties to take ex parts proceedings.
The arbiters shall act with promptness. The decision of a~y two shall be
binding on both parties to the contract. The decision of 'the arbiters upon any
question submitted to arbitration under this contract shall be a condition
precedent to any right of legal action. The decision of the arbiter or arbiters
may be filed in court to carry it into effect.
The arbiters, if they deem the case demands it, are authorized to award the
party whose contention is sustained, such sums as they deem proper for the time,
expense and trouble incident to the appeal, and If the appeal was taken without
reasonable cause, they may award damages for any delay occasioned thereby. The
arbiters shall fix their own compensation, unless otherwise provided by agreement,
and shall assess the cost and charges of the arbitration upon either or both
parties. The award of the arbiters must be made in writing.
G-15
7.01 ABANDONMENT OF OO~OTOR. In case the CONTRACTOR should abandon and
fail or refuse to resume work within ten (10) days after written notification from
the OWNER, or the ENGINEER, or if the CONTRAUIDR fails to comply with the orders of
the ENGIN~.F.R, when such orders are consistent with the Contract Documents, then,
and in that case, where performance and payment bonds exist, the Sureties on these
bor~ls shall be notified in writing and directed to complete the work, ~ a copy of
said notice shall be delivered to the CONTRACTOr,
After receiving sald notice of abandonment the CONTI~CTOR shall not remove from
the work any machinery, equipment, tools, materials or supplies then on the Job,
but the same, together with any materials and equipment under contract for the
work, may be held for use on the work by the OWNER or the Surety on the performance
bond, or another contractor in comp/etlon of the work; and the CO~IRAUfOR shall not
receive any rental or credit therefor (except when used in connection with Extra
Work, where credit shall be a/lowed as provided for under Section 6, Extra Work and
Claims), it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final
settlement.
Where there is no performance bond provided or in case the Surety should fail
to commence compliance with the notice for completion hereinbefore provided for,
within ten (10) days after service of such notice, then the OWNER may provide for
completion of the work in either of the following elective manners:
?.01.! The OWNER may thereupon employ such force of men and use such
machinery, equipment, tools, materials and supplies as said OWNER may deem
necessary to complete the work and charge the expense of such labor, machinery,
equipment, tools, materials and supplies to said CONTR~'IDR, ~ expense so charged
shall be deducted and paid by the OWNER out of such moneys as may be due, or that
may thereafter at any time become due to the CO~CTOR under and by virtue of this
Agreement. In case such expense is less than the sum which wou/d have been payable
under this contract, if the same had been completed by the GONTRAGTOR, then said
CONTRACTOR shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been
completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety sba/1 pay the
~mount of such ~ to the OWNE~ or
7.01.2 The OWNER urger sealed bids, after five (5) days notice published one
or more times in a newspaper having general circulation in the county of the
location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided In this contract. In
case any Increase In cost to the OWNER urger the new c~ntract as =pared to what
would have been the cost under this contract, such Increase shall be chaxlled to the
CONTRACTOR and the Surety shall be and remain bound therefor. However, should the
cost to complete any such new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be
credited therewith.
When the work shall have been substantially completed the CONTRACTOR andhis
Surety shall be so notified and Certificates of Completion and Acceptance, as
provided tn Paragraph 5.06 hereinabove, shall be issued. A complete itemized
statement of the contract accounts, certtfted bythe ENGINEER as being correct,
shall then be p~epa~d and delivered to the CO~R and h.is Surety, whereupon
G-16
the CONTRACTOR and/or his Surety, or the OWNER as the case may be, shall pay the
balance due as reflected by said statement, .wltkin fifteen (15) days after the date
of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work
is less than that which would have been the cost to the OWNER had the work been
completed by the CONTRAGTOR under the terms of this contract; or when the
COWII~A~i~JR and/or his Surety shall psy the balance shown to be due by them to the
OWNER, then all machi,~ry, equipment, tools, mateelals or supplies left on the site
of the work shall be turned over to the GONTRAGTOR and/or his Surety. Should the.
cost to complete the work exceed the contract price, and the CONTRAGTOR and/or his
Surety fail to pay the amount due the OWNER within the time designated heretnabov~,
and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment
and materials, shall be mailed to the GONTRAC'fOR and his Surety at the respective
addresses designated tn this contract, provided, however, that actual written
notice given in any manner will satisfy this condition. After mailing, or other
giving of such notice, such property shall be held at the risk of the CONTRAGTOR
and his Surety subject only to the duty of the OWNER to exercise ordinary care to
protect such property. After fifteen (15) days from the date of said notice the
OWNER may sell such machinery, equipment, tools, materials or supplies and apply
the net sum derived from such sale to the credit of the GONTRACI~)R and his Surety.
Such sale may be made at either public or private sale, with or without notice, as
the OWNER may elect. The OWNER shall release any machinery, equipment, tools,
materials, or supplies, which remain on the work, and belong to persons other than
the GONTRAGTOR or his Surety, to their proper owners. The books on all operations
provided herein shall be open to the GONTRAGTOR and his Surety.
?.02 ABANDONNEI~T BY OWNER. In case the OWNER shall fall to comply with the
terms of this contract, and shou/d fall or refuse to comply with said terms within
ten (10) days after written notiftcatlo~ by the CONTRACll)R, then the COKIT{AGTOR may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools
and equipment, and all materials on the site of work that have not been Included tn
payments to the GONTRAGTOR and hav~ not been wrought into the work. And thereupon
the ENGINEER shall make an estimate of the total amount eazz~d by the CONTRAGTOR,
which estimate shall Include the value of all work actually completed by said
CONTRAGTOR (at the prices stated in the attached proposal where unit prices are
used), the value of all partially completed work at a fair and equitable price, and
the amount of all Extra Work performed at the prices agreed upon, or provided for
by the terms of this contract, and a reasonable sum to cover the cost of any
provisions made by the CONTRAGTOR to carry the whole work to completion and which
canr~t be utilized. The ENGINEER shall then make final statement of the balance due
the GONTHAGTOR by deducting from the above estimate all previous payments by the
OWNER and all other sums that may be retained by the OWNER under the terms of
this Agreement and shall certify same to the OWNER who shall pay to the GONTRAGTOR
on or before thirty (30) days after the date of the notification by the GONTRAGTOR
the balance sl~wn by said filial statement as due the GOtflI~AGTOR, under the terms of
this A~reement.
0-1't'
PART A
EQUIPMENT SPECIFICATIONS
TABLE OF CONTENTS
SECTION PAGE
NO. SECTION TITLE NO. '
1 Full-Actuated Solid-State Traffic SiEnai A-1 thru A-24
Controller
2 Vehicle and Pedestrian Detectors A-25 thru A-27
3 Multiple Conductor and Single Conductor A-28 thru A-38
Traffic Signal Cable and ~ire
4 Signal Power Supply and Service Equipment A-39 thru A-40
and General System Wiring Procedure
5 Polycarbonate Resin Traffic Signal Heads (12- A-41 thru A-47
inch, Expandable. Aojustable Type)
6 Pedestrian One-Section Signal Heads - lncan- A-48 thru A-49
descent LaBp
? Pedestal Pole Assembly A-50 thru A-52
8 Mast Arm Pole Assembly A-53 thru A-56
9 Conduit and Pull 8oxes A-57 thru A-59
10 Concrete Foundations A-60 thru A-61
PART A - EQUIP~EX? SPECIFICA'~IOXS
SECTION ]
FULL AC1/3ATED SOLID-STATE TRAFFIC SIGNAL CO~OLT,F:R
1.0 GENERAL
1.1 The intent of this specification is to describe minimum accept-
able design and operational requirements for a modular type,
solid-state actuated traffic sig~al controller, employing
circut designs consistent with latest techniques using micro-
processor-type logic. Entry to read-only memories for oper-
ation programs and interval settings shall be via pressure
sensitive keys.
1.2 The controller assembly includes the weatherproof cabinet,
controller unit, load switches, signal conflict monoitoring
circuitry and alternating current line filter.
1.3 The controller assembly shall provide the phasing, operational
sequence and pedestrian control in accordance with the plans
and the phase sequence diagram attached thereto.
1.4 The controller assembly shall meet the requirements set forth
herein and in the NEMA Standards Publication No. IS 1-1976
for traffic signal control which has been endorsed by the Insti-
tute of Transportation Engineers and the International Munici-
pal Signal Association. The requirements set forth herein
shall be supplemented by the NEHA Standard. Where a difference
occurs, the requirements set forth herein shall govern.
1.5 The basic control equipment to be provided shall be capable of
expansibility to a full 8 phases actuated controller with
pedestrian detection. The original back panel(s) and power
supply(les) shall then be adequate in design to accommodate
the expansion as specified. This expansibility shall be incor-
porated into the original controller assembly. No replace-
merit of Integrated Circuits shall be required for the expan-
sion in number of phases. Addition of load switches and minor
wiring revisions may be necessary. Detailed instructions for
these revisions shall be provided by the'manufacturer.
A-1
1.7 All timing circuits and switching functions shall be accom-
plished through the use of solid-state electronic circuitry.
No electro-mechanical devices shall be used for any switching
functions,
1.8 Solid-state signal load switches shall be use~ for opening and
closing signal light circuits and shall be Jack-mounted ex-
ternal to the controller.
2.0 DESIGN Rt~QUI~
2.1 All circuits shall utilize solid-state devices, with the
possible exception of the flash transfer relay(s), conflict
monitor relay(s), or watchdo8 timer relay(s).
2.2 Functional operating circuits and their associated components
shall be grouped in plug-in printed-circuit assemblies so that
they may be readily removed from the front face of the con-
troller unit without unsolderin8 or handling individual connec-
tions. Printed-circuit assemblies used for the same function
shall be interchangeable between controller units. Indicator
lamps and/or displays shall be provided on the controller unit
to check for normal controller operation. These indicator
lamps and/or displays shall be easily read at a distance of
four feet during normal outside lighting conditions. The
following indications shall be provided for each phase module:
Phase On, Phase Next, Vehicle Call, Vehicle Actuation and
Pedestrian Call. Each interval sequence module shall display
each interval that is timing via a discreet indicator.
2.3 The main frame(s) with power supply(les) shall provide housing,
mounting and internal interconnectton for printed-circuit
assemblies, The frame(s) shall be equipped with sliding ways
and sockets to receive the plug-in printed-circuit assemblies.
These assemblies shall be positively fastened to the frame(s)
by means of a captive nut and bolt arrangement or other suitable
method. No tools shall be required to remove or replace in-
dividual printed-circuit assemblies.
2.4 The controller unit(s), complete with power supply(les) and
"mother" or master back board(s) and sequence control circuitry
for total expansibility shall be completely enclosed in a
sheet metal enclosure(s) with a. suitable protective ,finish.
2.5 No additional power supplies or other related equipment, with
the exception of printed-circuit assemblies, flash transfer
relays and load switches, shall be required for controller
A-2
expansibility as specified iu paragraph 1.5. The back panel
shall include the wiring, load switch sockets, flash transfer
relay sockets and field terminals for the total expansibility
as specified in paragraph 1.5.
2.6' The controller sub-assemblies shall be neatly and systematic-
ally arranged to make possible thorough inspection. Circuit
boards shall be readily accessible for maintenance.
2.7 The controller unit enclosure shall have provision for front
panel insertion of printed-circuit assemblies or modules. These
assemblies or modules shall provide desired display and/or
control functions.
2.8 A set of switches or other acceptable means of positive settint
shall be provided which shall enable the manual calling of any
phase. These switches (or other acceptable means of positive
settings) shall place a vehicle call on that phase and shall be
capable of calling for locking or non-locking calls.
Haximum frame sizes for the controller unit shall be 31 inches
wide by 27 inches high and 16h inches in depth. Phase or
funtional modules for four to eight phase controllers of the
same manufacturer shall be interchangeable. Hodules providing
control or operational function in one controller will be in-
terchangeable with the same module in all other controllers of
the same manufacturer which provide the same traffic signal
control or operation.
2.10 All components shall be amply derated with regard to heat dis-
sipating capacity and rated voltage so that the controller asse~b!-
shall maintain its programmed functions.
2.11 Calling detector circuitry shall be installed on all phases,
including expansion capability as specified in paragraph 1.$.
Provisions to enter pedestrian demand on all through phases
shail be included.
2.12 Timing memory shall not be lost with removal of any module
from the controller. A battery shall be provided to main-
tain random access memory~ power the restart timer and power
the down-time accumulator while external power in removed.
The battery shall be capable of withstanding and operating
within the temperature and humidity requirements of the con-
troller' assembly and shall have a design life of at least five
years under ordinary operating conditions. If batteries used
are subject to pressure build-up, a one-way relief valve shall
A-3
be incorporated into the battery design. Where rechargeable
batteries are provided, a charging circuit shaT. 1 be provided
in the controller design to recharge the battery to full
rated power and float the battery consistent with battery
manufacturer's recommendations. An indicator located on the
front panel shall be provided to indicate that the battery
char~ingcircuit has exceeded a preset limit thereby indicating
battery failure. Failure is indicated when the indicator is
illuminated. Any battery provided shall be capable of delivering
full rated power regardless of previous use history when fully
charged for its lifetime. .The battery shall be located within
the controller unit and shall be easily replaced without using
special tools. The supplier shall provide at least two sources
for purchase of new batteries as well as sufficient information
to enable the purchaser to obtain replacements from manufac-
turerso
2.13 Each controller uni't and circuit board shall have a unique serial
number.
3.0 FEATURES OF OPERATION
The controller and associated equipment shall have the following
characteristics:
3.1 When power is first applied to the controller, an actuation shall
be placed on all phases. Right-of-way shall not subsequently
be given to any phase without actuation thereon; however, recall
switches shall be provided for each ~asewhich, when manually
activated, will cause right-of-way to revert to the associated
phase despite the absence of traffic thereon.
3.2 The actuation of a detector on a phase not having the right-
of-way shall, after display of a yellow interval on the phase
losing right-of-way, cause right-of-way to be transferred to
the phase from which the actuation was received. Overlapping,
non-conflicting phases shall be immediately initiated, in
response to detector actuation, and timed concurrently with
the parallel phase. When the controller is in all-red rest,
right-of-way shall be given directly:Wthe phase on which
actuation(s) has been received. Transfer of right-of-way
is subject to provisions of other paragraphs in this section.
3.3 The transfer of right-of-way from any street as specified in
paragraph 3.2 can take place only after the green signal has
remained on that street for at least a predetermined minimum
A-4
.period consisting of (1) one initial interval and one vehicle
interval, (2) one minimum green interval, or (3) one WALK
and one DON'T WALK pedstrian clearance interval.
3.6 After the expiration of one vehicle interval or the minimum
green interval (on the phase having right-of-way) during
which time there was no actuation, the transfer of right-of-
way (as specified in paragraph 3.2) shall take place immediately.
The transfer is subject to limitations specified in paragraphs
3.3 and 3.5.
3.5 Each approaching vehicle crossing a detector on a green signal
after the initial interval or minimum green interval shall so
actuate the controller as to retain and extend the right-of-
way for that phase, for one vehicle interval or passage of
time Interval. Successive actuations shall not continue to
hold the right-of-way from a conflicting phase from which
demand has been registered by vehicle or pedestrian actuations
or by closure of a recall switch, beyond a maximum green period
which shall be provided for each phase. A secondary maximum
period designated HAX II SELECTION shall be substituted for the
primary ~aximumwhen that Function Imput is enabled.
3.6 The timing of any extension limit (maximum period) shall
(1) commence with sn actuation or registration of traffic demand
for right-of-way on any traffic phase riot having the right-
of-way miter the initial portion has expired or (2) commence
immediately upon actuation or registration of traffic demand
for right-of-way on any traffic phase hot having the right-
of-way.
3.7 If the right-of-way is taken from a vehicle at the expiration of
the maximum period before that vehicle has been allowed its
normal time (one full vehicle or passage time interval) to
pass from the detector into the intersection, the controller
shall cause the right-of-way to return without further actuation
by the vehicle so stopped.
3.8 Phase sequencing and opportunity for assignment of right-of-
way to each 6f the traffic phases shall be in accord with
phase sequence diagrams for each intersection as shown on the
Plans.
3.9 A vehicle crossing a detector in approaehin8 the intersection
on a yellow or a red interval and unable to clear or proceed
shall so affect the controller that right-of-way shall be
subsequently transferred to the phase without subsequent actu-
ation. This vehicle "16cking memory" feature shall be provided
for each phase and shall be capable of bein8 disabled by a
switch located on the front of the controller unit.
3.10 Provide flashing or steady "Walk" indications on a per phase
basis. Each phase module shall be equipped with a switch
on the front panel to permit the user to select Walk dis-
play without requiring any wiring changes or module removal.
The pedestrian clearance interval shall provide a flashing
"Dontt Walk' indication in accordance with NEHA and ~UTCD
3.11 The controller unit shall be so designed that a contact closure
or solid-state equivalent from a loop, magnetometer, pressure,
sonic or radar vehicle detector and/or pedestrian push buttons
shall place a call on the appropriate phase.
3.12 Start-Up Sequence - In the event of a cold start or power
failure of certain durations as described in the NEHA Stan-
dard, the controller unit shall automatically provide the ..
following start-up sequence:
A. Prosramming shall be provided to cause the controller
unit to start at the beginning of the Green, Yellow or
Red interval of any selected phase or non-conflictin~
phase pair as programmed via the keyboard.
B, As part of the start-up sequence, vehicle calls shall be
placed on all phases.
3.13 In the event of a power failure not exceeding 0.5 second
duration, the controller shall continue in cyclic operation,
disreEardin$ the pover interruption.
3.14 Internally programmable overlaps shall be provided on all
controllers by meafls of and easily removable programmable
overlap board that plu~s into the controller and is inter-
changeable between controller of like manufacture. The
cabinet shall be constructed so that phase overlap can be
accomplished vtthout revlring. The controller shall generate
internally all of the logics to obtain any possible vehicle
overlap phases. The overlap phases shell contain all of the
green, yellow, and red signal indications required to overlap.
phase~
4.0 SOLI~STATE LOAD SWITCHES
4.1 Solid-state ~ack-mounted load switches shall be provided for
controlling the power to all signal lamp circuits called for
in the plans. In addition, load switch bases shall be provided
and wired to terminal strips in order to provide for future
expansibility as called for in the Plans. Each load switch
lamp circuit shall be rated ~t least 15 amperes.
4.2 Load witches shall be entirely solid-state and have no ~oving
parts. Reed type relays viii not be acceptable.
Each load switch shall have a heat sink consistent with heat
dissipation requirements of the load circuit, and the load
switch mounting panel shall be designed so that heat dissi-
pated does not adversly affect the performance of surrounding
components.
~he solid-state load switch shall meet the requirements set
forth in Part $ of the NEHA specification No. T$1-1976.
&.$ The Load switches shall be constructed and mounted so that
maintenance personnel renovtng or ~sert~ng them vii1 not be
exposed to live parts. Load switches, when inserted in their
bases shall not freely move, but shall be provided with sliding
ways or other suitable aligning devices to inhibit movement.
&.6 An indicator light for each circuit shall be provided in each
load switch.
5.0 SOLID-S?ATEPIASH~R
5.1 & 3ack-mounted, two-circuit, alternating flash control device
shall be provided. Yhis flasher shall be fully solid-state.
~.2 Each circuit shall be rated at 15 amperes and awitcht~g shall
occur at the sero c~oss-over point of the AC voltage.
5.1 Unless otherwise eallsd for in the plans, the controller
assenblI shall be wired to flash red on all phases.
5.& The flash rate shall he 55 flashes per uluute ~ 10~.
5.5 The duty c cle for each circuit shall be 50~ on, 50I elf
5.6 & sliding way will be provided where necessary to inhibitnove-
merit of the flasher after it has been installed tu the flasher
base.
A-7
5.7 Cabinets shall be provided so that flash operations may be
readily programmed.
5.8 A flasher switch shall be prpvided in the police panel,
and a second flasher switch shall be provided inside the
cabinet. When the outside flasher switch is placed in the
"flash" position, the controller shall be left on, but timing
shall stop while the ihTemection is on flash. When switched
back to normal operation from the outside switch, the start-up
sequence shall be initiated. The inside flash switch shall not
affect the operation of the controller unit, but shall transfer
signal control from the load switches to the flasher.
6.0 CONTROT.T.I~ CABINET
6.1 The cabinet shall be of clean-cut design and appearance, suf-
· ficient in size to provide ample space for proper ventilation
and for housing the'.basic controller, all necessary associated
electrical devices for the complete expansibility of the con-
troller aa specified in the plans, and 3M Opticom equipment.
6.2 Unless otherwise specified in the invitation to Bid, the
cabinet shall be constructed of sheet aluminum with a minimum
thickness of .125" or cast aluminum of .250". No flammable
product will be alloyed in the cabinet. The cabinet struc-
ture shall be weatherproof and effectively sealed to prevent
the entry of dust or moisture. The cabinet exterior shall
be properly prepared for painting, coated with a corrosion
resistant primer and finished with two coats of high quality
paint. The color shall match the brown chosen for the poles
and mast arms. The painting process shall be done in a con-
trolled environment before delivering to the project.
6.3 A minimum of two strong, adjustable metal shelves shall be
provided in the cabinet and these shelves shall be essentially
the full width of the cabinet. Two of the shelves must pro-
vide enough space for the controller unit, the detector
amplifiers and the conflict monitor.
6.1 If vertical channels are used to support the shelves, each
A-8
channel shall be welded or otherwise attached to the cabinet
at the top and bottom and at two or more equally spaced points
alon$ the length of the channel.
6.5 The main door of the cabinet shall include substantially the
full area of the front of the cabinet. The door shall be
attached to the cabinet by either one continuous "piano
type" hinge or three heavy-duty hinges for sheet metal cab-
inets. Cast aluminum cabinets shall have a minimum of two
heavy-duty hinges. All hinges and pins shall be constructed
of non-corrosive material. ·
6.6 Each controller cabinet door shall be provided with a con-
ventional traffic controller tumbler lock and a door handle of
sturdy construction. Two keys shall be provided per cabinet
for the tumbler lock for each cabinet. The handle and lock
~ystem shall be designed to assure that the handle cannot
disengage from the locking device while the cabinet door is
closed. The door latching mechanism shall securely lock the
door against the gasketin$-material at the top, bottom and ap-
proximate center of the door when closed. Each controller
cabinet door shall be provided with a catch mechanism located
at the top of the cabinet, to hold the door open two positions
at least 45 degrees apart between 85 degrees and 150 degrees.
The cabinet door(s) must also open to a 180 degree position but
a catch mechanism is not required for this position.
An auxiliary door shall be provided with a conventional
police lock and two keys in addition to the main cabinet door(s).
On the panel behind the auxiliary door~ there shall be a signal-
shutdown switch, signal-flash switch, and a manual advance
push button switch-and cord. All switches shall be properly
wired to the controllers and shall be of proper amp·city
for the application,
6.? A iasket shall be provided to act a~ · permanent dust-proof
and weather-resistant seal at the controller cabinet door
facing. The gasket ~aterial shall be of · non-absorbent
material and shdll maintain its resiliency after long term
exposure to the outdoor env~onment. The gasket shall have
a ~inimum thickness of 3/8". The gasket shall be located
in a channel provided for this purpose either on the cabinet
or on the door(s). An 'L" bracket is acceptable in lieu of
this channel if the gasket is fitted snugly against the bracket
to insure a uniformly dust-proof and weather-resistant seal
around the entire door facing.
6.8 The cabinet shall be equipped with a thermostatically controlled
cabinet vent fan and intake and exhaust vent openings. All
vent openings shall have a vent covering. Vent covers shall
be screen or hardware cloth having square openings not larger
than ..0125 sq. in. A panel with punched or drilled holes no
larger than .0125 sq. in. in area is acceptable provided that
adequate cabinet ventilation is'maintained.
6.9 The intake vent openings shall be designed to permit their
full area to be used for air to enter the cabinet. A commer-
cially available standard size air conditioning type filter
shall be used to cover the full surface area of each intake
vent opening. The vent fan shall be located at the top of
the cabinet and shall be of suitable degign to assure ~at only
a nominal amount of dust, dirt, or moisture will enter the
cabinet through the vent fan opening. The vent ~an and exhaust
vent system design shall be such as easy to permit easy inspec-
tion, cleaning and maintenance.
6.10 The fan shall be designed to operate reliably over the temper-
ature range of - 20 to 165 degrees Fahrenheit (approximately
- 2i to 74 degrees Centigrade) and ~hall utilize either ball
or roller bearings, & be rated at a minimum of 200 CFM.
6.11 The fan thermostat shall be mounted near the top of the
cabinet and shall be manually adjustable between 70 and-110
degrees Fahrenheit (approximately 21 to 43 degrees Centigrade).
6.12 Where an additional fan is provided with the controller unit
the fan shall be designed to operate reliable over the
temperature range specified in paragraph 6.10. The manufacturer
shall provide an additional fan thermostat for this fan which
~ shall be manually adlustable over a range which includes the
manufacturer's suggested setting for correc$ controller op-
eration over the entire range specified in this specification
and for most economical fan operation.
6.13 The manual advance push button switch shall be attached to
a retractable (coiled) cord extended to at least 6 fe~t.
Each actuation of this switch when bhe manual-automatic
switch is in the manual position shall either advance the
controller unit through each timing interval or advance the
controller to the next green with the controller unit timing
the vehicle and pedestrian clearances. ~
A-lO
6.14 .The cabinet shall be designed for base mounting to a concrete
pedestal and the bottom of the cabinet shall be substan-
cially open. The cabinet shall be pcovided with at least
four anchor bolts of suitable design and the necessary
hardware for the complete installation.
6.15 A template shall be provided with each cabinet to assist
in the correct positioning of the anchor bolts.
6.16 The cabinet shall be provided with a five-digit serial num-
ber unique to the manufacturer and this five-digit serial
number shall be preceded by an assigned two-letter manufac-
turer's code. This assigned code will be provided to the
successful bidder. The entire identification code and number
shall be either stamped on a metal plate which is riveted to
the cabinet or stamped directly on the cabinet at one of the
following locations, listed in order of preference:
A. On the upper right hand edge of the fromt cabinet
door opening (covered wh'en the &oor is closed).
B. On the upper right hand cabinet side wall.
C. On the upper right hand cabinet back wall (not
back panel).
7.0 WiRING ANDAUXILIARY~QUIPMENT
7.1 All cabinet wiring shall be neat, and firmly attached to
the cabinet with appropriate straps. Wiring to the door
shall be protected and routed ,in such a way as to minimize
the possibility of the door being closed on it.
7.2 The cabinet shall include the following terminals:
A. A barrier terminal block with a minimum hi tpo terminals
for the power supply lines. This block shall be rated
for 50 amperes and shall have double 10-32x$/16~' binder
head screw terminals or larger.
B. Terminal blocks for a12 inputs end outputs for · fully
expanded controller as called for in the plans including
the maximum number of vehicles and pedstrian phase detec-
tors available in the fully expanded controller shall
be included in this requirement. These blocks shall be
either single terminal type with throush-panel solder
lugs or other acceptable means of connection on the
rear side of the mounting panel or double binderhead
screw terminals. Either type of terminal block used
A-11
shall be of correct ampacity for the application. The
following functions and terminals shall be provided as
determiaed by the number of phases in the controller unit
(fully expanded controller unit if expansion is called for
in the plans).
A-12
1, Inputs and number of Terminals:
Function Number of Terminals Per Unit
2_~ 3/~ 4~ Sg thru 8g
1. Vehicle call detector 2 3 4 8
(per phase)
2. Ped call detector 2 3 4 8
(per phase)
3. lC+(line side) 1 1 1 1
&. AC- (common) 1 I 1 1
5. Chasis :ground 1 1 1 1
6. Logic ground 1 1 1 1
~. Force-off (per ring) I 1 I 2
8. Hold (per phase) 2 3 4 8
9. Phase omit (per phase) - 3 & 8
10. Stop timing (per ring) 1 I 1 2
11. Interval advance (per unit) 1 1 1 1
Ii. Red rest (per ring) I 1 1 2
13. Inhibit max termination I 1 I 2
(per ring)
l&. Call to nonactuated mode 2 2 2 2
(two per unit)
15.' Omit red clearance (per ring) I 1 1 2
16. Test input (two per unit) 2 2 2 ,2.
TOTAL number of inputs 20 26 30 51
A-13 -
2. Outputs and Number of Terminals
Function Number of Terminals Per Unit
1. Load switch drivers, 6
basic vehicle
per phase)
2. Load switch drivers,ped- 6 9 12
estrian (W-PC-DW per phase)
3. Load switch drivers,overlap - 9 · 12 12
(G-Y-R, when provided)
4. Check (per phase) 2 3 4 8
5. Phase ON logic (per phase) 2 3 4 8
6. Phase NEXT Logic (per phase) - 3 4 8
7. Regulated 26 volts DC for
external use
TOTAL number of outputs ........ 17 37 69 85
C. An unused terminal block pro~iding at least 10 spare terminals
shall be provided for two, three, four and eight phase con-
troller unit (fully expanded controller unit if expansion
is called for in the Plans).
This barrier type terminal block shall be rated at 30
amperes and shall have double 8-22x5/16" binder head screw
terminals and shorting bars shall be provided, in each
of the 10 positions.
Molded barriers shall separate each set of terminals. Where
single terminals with through-panel solder lugs or suitable con-
nectors are provided provision shall be made to isolate or
insulate the solder or other type connection to insure
safe operation. Each set of terminals shall be connected
by means of a shorting bar or plate which may be removable,
or non-removable where barrier type terminal blocks are
provided.
The terminal block specified in paragraph ?.2A shall be wired
to the circuit breakers descirbed in paragraph 7.7 and to a
good cabinet ground as required.
A-14
7.5 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. Identi-
fication shall be permanedtly 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.
7.6 A copper bus bar or other suitable terminal arrangement
shall be provided to connect the common field wires with the
power supply neutral and cabinet ground. This.bus bar shall
provide a minimum of l0 each 8-32x5/16" or larger screws.
7.7 Unless otherwise called for in the plans, two circuit breakers
shall be mounted and wired td the cabinet. A 20 ampere breaker
shall protect the trouble light and duplex receptacle. A 50
ampere breaker shall protect the controller unit, the conflict
monitor, the flasher, and solid-state load switches.
7.8 The circuit breakers shall be single p61e, non-adjustable
magnetic-trip type rated at 120 volts. The line side of these
breakers shall be equipped with solderless connectors and shall
be wired to the terminal b~ecks specified in paragraph 7.2A.
7.9 The circuit breakers shall be marked to indicate the}r current
rating and whether they are open or closed. They shall be man-
ually operable and shall be mounted in a readily accessible
position.
7.10 A duplex receptable of the 3-wire grounding type shall be mountec
in a readily accessible positibn. It shall be wired to the
load side of the 20 ampere circuit breaker.
7.11 One surge protector shall be installed on the load side of the
}0. ampere circuit breaker to protect the controller and related
equipment from line voltage surges. This protector shall be
a heavy duty 3 terminal gas tube arrester.
7.12 The controller cabinet shall be provided with · trouble light
and switch. This trouble light shall be flourescent and shall
provide a light output comparable to that of a &O watt incande-
scent lamp. It shall be wired to the load side of the 20 ampere
circuit breaker.
7.13 A test switch shall be provided inside the cabinet. This svitc%
shall cause the intersection to flash and also cause the con-
troller unit to operate normally so that its operation can be
A-15
checked by observing the controller unit display lights.
?.Il A radio..interference filter shall be wired to the load side
of the 50, ampere breaker specified iu paragraph 7,7 and shall
be protected by the surge protect6r specified in paragraph 7.11.
This filter shall be rated for 6'0 amperes and shall provide
& minimum attentuation of 50 decibels over the frequency rage
of 200 kilo~ycles to 75 ~egac~cles,
7.15
A three position .(On- Off- Mom) test switch for each detector circuit includ-
ing pedestrian phases " shall be provided
in a panel on the inside Of the fr~tcabinet door or cabinet
wall. These test switches ~ust be easily accessible when all
equipment within the cabinet is properly positioned.
7.16 Electrical connections from the controller unit to the outgoini
and incoming circuits shall be ~ade by inserting multi-terminal
plug(s) into s receptacle(s) incorporated in the controller
The controller unit shall be replaceable with a similar unit
without the necessity of connecting individual wires, These
connectors shall be as follows for the controller unit (fully
expanded controller unit if expansion is called for in the
plans), Specific input/output connector terminations are
identified on NENA charge~ attached hereto and made_a part
of this specification by reference.
A. Connectors Used
Connectors shall be chosen fro= the NIL-C-26682 series,
Connector A shall internate with N$3116 ()-22-5~$.
Connector · shall tntermate with N$3116
Connector C shall lntermate with NS3II6 ()-I&-61P.
Controller Connector Connector Connector
3 Phase I X -
& Phase I X -
$-8 ~hase I X
A-16
Identification of Input/Output Pin Connector Terminations
022.ssf (ss f~x) -2z-SSS (ss Pz~) .22.sss (ss fiN) -22.sss (ss ~l~l .24.6ZS (6i
, ~IG~ fl~ ~l~ ?~l ~l~ PIN ~I~ fin ~1~
~SIRvED A ~1 ~E ~ A ~1 ~ ~ A fl PV~E ~l~ A ~OEO STA~S
*~4 YOLT ~ EXTErnAL I I SPA~ i I SP~[ I I SPA~ i I COOE~ STA~S
~- (CO~) U i ~l PI~E ~]T U ii P~E ~IT ' u l al P~ ~lT u d7 PEO CALL D~T
C~5515 CR~D V I ~SERvE0 ia v ~ESEe~D i~ ~ i ~O ~C,'C~ (21 V I d? VEhl:~ ~LL ~ET
~DED STA~S lit C (~) Y I ~3 kALE DRZ~R Y 13 KALE DKiV~I T I 13 b*LL O~lb'~a V I FORCe.OFF (2)
~l TE;.L~ DRI~EA ' Z 13 PED C~AR DRZVER Z e3 fED C~R DRIvE~ Z I ~S PEg C~ DRIVER Z S~O~ T:N[hG (~)
12 FIL~[ G~ e RESErvED 41 al · f4 F~E ~ · ~4 P~E ~ · dd YELLCa
CALL ~ ~ a~ I · R~S~RVED Id I R~'E~ i~ D ~7 P~D C~IT B I ~S HOLD
~ tED mit v SP~ 4 v SP~4 · Sf~a ~ ~]TALL ~ED
COu~O ~IA~ lit a {i) CC ~ OL J ~e.D bKI~'ER CC~ OL I KED 3~JVE~ CC flLI ~D ~K.YER CCj ~ P~I ~
PrO atC~C3~ (I) tF ] Ok C C~[t~ ORfVEA f;: Ot ~ CKtEX D~IVEn ~ Ok C CA~.~ ~IVFa F~ I Ms
J J dj ,7 k'aL, O, IVEAI
I J ~ I ~7
i i FP ~ ~7 Pl~SZ ~IT
A-17
B. Totals of Teminations
Phases
Connections 2 3 4 S thru 8
Total inputs 20 26 $0 S1
Total outputs 17 37 49 85
' Total inputs ~ out-puts 37 63 79 136
Reserved for 4 ~ 8 Phases - 16 - -
Sparese 3 8 8 9
Reserved for future Use** 14 22 22 25
Reservecl*** 1 I 1 1
TOTAL Pins Required $S 110 110 171
a These spare terminations are reserved for the exclusive future
assignment of such additional specific input-ou.-put functions
as will be reflected in future revisions of the N~IA Standards
Publication No. TS 1-1976.
· a An), functions supplied on these pins shall con£orm to the proposed
"Future ~ Standards".
· ** These terminations are reserved to prevent interchangeability with
controller units ~fiich con£orm to earlier proposed k~ pin assign-
ments.
7.17 The cnntroller back panel shall have all of the wiring on
its f~n.tor the vtrin$ shill be readily accessible by means
of'a mechanism enabling the back panel to swing down or
sideways. Readily accessible shall mean that it shall be
possible to gain full access to inspect or modify the
wiring in less than two minutes by the use of simple tools.
If the wiring ia on the back of the back panel, the panel and
wiring shall be designed so as to prevent the wiring from
being pinched when the panel is placed in its normal oper-
ating positions after a change in wiring ia made. If a side
panel with through-panel solder lugs or other suitable
connectors is provided both sides shall also be readily
accessible as described above.
A-18
7.18 The power feed to the loadswitches shall be switched through
a 60 AMP mercury contactor. In the event of a call to flash
or signal off condition, this contactor shall be de-energized.
7.19 It shall be impossible to operate the normal intersection
displays with the conflict monitor disconnected. A relay or
other simple plug-in device which may be removed to permit
normal operation'will not be acceptable. The monitor output
relay shall control the flash transfer relays directly.
A-19
8.0 CONFLICT MONITOR
8.1 A full-wave conflict monitor shall be provided to monitor all
"green" vehicle, "amber" vehicle, and all "walk" pedestrian load
switch outputs and to prevent simultaneous display of conflicting
green, amber, and/oS pedstrian indications due to equipment failures.
8.2 The conflict monitor shall be able to detect both positive and
negative half-wave failures under the foregoing conditions. It shall
also monitor for dark signals (red monitoring) and the simultaneous
display of red and green on the same signal head.
8.3 If conflicting indications are sensed, the conflict monitor shall
cause all vehicle signals to display flashing red indications and all
pedestrian signals to darken unless otherwise programmed.
8.4 The conflict monitor shall also trip if it detects a power supply
failure in the controller or if a failure or power loss occurs in the
monitor.
8.5 The conflict monitor shall be wired for a fully expanded controller
as specified in paragraph 1.3.
8.6 The conflict monitor shall be a NE}h%, 12-channel type with active
channel indicators, interchangeable programming card and minimum
two-second yellow monitoring.
9.0 INTERVAL SMITINGS AND DISPLAYS
9.1 The controller shall provide a positive means of setting signal
ti~ing intervals via a pressure sensitive keyboard. Procedures for
entry or checking of interval settings shall be cle, rlv indicated on
the Controller front panel, and a clear visual LED or LCD display of
the length of each period or interval shall be provided. It shall not
be necessary to use punched data cards, remove or change wires, pins or
contacts, or use ~ools of any kind in making interval or period
adjustments. All NEMA Standard TS 1-1976 displays, controls and switches
shall be on the front panel and easily accessible.
9.2 The Controller shall be provided with, at least, the followin$ intervals
with the minimum ranges and maximum increments shown:
(table on followin$ page)
A-20
Function or Interval ~Range Increnent
(In Seconds) (In Seconds)
Initial (or Min. Green) 1-99 1
Vehicle Passage Time {or Extension) 0-9.9 0.1
Maximu~ I 0-99 1
Maxiu._~. I I O- 99 1
Yellow Change 0-9.9 O. 1
Red Clearance 0-9.9 0.1
WALK 0-99 1
DON'T WALK (Ped. Clearance) 0-99 1
Minimum Red (Red Revert.) 2-9.9 0.1
Zero can be satisfied by a time incr~ent of up to 100 milliseconds.
A-21
10.0 CONTROT,T,~ DIAGNOSTIC ~QUIPMENT
10.1 Two complete sets of extender boards shall be furnished for
controller testing.
10.2 A diagnostic test set includ.ing necessary documentation
shall be provided which will assist the technician in
isolating and diagnosing malfuctioning printed circuit
boards to a small circuit area. A diagnostic test board(s)
shall be provided which contains a diagnostic software test
program(s) to accomplish the purpose. All test set inter-
connecting cables and hardware or other equipment necessary
to perform these tests shall be provided, including any
necessary display and test access equipment such as a
CRT. Diagnostic test sets which utilize the controller
keys and front panel displays to access the test program and
display test results are acceptable if all other require-
ments are met. The documentation provided shall include
detailed test procedures which, when used in conjunction
with controller schematics, theory ef operation, and trouble-
shooting information will allow the technician to trouble-
shoot to a small circuit area. Other equipment necessary
for troubleshooting and;diagnosing controller circuitry
such as oscilloscopes, voltameters, etc., are not included
in the diagnostic test set.
11.0 FInD USE RE~UI~$
The Contractor shall within 15 days after execution of the
Contract, provide the Engineer a list of at least three
cities of over $0,000 population (latest Federal Census)
and/or state highway departments within the United States
where the same design of controller unit, conflict monitor,
load switches, and Fire Preempt System have been in successful
operation for at least six months. The Controller unit,
conflict monitor and load switches need not have been operated
by the same cities and/or highway departmen~ to meet this
requirement. Approval for any exception of this requirement
shall be obtained from the Engineer in writing before the
expiration of the 15 day time limit.
12.0 TESTS ANDACCEPTANCE OF OONTROrl,RRASSEMBLIES
12.1 The Contractor shall provide the EnRineer a test report
from an approved laboratory which shows that the model of
controller unit. conflict monitor and load switches bein~
provided have been tested and have successfully met all the
test reouirements called for in the NEMA Standard Publi-
cation No. TS 1-1976, and that any battery or batteries
within the controller unit meets'the requirements of this
specification.
A-22
If the same model controller unit is used for all phase operations
from two phase through eight phase operation, only one test report
shall be required. If two or more models are used (i.e. two, three
and four phase operation for one model and five, six, seven, and
eight phase for a second model), a test report shall be provided for
each model. The Engineer shall ~equire updated certified test reports
if the components used within the controller unit, conflict monitor or
load switches provided differ sufficiently from previous units with the
same model numbers to cause the Engineer to determine that there is a
need for retest ing. All testing and certification by an approved
laboratory shall be at the expense of the Contractor.
12.2 The Contractor or supplier, as approved by the Engineer, shall bench
test every controller assembly under load for a period of two weeks.
If a controller assembly does not meet the two-week bench test, the two-
week bench test will be repeated after any repairs, modifications and/or
changes are made. Any repairs, modifications, and/or changes made shall
be at the supplier's expense. The Contractor shall notify the Engineer
1 week prior to the testing and provide a certified letter to the owner
after two-week tests verifying that the controller assembly has met the
test. The Fire Preempt will be demonstrated to the Engineer during the
test period for approval prior to installing in the field.
13.0 DJC/1M51WATION
Each controller assembly shall be provided with the following documentation:
A. Three complete and accurate cabinet wiring diagrams, and (1) one
Mylar Sepia for every cabinet.
B. Three complete and accurate schematic diagrams for all circuitry in
the timer, conflict monitor, flasher and any other electronic components.
C. 'Complete performance specifications (electrical and mechanical) on
the unit.
D. Complete parts list including ~ames of vendors for parts n~identified
by universal part numbers such as JEDEC, REIHA, or EIA.
A-23
E. Pictoral of components layout for each circuit board
of individual component identification permanently
printed on each circuit board. ReSardless of which
of the above is provided, each electronic component
on the board will need to be clearly identified
or labeled.
F. Service manual which includes description of controller
unit, descrition of its operation, and basic main-
tenance and troubleshooting information.
14.0 GUARANTEE
If it iS normal trade practice for the manufacturer to furnish
a guarantee for the worR provided harein, the Contractor
shall turn this guarantee over,.'to the Engineer for potential
dealing with the guarantor.
15.0 TRAINING
The supplier shall provide up to 24 hours of demonstration
'and training on any new equipment at the city's request-.
The supplier shall also assist in implication of Time base
coordination system.
A-24
SPECiFiCATION.
SECTION 2
~E~ICLE /kN~ PEDESTRIAN DETECTORS
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 requirements for
detector components within a traffic signal system.
2.0 LOOP DETECTOR AbIPLIFIER
2.1 Func~-ionat gequirements
2.1.1 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.
2.1.2 Detection shall be purely electonic 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.
2.1.3 Inductive tuning to loops of various configurations shall be automatic,
the unit accomodating loop circuits in the range of 0 to 1000 microhenries.
Tuning controls of any kind for this function will not be acceptable.
Each unit or detection channel shall be self-tuning on initial turn-on
and self-retuning within .10 seconds of reactivation or restoration of
e-lect r ica1 power.
2.1.4 In each unit or detection channel the method of measurement shall be
crystal referenced digital period counting.
2.1.5 F. ach unit or detection channel shall be capable of operation in one of
three front panel switch selectable modes:
(a) Pulse Mode - A vehicle passing over the loop shall cause a 125~25
millisecond output pulse. In this mode the detector shall rephase
.1 second after initiation of the above described output pulse.
The rephase sequence shall allow detection of the smallest detectable
vehicle, two seconds subsquent to detection of a stopped automobile
in loop field.
(b) Presence Mode- Continuous output based' on continuous occupancy of
the loop field. Hold time for smallest detectable vehicle shall
be adjustable from 2 to 2046 seconds in 2 second increments.
(c) The detector shall have a built-in delay and stretch time elements,
functioning independent of each other. Delay shall be adjustable
from 0-31 seconds in 1 second increments. Stretch time shall be
adjustable from 0-15.75 seconds in .25 sec. increments.
2.1.6 At least 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 pas. sing over
various loop configurations, with lead-in cable length up to 1000 feet.
2.1.7."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.
2.2 Electrical Requirements
2.2.1 Detector amplifier units shall be shelf-mounted and a self-powered unit,
include one detection channel and operate on input voltage from 95 VAC
to 135 VAC, (Power supply contained in unit). Units shall interface with
a 10-pin (MS-3106A18-1S) mating connector. Varistors between power line
leads shall be provided to limit peak transient voltage to 270 VDC.
2.2.2 Each detection channel shall be provided with an isolated output circuit
such that detection is indicated in a conductive state by an optically
isolated Darlington transistor (30 VDC @ 50 HA).
2.2.3 Operation of detection channel shall not terminate if loops are defective
through either single point leakage to ground, or short to ground.
2.2.4 Circuitry in the detection channel shall be such that output response to
an open loop is s continuous detection.
2.2.5 Each detection channel shall have circuit board programming capability
to modify performance for particular applications as follows:
(a) Mode: Pulse/Presence
(b) Presence Mode: Presence time shall be adjustable from 2-2046 seconds.
(c) Delay Time: Time delay shall operate in a range from 0 to 31 seconds
in one second increments.
(d) The Stretch Time: Stretch time shall have an operating range from
0 to 7.$ seconds adjusted in 0.25 second increments.
A-26
.'9.6 Each detection channel shall be protected against lightning strikes.
It sba1! he capable of withstanding the discharge of a ten (10) micro-
farad capacitor charged to 1000 volts across the loop terminals and
from each loop terminal to earth 8round.
L7 The detection s_ystem (s) shall operate properly at temperatures from
-35°F. to +165uF. and at relative humidity to
Document at ion
detector unit shall be provided with the following:
(a) Complete and accurate schematic diagram(s).
(b) Complete installation procedures.
(c) Complete performance specifications.
(d) Complete parts list including names of vendors for parts not
identified by universal part numbers (JEDEC, RET~A or EIA).
(e) Pictorial of component layouts or circuit board(s).
(f) 14aintenance and trouble shooting procedures.
($) Stage by stage theory of circuits and their operation.
Guarantee
manufacturer shall furnish a 2-year &uarantee for the work provided herein,
Contractor shall turn this guarantee over to the Engineer for potential
lng with the guarantor.
DETECTOR LEAD-IN CABLE, DETECTOR LOOPS & INSTALLATION PROCEDURES
3.i Detector lead-in cable shall be of the 2 conductor shielded type;
The cable shall conform to the following: (a) Two-conductor cable shall
consist of tinned-copper conductors, AWG Il& (Stranded 19x27) and
twisted within the shield approximately 15 turns per foot. Each
conductor shall be polyethylene insulated, at least 0.032 inches thick.
The shield shall be of aluminized mylar or polyester and shall be 100
percent effective with metal to metal contact between adjacent wraps.
An AWe t16, tinned copper drain wire shall be provided, wrapped with a
chrome vinyl Jacket, 0.035 inches minimum thickness. An outer nylon
sheath approx~tely 0.003 inches thick shall be applied over the vinyl
Jacket. Nominal cable diameter shall be approximately 0.3&0 inches.
Maximum capacitance between conductors shall be 25 micro-micro-farads
per runnin$ foot of cable, with one conductor shall be 50 micro-micro-
farads per running foot of cable. This specification describes Belden
18720 shielded cable, or approved equal.
3.2 Detector Cable Installation
Detector cable shall be run continuously, without splicing from
detector loop connections in junction or pull box to the controller
cabinet. Conductor splices in the Junction or pull box adjacent to
loop (s), shall be soldered and wrapped with waterproof plastic tape.
Each completed splice shall be encapsulated and waterproofed, per the
Engineer's instructions and recommendations.
3.3 Induction Loops - Installation
Induction loops shall be of confiqurations and dimensions shown in saw
cut patterns on the plans. Loop wire conductors shall be #12 AWG,
soft drawn, stranded wire, type XPLN or Type ZHHW. If the number of
loop turns shown on the plans is not in accordance with the amplifier
manufacturer's recommendations for units furnished, field revisions in
loop layouts and wire quantities will be made by the Engineer. Loop
wire cable shall be run continuously, without splicing from the junction
or pull box, through the connecting conduit and pavement saw slots and
returned through the conduit to the box, for connection to lead-in
cable. After splicing is completed and before the slots are sealed,
the resistance of the loop and lead-in cable to ground, shall be
measured. After a satisfactory test, which shows a resistance of not
less than 10 megohms, the slot shall be sealed with approved asphalt
sealing compound.
All saw cuts must be of sufficient width and depth (minimum 2") that
all loop wire contained in the cut is completely encapsulated when the
sealing compound is poured.
3.4 Pedestrian push buttons, when required., shall be mounted 4'0" above the
ground or sidewalk and shall be of the type that have permanent signs
within the unit or signs permanently attached to the unit which
explain the purpose of the push buttons and define specific crossings
and signal assignments. Push buttons shall be of the direct push contact
type, entirely insulated from the case and be of brass or other corrosion
resistant material with a backplate. The assembly shall be sturdy,
weatherproof and secure against electrical shock to the user. The case
of the unit shall be tapped for %-inch pipe, for appropriate conduit
connect ion.
A-27.2
PART A - EQ~'i?!<'.I£Xi: SPECIFICATIONS
SECTION 3
MULTIPLE CONDUCTORAND
SINGLE CONDUCTOR TRAFFIC SICNAL CABLE AND WIRE
1.0 GENERAL
This specification covers poly~inyl chloride co~pound-Jacketed polyethylene-
lr. sulated multi-conductor cable, and polyvinyl chloride compound-insulated
single conductor wire, rated 600 volta, for use in signal systems in under-
ground conduit, as aerial cable supported by a messenger or for induction
loop detector wire.
2.0 GENERAL CONSTRUCTION
Cable under this specification shall be composed of uncoated copper conductors
individually insulated with heat stabilized polyethylene (multi-conductor)
or ~rlth polyvinyl chloride compound (single conductor) as specified herein.
Multiple insulated conductors shall be laid up in a co-pact form, bound
with suitable tape, and Jacketed with polyvinyl chloride compound.
3.0 CONDUCTORS
3.3 The copper conductors shall, before insulating, conform to th~ require-
meats' of ASTH Deai~nation B-3, latest revision for soft annealed copper
wire, and ASTH B-8 for concentric lay, stranded copper wire.
3.2 The conductors ~hall be stranded unless otherwise specified in the plans
and specifications.
3.3 The number and size of the conductors shall be as specified in the
plans and speclficsttons.
4 . 0 INSULATION
4.1 Hultt-Conductor Cable. Yhe inauXating c~=pound before applic~tion to the
conductors shall be heat-stabilized polyethylene conforuin$ to the require-
~ents of ASTH Designation 1) 12&8, 63T0 l~pe 1, Class B0 Grade 4. The
tnsulition shall be applied concentrically about the conductor. Insula-
tion after the application to the conductors shall meet tbs follo~ng
requirenents when tested in accordance with the procedures given in AgTH
DesiSnation D 1351, latest revision, and ASTH VeatLmation D &70, latest
revision.
A-28
Physical Properties of Polyethylene Insulation
a. Initial Properties:
Tensile strength,
lbs. per sq. in.~ minimtun 1400
Elongation at rupture,
percent, minimum 3}0
b. After t8 hours in air oven at 100°C:
Tensile strength~
percent of original, minimum 75
Elongation at rupture;
percent of original, minimum 75
c. Cold Bend Test, I hour at -55°C; plus or
minus 1 degree no cracks (Handrel diameter 2.5
times insulation diameter).
&.2 The nominal thickness of the insulation shall be not less than that
specified in Table I. The minimum thickness of the insulation shall be
not less than 90 percent of the nominal value.
1.3 Hoisture Absorption.
a. After a twenty-four hour immersion in tap water at 50°C plus or
minus 1°C, the specific inductive 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 $-61-&02, NDIAWCS, latest revision.
&,& Electrical Properties.
a. Dielectric gtrength
Each processed length of insulated conductor before cabling shall
withstand the test voltage specified in Table I for s period of f
minutes after in~n. erston in water for not less than 6 hours and while
still immersed.
b, Insulation Resistance
Each processed length of insulated conductor, after withstanding the
Dielectric Strength Test, and while still immersed, shall comply
with the insulation resistance requirements of Table I.
A-29
c. The Dielectric Strength and Insulation Resistance Tests shall be
conducted in accordance ~ith the requirements of ASTN Des~gnation
D ~70, latest revision.
A-30
TABLE I
INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE
. Insulation Resistance
Conductor Insulation Test at 60 F. Megohms -
Size, AWG Thickness. Inch Voltage 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
!
&.5 Single Conductor Cable:
The Insulation shall be tough, durable, stabilized polyvinyl chloride
compound meeting the requirements of Under~rtterms Laboratories Type
Th~.
4.6 The physical characteristics of the insulation shall be as given in'
Table II. Tests of these characteristics shall be made in accordance
vtth A$11q Designation D 470, latest revision.
A-31
TABLE U
a. Initial Properties:
Tensile strength, lbs. per sq. inch, min. 2300
Elongation, percent, min. 250
b. After 120 hours in Air Oven at I00° C
Tensile strength, percent of original, min. 85
Elongation at rupture, percent of original, min. 60
c. Cold Bend T~st. I Hour at -55° C, no cracks
(Mandrel Diameter 2.5 times covering diameter)
d. Flame Test, seLf-extinguishing in minutes, max. 1
4.7 Thickness, Diameters and Weights
a. The completed conductor shall conform to the requirements of Table III.
b. The thickness of the insulation shall be not less than 90% of the nominal
value in Table {~I.
The I1Ttnimum spot thickness shaU be not le~ than 70% of the nominul
thickness. '
TABLE UI
Conductor Nominal Approx. Approx.
Size Thickness O.D. Weight
AWG of Coverin~ Inches Lbs/M Ft.
4 .045" .300 131
6 .045" .260 85
8 .045" .220 56
10 .030" .174 34
12 .O30" .140 23
A-32
CONDUCTOR COLOR' CODING
Multi-Conductor Cable:
Standard color eocUng for cables shall be in accordance with Table IV. When
permitted by the purchaser, the conductor coding may be numerals and words
on the conductor insulation. Base colors sha.ll be obtained by the use
colored insulation. Tracers sba/1 be colored stripes or bands which are part
firmly adhered to, the surface of the insulation in such a manner as to
distinctive circuit coding throughout the length of each wire. Tracers
in continuous or broken lines, such as a series of dots or dashes, and
be applied longitudinally, annularly, spirally or in other distinctive
patterns.
TABLE IV
CONDUCTOR COLORS AND SEQUENCE
Conductor No. Base Color First Tracer
I Black
2 White
3 Red
4 Green
$ Orange
6 Blue
? White Black
8 Red Black
9 Green Black
10 Orange Black
11 Blue Black
12 Black White
13 Red White
14 Green White
15 Blue White
16 Black Red
17 White Red
18 Orange Red
19 Blue Red
20 Red Green
21 Orange Green
A-33
5.2 The color sequence may be repeated as necessary. Color code sequence
applies when cable is composed of mixed sizes.
5.3 Special color coding, when specified in unpaired conductor cables, shall
consist of black for all conductors except that one conductor shall be
identifiable conductor in each layer.
5.4 For combination cables consisting of pa]rs with single conductors, co]or code
sequence given in Table IY, shall be used t'or pairs, repeated as necessary.
5.5 Single Conductor Cable:
Black covering shall be used for signal and power circuit posiLive. White
covering shall be used for signal and power circuit common. Red covering
shall be used for detector positive. Blue covering shall be used for detector
circuit common. Covering colors shall be obtained by use of colored polyvinyl
chloride.
6.0 (DONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE)
6.1 Two-Conductor Cable
a. Two-conductor cables shall have a maximum length of lay not more than
30 times the insulated conductor diameters.
b. Two-conductor cables shall be of the round, twisted type.
- e. FUlets shall be used where necessary to form a two-conductor round
twisted cable.
6.2 Multi-Conductor Cables Having More Than Two Conductors
a. In multi-conductor cables having more than two conductors, the single
conductors shall be laid up symmetrically fa layers with lay not
exceeding the following:
A-34
Number
of Conductors Maximum Length of Lay
3 35 times Insulated conductor d~ameter
4 40 times Insulated conductor d~ameter
$ or more 15 times,assembled core diameter
b. Each layer of conductors in the cable shall be led in a direction opposite
to that of adjacent layers.- When permitted by the purchaser,
unidirectiona.! lay may be used. The outer layer shall be left-hsnd la),.
6.3 FiUers shall be used, where necessary, to secure a uniform assembly of
conductors of a firm, compact cylindrical core. FiUers shall be of a non-
metallic moisture resistant material which has no lnjurous effect on adjacent
components.
6.4 The conductor assembly shall be covered with a spirea wrapping of a
moisture-resistant tape applied so as to lap at least 10 percent of its width.
7.0 JACKET (MULTI-__C_.ONDUCTOR CABLE)
?.1 Over the taped conductor assembly there shall be applied a tightly fitting
polyvinyl chloride compound Jacket which shall meet the following require-
ments when tested in accordance with ASTM Designation D-1047, latest
revision.
PHYSICAL PROPERTIES
OF POLYVINYL CHLORDIE JACKET
a. Initial Properties:
Tensile Strength,
lbs., per sq. in., minimum 1800
· A-35
~ongation at rupture
~ercent, mi~dmum 250
b. After $ da~s in ~lr oven at 100 degrees C:
Tensile Strength
percent of original, minim'urn 85
Elongation at rupture
percent of original, minimum 60
e. Bead Shock Test, Air Oven, I hour at 121°C:
no cracks
d. Heat Distortion Test, Air Oven, ! hour at 121°C:
Decrease in thickness,
percent, maximum $0
e. Cold Bend Test, I hour at -40°C: no cracks
f. Flame Test, minutes burning, maximum 1
g. After 4hours in ASTM No. 2 oil at ?0 C.
Tensile Strength,
percent of original, min. 80
Elongation at rupture,
percent of original, min. $0
7.2 The nominal thickness of the Jacket shall be u specified in Table V. The
average thickness sh~all be not less than 90% of the specified thickness. The
minimum thickness shall be not less than T0% of the nominal thickness.
TABLE V
Calculated Diameter of Cable Jaeket Thickness
Under Jacket, Inehes Mils
0.425 and less 45
0.426 - 0.?00 60
0.?01 - 1.500 80
1.501 - 2.500 110
2.501 and larger 140
A-36
8.0 IDENTIFICATION
8.1 Each shipping length of multi-conductor cable shall have a tape showing the
name of the manufacturer and the year in which the cable is manufactured,
placed over or under the tape covering the conductor assembly before the
application of outer coverings. Rs an alternate method of identification, the
above information ma), be applied to the outer surface of the jacket.
8.2 Each shipping length of single conductor shall have indented printing on a
tape or other permanent identification showing the name of the manufacturer
and the year in which the conductor is manufactured.
9.0 SAMPLING, INSPECTING AND ACCEPTANCE
9.1 Inspection and tests shall be made prior to shipment and at the place of
manufacture.
9.2 The contractor shall furnish the Engineer in suitable form, a certified report
of the tests made on the cable to show compliance with this specification.
9.3 Tests on Entire Cable - The individual conttuetors 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 ali other conductors and shield if present.
9.4 Sample Tests - One sample for establishing conformity to this specification
shall be taken from each 10,000 feet or fraction thereof, of each type and
size of cable except that for the physical dimensions and the visual inspection
a sample shall be taken from each reel. In ease 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.
A-37
10.0 PACKING AND MARKING FOR SHIPMENT
Reels for multi-conductor cable shall be substantially constructed and in good
condition. The cables shall be suitably protected. Each end of the cable shall
be available for testing, properly sealed, and protected against injury. Each
reel shall be plainly and permanently marked with manufacturer's full descrip-
tion 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.
Single conductor cable may be furnished on non-returnable reels or in cartons
~t the Contractor's option.
11.0 GUARANTEE
If it is the normal trade practice for the manufacturer to furnish a guaranty
for the work provided herein, the contractor shall turn this guaranty over to
the Engineer for potential dealing with the guarantor. The extent of such
guaranty will not be a factor in selecting the successful bidder.
12.0 CONSTRUCTION METHOD
The conductors shall be installed in accordance with the details on the plans
or as directed by the Engineer. Conductors shall be continuous, without splices,
from terminal to terminal. Splicing will be permitted only in transformer
bases as sho~n on the plano.
1 3.0 MEASUREMENT
Electrical conductor ~ill be measured by the linear foot of single conductor
complete in place, the measurement being made along the conduit in which the
conductor is placed plus five (5) feet for each foundation and pull boxes.
14.0 PAYMENT
Electrical conductor will be paid for at the unit price bid for specified size
and tYPe which price shall be full compensation for furnishing, installing,
testing and splicing and for all labor, tools, equipment and incidentals
necessary to complete the york.
A-38
PART A - EQUIPMENT SPECIFICATIONS
SECTION 4
SIGNAL POWER SUPPLY AND SERVICE
EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES
1.0 POWER SUPPLY AND SERVICE EQUIPMENT
1.1 Power Connect ion.
1.1.1 The Contractor shall make all arrangements for connection to power
supply, 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.
1.1.2 Unless otherwise called for in the plans, the power connection shall
be made to a 115-125 volt, single-phase, 60 cycle A.C. supply. The
wire used for the power connection shall be a minimum size as indicated
on the plans and shall be insulated for six hundred (600) volts. The
common wire shall be white and t.he power positive shall be black. Use
of marking tape is prohibited for indentification. The proper insulation
color is absolutely mandatory.
1.2 Power Service Equipment Requirements. Power service equipment shall meet
the following requirements: (a) Lightning arrestor will be provided. It
shall be of the valve type, 0-650 volt with bracket for pole mounting and shall
be connected between hot leg and ground, per drawing in Plans. (b) Circuit
breakers viii be provided. They shall be ?0 Ampere Frame, single pole, 120 volt
5000 lAS meeting Federal Specification W-C-375A, installed as shown on the Plans.
(c) All miscellaneous hardware, i.e., conduit, conductors and weatherhead, shall
be installed as shown in the Plan details. Conductors shall be of the size
indicated and be type THW meetint applicable ;~STM Specifications. (d) Circuit
breakers to be square D type qO. Any other type of breaker shall be approved
by the engineer.
2.0 BIfb~EM 'WIRING METHODS'
2.1 Controller. Wiring for the controller shall consist of connecting to its
terminals (1) vires to signals, (2) vires to detectors, (3) the power wires and
(&) the ground vires. Other wiring for the controller shall be as required by
the wiring diagrams and instructions funished with the controller by the
manufacturer.
2.2 Siznal Heads. The Contractor shall wire all signal heads with adequate wire
to tie each head into the signal cable for the system. Wiring for the signal
head shall consist of connecting the terminal block in eadh signal section to
the common terminal block in each signal face to the terminal block in the signal
head terminal compartment. The Mast Arm and pole mounted heads shall be wired
with $ or 7 conductor si~nal cable.
2.3 Splices. Unless otherwise called for in the plans, splices will be permitted
in the wires of signal conductors and the detector conductors only in the
transformer base and at terminal points shown. 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.
A-39
2.& Terminals. Except for controllers, the ends of all wires which are to be
attached to terminal posts shall be provided with solder]ess terminals that
meet the requirements of the National Electrical Code.
2.5 Wire and Cable. All wire and cable shall conform to the requirements sho~m
on the plans, except wire and cable specifically covered by other items of this
contract. The minimum size of conductors shall be as indicated on the plans.
2.6 Enclosed Wiring.. Except for span wire suspended cables and electrical
· rlring within steel signal poles, all cables and single conductor wire within
twenty-one (21) feet above the ground surface shall be enclosed in approved
metal conduit. Power-tap lines carried do~n poles shall be placed in metal
conduit. The power entrance to the controller shall be made through underground
poly~inylchloride conduit only.
2.7 Identification of Signal Wires. The Contractor shall identify each cable
and wire ends in the controller and signal-pole-base terminal boxes.
2.8 Signal and Controller. The signal housing, controller housing, signal
'common and service common shall be grounded. Ail grounding shall be as sho~n
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 re-
quirements of the National Electric Code. The service common at the pole
from which the power is taken shall be grounded.
2.9 Conduit and $ilnal Posts. Metal conduit and metal signal posts or
pedestals shall be bonded to form a continuous system and shall be effectively
grounded. Bonding Jumpers shall be No. 8 copper t~lre or equal.
2.10 After the signal cable connecting the signal and the controller is in
place the unfilled portion of the openings ~hich are provided for the entrance
of the cable to the signal and condulet attached to the polyvinylchloride
conduit or to the metal pipe conduit, shall be sealed ~lth a sealing compound
in accordance vith the National Electrical Code.
2.11 The sealing compound used shall have a melting point of not less than
two hundred (200) degrees Fahrenheit, and shall not be adversely affected
by the surrounding.atmosphere or moisture.
A-40
PART A - EQUIPMENT S?ECIFIt..a~IONS~' ~' '
SECTION 5
'POLYCARBONATE RESIN TRAEFIC SIGNAL HEADS
(12-INCH, EXPANDABLE, ADJUSTABLE TYPE)
1.0 GENERAL
1.1 The traffl6 control stLmal heads shall be in accordance ~rlth the latest
,evision of ITE Technical Report No. 1, except as noted below.
1.2 Each traffic signal face shall consist of a number of identical signal
sections rigidly fastened together in such a ~anner as to p~esent a
continuous pleasing appearance.
1.3 The left-turn and right indication will be displayed with the use of
a dual arrow giber optics lens (WlnkoHattc Model AFO-12, or equal)
rigidly fastened together ~rlth a standard 3-section head.
1.& The electrical and optical system of the aiLmal head shall, unless
otherwise specified, be designed for operation fro~ a power supply of
115 volt, sin·lo phase~ 60 ~z alternatins current and 60-150 watt lamps
confox-~ing to the latest ITE Standard for Traffic Signal Lamps. .The
Contractor shall furnish and install traffic signal lamps of vattase
specified. (Acceptable brands are Durotest or Duratronlcs.)
2,0 SIGNAL FACES AND SIGNAL' HEADS
2.1 All housing cases of nulttple ray signal heads shall be rigidly attached,
at top and bottom to 1~" (inside diameter) standard pipe supporttn~ arms
radiating from hubs at the vertical central axis of the head and rigidly
attached thereto in an maser that viii assure permanent alt~mnent of
the separate housin~s.- The hub shall ~e designed to conforn to the type
of mounting attachment specified and provision shall be made for carry-
ins the lends from each housin~ enclosed in the supportinS ams to a
single outlet in the~ounting attachments. A spacer may be used in lieu
of the~otton~lpt bracket for multiple-way span-wire and mast-arm
mounted signal heads, A/l pipe bracket arms shall be assembled vtth full
threaded crosses0 not elbovs. All units of the assembled head sba1! he
of adequate strength for the purpose intended sad shall he constructed of
-materials not affected by continuous exposure to sunlight or corrosive
at-·spheres.
A-41
3.0 HOUSING~ 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 m~.) thick and shall be ribbed so as to produce the
strongest possible assembly consistent with light weight. T~o or more
sets of internal bosses shall be provided in each section for mounting of
a terminal block. Terminal blocks shall be securely mounted (see Section
3.2 The top and bottom exterior of the housing shall be of such shape to
assure perfect alignment of assembled sections. The top and bottom of
the housing shall have an opening two inches (50.8 mm) in diameter to
permit entrance of 1~" (38.1 n~) 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 positionin§
when used ~rlth serrated brackets, mst-arm or span-wire fittings.
3.& Provision shall be made for acco~odation 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 hnd 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 mount-
ing attach=chis, shall comprise a dust and moisture proof housing for
the optical units~ and shall be of such construction as to assure
permanent align~ent of all lenses in the signal faces.
Portions of cases providing for attachment to supporting arms shall be
molded with larie bosses for the supporting arms. Each housing case
shall be so attached to its supporting arm that it will be adjustable by
rotation about its vertical axis in such manner that any pair of adjacent
cases may be adjusted individually to give indications in two directions as
close as 15o apart and may be rigidly clamped in any position throughout
the ~ange of adjustment. 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 (including the dual arrow fiber optical
unit), rigidly connected by means of bolts extending through each section
or by individual connectors between sections and forming a single "Signal
Face". Both the top and bottom of each section shall be provided with
an opening to accommodate lb" pipe brackets. A locking ring shall be
integrally molded around the top & bottom opening. Around the top open-
ing shall be either an integrally molded locking ring ota separate splined
A-42
locking ring destgned to fit into notches. The locking rings shall have
a minimum of 72 evenly spaced teeth and shall be so designed that top
and bottom rings wtll 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 interchange-
able.
3.6 Any open end of an assembled signal face housing sba11 be plugged ~th
an ornamental cap and gasket.
4.0 HOUSING DOOR
4.1 The housing door of each signal section shall be a one piece polycar-
bonate 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 stain/ess steel wingscrews 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. Wing screws shall have a flat-bearing surface or stain-
less steel flatwasher to prevent gouging of the housing door by the wing
screws. Wing screws shall remain captive in the housing door when the
door is open.
Design of door, housing, and visor shall be such that no light is visible
in the profile view of the signal face.
5.0 OPTICAL SYSTEM
5.1 Each 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 ~lth all bolts, nuts, screws, clips,
hinges, lugs and incidentals necessary for mounting the various parts of
the optical assembly.
5.2 Optical system shall consist of a red, yellow and green lens vith.a
nominal size of 12" (300mm) as specified. Lenses shall be injection
molded of a polycarbonate material, and shall be permanently marked, in
an inconspicuous manner, indicating the top of the lens and the name
or trademark of the manufacturer.
Lenses and optical system shall be capable of withstanding continuous
illumination of a 150 watt lamp in a 12" head without distortion of
lenses. Lens and reflector design shall conform to ITE Standard
(ITE Report ~1) and the American Standards Association ID-10.1-1958UDC656.057
optical specifications.
A-43
5.4 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 silicone gasket.
The gasket shall marry the lens to the reflector to form this sealed
unit.
5.5 The Dual Arrow Fiber Optics (Amber/Green Arrow) shall be WinkoMatic
Model AFO-12, or equal. The lens and optical system shall be 12"
bright fiber optic's two color arrow housed in a standard polycarbonated
unit. Each arrow is formed using a separate set of glass bundles terminating
at the light entering end. A 10.8 volt tungsten halogen lamp and
stepdown power supply is provided for each indication. The lamp socket
should be adjustable to provide maximum light intensity. Each dual
arrow assembly shall be provided with one spare lamp. The spare
lamps shall be turned over to the engineer at the end of the 30 day
test period.
6.0 REFLECIQRS
6.1 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 shall be placed a heat resisting backing of high
grade enamel.
6.2 Alzak reflectors will be accepted as alternates. These reflectors shall
be made of specular Alzack 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 true
to shape.
6.3 Polycarbonate reflectors will not accepted as alternates.
6.& The reflecting surface shall be totally free of flaws, scratches,
defacements or mechanical distortiofl,
7.0 LAMP RECEPTACLE
7.1 The lamp receptacle shall be of weather-proof molded construction
capable of withstanding without deterioration the high temperatures
within the optical unit during operation and shall be equipped with a
lamp grip to render it impossible for the lamps to be loosened by
vibration. The receptacle in the 12" signals shall be set so as to
A-44
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.
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 r,igidly hold
the reflector in place. Haterials used in the construction of the above
parts shall be of rust resisting material and not subject to corrosion
va~en subjected to cintinued exposure in corrosive atmospheres, par-
ticularly 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 White w/Y Tracer
Green Green White w/G Tracer
St. Arrow Blue White w/B Tracer
Lt. Arrow Blue w/R Tracer White w/B & R Tracer
Rt. Arrow Blue w/Y Tracer White w/B & Y T,raeer
9.0 VISORS
9.1 Each signal door shall be equipped with a detachable standard tunnel
{unless otherwise shown in the plans), polycarbonate resin visor fastened
at four or more points to the door.
9.2 The visor shall have a downward tilt of 3h to $ degrees and shall encom-
pass approximately 300 degrees of the lens. Heads may be shipped with
visors detached. If heads are shipped ~lth visors attached, visors shall
be easily removed and replaced without damage to visor or signal head.
A-45
10.0 TERMINAL BLOCKS
10.1 Each optical unit (or section) of each signal head shall be wired to a
terminal block mounted near the bottom inside of the unit. The terminal
block shall be securely mounted in an accessible position, be of molded
weather-proof construction, and be equipped with identified terminals
for si§nal (interior) and field wires. Binding screws shall be provided
for field wires. Solderless connectors or binding screws shall be provided
for interior wiring to the optical unit.
10.2 In addition to individual terminal blocks described above, each multiple-
section signal (head) will be provided with a common terminal block
mount in the top section of each signal head, Each assembled signal head
shall be wired by the supplier to the common terminal block.
10.3 If specified, an additional terminal block located within a compartment
shall be provided for cormnon wiring of multiple signal heads located on
a single pole or pedestal. The terminal compartment shall be weather-
proof with cover and molded-construction terminal block %4th separate,
identified terminals for signal and field wires. A sufficient number of
terminals shall be provided to handle all optical unit wires. A minimum
of twelve connector sets shall be provided. Color coding of leads shall
be maintained, individually, from each optical unit lampholder to respective
terminal in the compartment. Commons from each housing shall be grouped
and carried to one terminal in the compartment.
10.4 Use of terminal compartment described in 10.3 does not eliminate the
requirements for those specified in 10.1 and 10.2.
MOUNTING ATTACHMENTS
11.1 All mounting attachments shall be of adequate strength for the purpose
intended and shall be constructed of materials not affected by continued
exposure to sunlight or corrosive atmospheres, particularly salt air. Any
non-metallic hardware shall be polycarbonate ~aterial impregnated with
glass fibers. Provision shall be nmde 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 of one of the follo~ln$ types as specified for the
particular head on the plans.
(a) H~st-ArmMounting. Mast-arm signal head mounting shall be as sho~n
on the plans.
(b) Side-of-Pole Nounting. Supports for side-of-pole mounting of the
signal head in a vertical position shall be 1%" (nominal diameter)
standard pipe bracket arms, attached to the top and bottom of the
signal head. The signal head shall be adjustable, by rotation of the
various signal faces about their vertical axis, throughout a radial
A-46
angle of 360° and shall be capable of being rigidly clamped in any
position throughout the range of adjustment. The mounting assembly
shall consist of two standard-pipe sections extending 12-3/&" from and
at right angles to the axis of rotational adjustment of the signal
head. Both supports shall have running threads at least ih" long at
the pole connection end. Provision shall be made for carrying the
wiring from the signal head enclosed in the bottom support and an
outlet tilted downnward for the wiring shall be provided, adjacent
to the pole connection end, tapped and plugged for 1~" conduit. Any
variations to this design are shown in the plans.
(d) Top of Pedestal Mounting. Supports for top-of-posts mounting of
the signal head in a vertical position shall be 1~" (nominal diameter)
standard pipe bracket arms attached to the top and bottom of the
signal head. The mounting assembly shall consist of a slipfitter
connection, as either the hub or as a part of the hub of the bottom
pipe-arm assembly, for attachment around the top of a 4~" outside
diameter pipe. The signal head shall be adjustable, by rotation
about its vertical axis in a horizontal plane, throughout a radial
angle of 360° and the mounting attachment shall be so constructed
that the head may be firmly clamped in any position throughout the
range of adjustment. The slipfitter connection shall be of pleasing
appearance and of adequate strength, capable of holding the signal
head rigidly in place and effectively sealing the interior of the
pipe from moisture.
MATERAL
All material used in construction of major signal components shall be of poly-
carbonate resin. This material shall be su, ch that it will withstand 70 foot-
pounds of impact without fracture or permanent deformation.
13.0 COLORS
The color of signal heads and hardware shall be black. The underside of visors
shall be painted s flat black. Color as specified shall be integrally impreg-
nated in the polycarbonate resin in the molding process.
A-47
PART A - k[O;.' I.I::)!ENT SFEC[F!CR'PIONS
SECTION 6
PEDESTRIAN ONE-SECTION
SIGNAL HEADS - INCANDESCENT LAMP
1.0 GENERAL
1.1 These specifications cover the minimum requirements for low energy
lightweight single section pedestrian head. (WinkoMatic Model ¥I-2L-AG)
1.2 The size of the pedestrian signal shall be approximately 10" deep
including the visor, 19" high, and 17" wide. The shipping weight should
be less than 35 lbs.
1.3 The signals may be used alone or in conjunction with traffic signal heads
in a complete assembly.
2.0 HOUSING, DOCRS, VISOR AND LENS
2.1 The housing shall be die cast as a complete integral unit with a smooth
exterior surface using Aluminum Alloy A-380. The housing shall be'
designed to accommodate the electrical and optical elements of the
pedestrian signal. There shall be a neoprene gasket permanently at-
tached to the perimeter of the housing. The top and bottom exterior of
the housing shall have openings two inches in diameter to permit entrance
of 1~ inches of pipe brackets. .
2.2 The door shall have two hinge lugs ca~ted at the bottom of the door which
shall mesh with two pairs of hinge lugs cast in the bottom of the housinK.
Stainless steel drive pins shall connect these hinges to permit the
door to rotate downward. T~o reinforced lugs, each ~lth a vertical
slot (open at the top) shall be cast integrally in the top of the
door. The top of the front of these lugs shall be slightly offset to
prevent the hinge bolts from sliding out of the slot~. T~o pairs of
lugs shall be cast integrally~rlth the top of the housing compartment.
T~o stainless steel hinge bolts with captive stainless steel wing nuts
and plain washers shall be attached to the housing lugs with the use of a
stainless steel %" drive pin.
The door shall contain an offset upon vhich an endless neoprene gasket
will seat, for the purpose of holding the lens and visor and causing a
rater-tight fit of door to housing.
Any open end of an assembled siena1 face housing shall be plugged with an
ornamental cap and gasket.
2.3 The visor shall consist of a single unit sun shield egg-type visor and be
attached to the cast door by & hinged lugs that ~ill alloy the visor to be
removed from the door ~lthout the use of any tools. The visor shall sit
A=48
directly on the door and shall consist of 15 vertical .030" thick
polycarbonate strips and 26 horizontal .030" thick polycarbonate
strips. The strips shall be slotted such that they fit together
in a cross-hatch fashion. Two anti-vandal metal rods shall be
laced into the polycarbonate strips in such a manner that they do not
interfere with the legend on the sign. The metal rods shall be
firmly fastened to the visor frame thereby producing an anti-vanda)
assembly. The polycarbonate strips when assembled shall be bordered
by a two-piece extruded .040" aluminum channel that shall be pop
riveted together to provide solid support for the polycarbonate
strips. The visor assembly shall be 1~" deep and the grid pattern
shall measure approximately ~" by ~".
2.4 The lens shall consist of a two-piece k" molded pigmented glass
optical unit with the legend mast on the first surface and a
molded prismatic surface on the second (inside). The lens material
is molded glass with the standard ITE colors molded in the glass.
The top lens consisting of the legend DON.'T WALK in 4~" letters,
shall be.Portland Orange and the bottom lens consisting of 4~"
letters, indicating WALK shall be molded in lunar white letters.
The inside prismatic surface shall be mated to the parabolic
reflector so as to form an even distribution of light without hot
spots. The entire lens and reflector assembly shall be designed
for any wattage light bulb using a 2-7/16" light center.
3.0 REFLECTOR AND LAMP RECEPTACLES.
The reflector shall be a one-piece die cast aluminum reflector creating a
double parabolic unit. Polycarbonate reflectors are strictly prohibited.
The reflector shall have a metalized silver ~urface, over-coated for
endurance. One parabolic reflector curve shall sit behind the "DON'T WALK"
legend, and a second behind the '54ALK" legend. Two lamp receptacles shall mount
directly to the back of the reflector. The receptacles shall have a procelain
heat-proof and moisture-proof housing and shall be designed to accomadate A21
lamps or. any wattage utilizing a 2-7/16" light center. The center contact
shall be spring activated. The brass fitted sleeve (or shell) shall have a lamp
grip to prevent the lamp from vibrating loose.
Mater/als used in the construction of the above parts shall be of rust-
resistant materials and not subject to corrosion.
4.0 WIRING
Each pedestrian signal shall be wired completely internally and ready for
connection of field wiring. There shall be a 4 point terminal block installed
inside the housing to which a wiring harness consisting of 18 AWG wiring shall
be attached. The other end shall be attached directly to the sockets in the
reflector. The wire length shall be sufficient to allow the reflector to be
fully removed from the signal.
5.0 FINISH
The housing door, and visor channel shall be cleaned and etched prior to paint.
They shall be painted with one coat of primer and two coats of black paint to
match other signal heads. The inside of the housing and the visor must be flat
black.
A-49
SECTION 7
PEDESTAL POLE ASSEMBLY
1.0 GENERAL
1.1, 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 Plans 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 in the "General Notes" and
specification section. Similar poles must meet all other provisions of this
specification.
1.2 Drilled shaft foundations for each pedestal pole installation shall be
considered an integral part of the respective pole assembly when loading and
wind design factors are applied.
1.3 The pole assembly shall be designed to support a 150 pound axial load with
ll 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 American
Association of State Highway and Transportation Officials "Standard Specifica-
tions for Structural Supports for Highway Signs, Luminaires and Traffic Signals"
and other specifications of this body as may be pertinent. Unless other~ise
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.
1.4 Similar parts of units of one manufacturer shall be interchangeable.
1.$ 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 intende~. Surfaces shall have
a workmanlike finish~rlth no sharp unfllleted angles or corners.
1.6 Steel pole assemblies required to be hot-dip galvanized shall be designed
to provide proper filling, venting and drainage turing the cleaning and gal-
vanizing process.
2.0 POLE SHAFT
2.1 Steel pedestal shafts shall be fabricated from new i~-inch O.D. steel
tubing or pipe, and shall be threaded on the bottom end for attachment to the
pole base.
A-50
3.0 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.
4.0 TRANSFORMER BASE
The transformer base shall be cast of Aluminum Association Alloy 356-T6 or
ASTM B 108-SGTOA and furnished with four galvanized anchor washers ½" thick
(minimum) and shaped to conform with the transformer base flange. The trans-
former 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%" x 8%" or larger. The door opening shall be
provided with a cover, and attachment to the transformer base shall be ac-
complished by a socket head machine screw or other suitable means.
5.0 ANCHOR BOLTS AND SHIMS
I'our steel anchor bolts shall be furnished for each pole assembly. Each
m~chor 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.
6.0 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 Paintin8 Council Specification SSPC-SP7. When shipped,
each ~ssembly 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 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 · weight basis, · minimum of 20I binder solids and a
minimum of 25I pigment capable of chemically inhibiting corrosion, i 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 out-
side 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.
A-51
7.0 CERTIFICATION REQUIREMENTS
The Contractor shall submit for approval by the Engineer five (5) prints of
drawings which show all pertinent information and data required for verifying
structural adequacy, and all fabrication and erection details.
(A) The drawings shall be prepared on sheets 26 x 36 inches in size, with
1% inch left margin and other margins of ~ inch.
(B) Each sheet shall have a title in the lower right hand corner which
includes the names of the Contractor, Fabricator and sheet numbering.
(C) Ail 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.
(D) Drawings for only one assembly need.be submitted for two or more which
are of identical design and dimensions.
(E) Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings, shop
fit field connections and proper galvanizing designs, when galvanizing
is required.
(F) The drawings shall bear a fully descriptive and detailed certification
thereon that the assemblies were structurally designed in accordance
with criteria specified in Article 1.O and as specified in the project
plans.
(G) The drawings shall be submitted to, and approved by, the Engineer prior
to fabrication.
A-52
PART A - EQUIPMENT SPECIP'ICATIONS
SECTION 8
HAST ARM POLE ASSEMBLY
1.0 GENERAL
1.1 This specification covers steel (as specified in Plans) mast arm and
pole assemblies, which, shall include transformer base. All mast arm pole
assemblies, as supplied and installed, must conform to the detailed draftings
and/or to the requirements in the Plans as to heiRht, general design and
finish.
1.2 Drilled shaft foundations for each mast arm pole installation shall be
considered an integral part of the respective mast arm pole assembly, when
loading and ~rlnd design factors are applied.
1.3 Each assembly shall be designed to withstand wind and ice loads per
respective signal head(s), sign(s) and on all surfaces of the support assembly,
in accordance ~rlth the A~erican Association of State Highway and Transportation
Officials "Specifications f~r Structural Supports for Highway Signs, Luminaires
and Traffic Signals" and other pertinent specifications of thzs body. Unless
otherwise sho~n in the Plans, ~lnd speeds used for design shall be based on
a SO-year mean recurrence interval. Wind drag coefficient shall be 1.2.
Allowable unit stresses in each component of each assembly shall be as provided
tn the AASHTO Specifications above mentioned.
1.& All castings shall be true to pattern in form and dimensions, free from
pouring faults, sponginess, cracks, blowholes and other defects in any position
affecting their strength and value to service intended. Surfaces shall have a
vorkmanlike finish, and no sharp unfilleted angles or corners Will be allowed.
Steel pole assemblies required to be hot-dip galvanized shall be designed to
provide proper filling, venting and drainage during the cleaning and galvaniz-
ing process.
1.$ All parts of assemblies of the same manufacturer shall be interchangeable.
1.6 Each pole assembly shall be designed to support respective required dead
loads of signal heads, signs and the stresses applied to the exposed areas of
all appurtenances based on rind and ice loads per Section 1.3 above.
2.0 POLE SHAFT
2.1 Pole shafts shall be fabricated to satisfy strength requirements of Section 1.0.
Welded Joints in shafts or arms shall develop the full required strength of the
velded member,
A-53
2.2 Fabrication. Round continuously tapered shafts shall be formed and
welded, and shall have no more than one (1) longitudinal welded Joint and no
horizontal welded (transverse) Joints. After forming and welding, the tapered
shaft may be longitudinally rolled under sufficient pressure to flatten welds
and to assure continuous uniform taper (on .10-in/ft. or .14-in/ft.). Ail
welds shall be smooth so as to attain the external appearance characteristics
of the pole itself.
2.3 Ail shafts shall meet strength requirements of Section 1.O, and shall be
provided with reinforced handholes if shown on the Plans.
3.0 SHAFT BASE
3.1 Steel shaft bases shall be fabricated and constructed with an opening
of a size and shape to recieve 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 comparable 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 non-corrosive
· holding device such as one or more galvanize8 bolts. One or more corrosion
resistant steel plates, conforming to ASTM Designation A 123, shall be
furnished as necessary where the base is subject to abrasive action due to
the rotating capabilities of the assembly. The location is generally considered
to be the supporting ring on the bottom of the transformer base. The interior
side of .the hand hole cover shall have a multi terminal (12 min) compression
CV6 Terminal block mounted to it orr all signal conductor connections. This
is the only point that the splices are to be made.
5.0 ANCHOR BOLTS AND SHINS
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 aha11 be as provided in AASHTO Specifications mentioned
in Section 1.4. Transformer base installations require each anchor bolt to
be top threaded and fitted with one nut and one flat washer. A set of six
(6) "U" shaped galvanized steel shims (3 each, 1/8 inch thick and 3 each, 1/16
inch thick) shall also be furnished with each transformer base. Shoe base
poles require that each anchor bolt be top threaded and provided with two
(2) nuts and two (2) flat washers. The embedded end of anchor bolts shall
have a 90° bend as shown on the Plans, and have a minimum elongation in 2 inches
of 16 percent, or in 8 inches of 14 percent.
A-5.4
6.0 SIGNAL HEAD AND LUMINAIRE MRST ARMS
Hast arms shall be of t. he design sho~n in the Plans and arm and attaching
hardware shall meet strength requirements of Section 1.0. Fastening the mast
arm assemblings to the shaft by use of set screws (which would cut into or
groove the shaft) guys, rods or sway braces will not be acceptable.
7.0 FINISH
Painted Finish - All surfaces at the time of paint application shall be in
accordance with the requirements of Brush-Off-Blast-Cleaning as specified in
Steel Structures Painting Council Specification SSPC-SPT. ~en shipped, the
outside of each assembly shall be coated in a manner that will assure all
surfaces, at the time of erection, will be coated with a dry, smooth, continuous,
uniform, tightly adhering, nonchalking film that is a minumum of two (2)
mils thick measured over the peaks of the anchor pattern. The dried film shall
contain, on a weight basis, a minim~ of 20I binder solids and a minimum of
25t pi~ent capable of chemically inhibiting corrosion. A minimum of
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 o£ the assembly, the
shop coat shall be touched up ~lth shop primer. After the touch up coat is
thoroughly dry, each pole assembly shall be provided with a one (1) mil
(dry) thick film of paint of brown specified and approved by the Engineer.
8..0 CERTIFICATION REQUIREMENTS
The Contractor shall submit for approval by the Engineer, five (5) prints of
drawings which show all pertinent information and data required for veri-
fying structural adequacy, and all fabrication and erection details.
(A) The draftings shall be prepared on sheets 24 X 36 inches in size,
with IIi inch left margin and other ~argtns of It inch.
(B) Each sheet shall have a title in the lower right hand corner
vhich includes the names of the Contractor, Fabricator and sheet
numbering.
(C) All material of each component shall be referenced to ASTH Speci-
fications, or to other specifications provided minimum yield points
or yield strength and elongations are sho~n.
(1)) Draftings for only one assembly need be submitted for ~ or more
vhich are of identical design and dimensions.
A-55
Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings,
shop fit field connections and proper galvanizing designs when
galvanizing is required.
(F) The drawings shall bear a fully descriptive, detailed certification
thereon that the assemblies were structurally designed in accordance
with criteria specified 'in Section 1.0 and specified in the Plans.
(G) The dra~ngs shall be submitted to and approved by, the Engineer
prior to fabrication.
A-56
SECTION 9
CONDUIT AND PULL BOXES
1.0 CONDUIT
1.1 Description. This item shall govern for the furnishing and placing of
' conduit of the types and sizes indicated on the plans, including
fittings, attachments and incidentals.
1.2 Unless otherwise shown on the plans, all conductors shall be in conduit
except when in metal poles. All conduit and fittings shall be of the
sizes and types shown on the plans and shall meet the requirements of
the National Electrical Code and shall be listed by Underwriters
Laboratories, and shall be marked in aecordance ~rith the applicable
requirements of the NEC.
Connecting fittings and attachments shall be fabricated from a material
similar to the P¥C. The PVC shall be made of Poly~inyl Chloride,
Schedule 60 and meet requirements of NEPL~ Standard TC-2 and UL 651.
1.3 The Contractor may, at his o~m expense, use conduit of larger size
than specified on the plans providing that the larger size is used
for the entire length of the conduit run.
1.& Conduit terminating in posts or pedestal bases shall extend vertically,
app~oximately two (2) inches above the concrete foundation. Field
be~ds in rigid metal conduit shall have a minimum radius of twelve (12)
diameters of the nominal size of the conduit.
1.5 Each length of galvanized rigid metal conduit, where used, shall be
reamed and threaded on each end and couplings shall be made up tight.
White-lead paint or equal shall be used on threads of all Joints.
PVC Conduit shall be Joined by solvent-weld method in accordance with
~' the conduit manufacturers recomendation. No reducer couplings shall
be used unless specifically indicated on the plans.
1.6 All conduit and fittings shall have the burrs and rough places
smoothed and shall be clean and free of obstructions before the cable
is installed. Ends of conduits shall be capped or plugged until start-
ing of wiring. Upon request by the £ngtneer, the Contractor shall
draw a full-size metal brush, attached by swivel ~oint to a pull tape
through metal conduit and a spherical template having a diameter not
less than 75 percent of the ingide diameter through PVC conduits to
insure that the conduit is clean and free from obstructions. A nylon
or non-metal pull tape shall be used in pulling cables and conductors
'through PVC conduit. Hetal tapes will not be permitted in PVC Conduit.
The conduits shall be placed as shown on the plans or as directed by the
Engineer. Unless otherwise shown on the plans or directed by the
Engineer, conduit placed in ah open trench shall be placed at least
eighteen (18) inches deep imbedded in sand.
A-57
.
1.7 PVC Conduit which is to be placed under permanent concrete pavement,
'sidewalks and driveways shall be placed by first providing a void through
which the PVC Conduit shall be inserted. The void may be accomplished
by either boring or Jacking a mandrel.
If it is determined by the Engineer that It ~s
impractical to place the conduit as outlined above due to unforseen
obstructions, written permission may be requested by the Contractor to
cut the existing pavement. Pits for Jacking o~ boring shall not
be closer than two (2) feet to the back of the curb or the outside edge
of the shoulder unless otherwise directed by the Engineer. The Jacking
and 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 overcut 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. ~ere 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 the conduit by boring.
2.0 PULL (~CTiON) BOXES
2.1 General. The purpose of this specification is to describe a reinforced
concrete mortar, pull (Junction) box vtth cover and extension (if
required) for use in underground traffic signal systems. The box shall
be used for terminating and beginning conduit runs (Junctions) of
various sizes and also for accessibility when pulling signal cable.
2.2 Description.
(a) The assembly shall consist of box, cover and extension (if required)
and all components shall be of reinforced plastic mortar. The cover
shall be fabricated out of steel so as to fit properly in a recessed
lip for full and stable contact on the box, and be secured thereon
with at least t~o stainless steel bolts. The legend "Traffic Control"
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.
(b) The box and extension (if required) shall be rectangular in shape,
with inside minimum dimensions of 2~-lnch length, l&-inch~rldth and
12-inch depth. The bottom portton of eachwtll be open, ~rlth a sturdy
flange around the perimeter so that the box seats firmly on the top of
the extension. A minimum of t~o knockouts, 3"x&", one on each end,
shall be provided in each box and extension section.
2.3 Material and Strength Requirements. The pull box, cover and extension
shall be of reinforced plastic mortar, and be designed and tested to
temperatures of --50°F., meeting ASTHD-635 flammability test. The
box and cover shall be capable of withstanding a minimum 5,000-pound
single axle load over any 10"xl0" area of exposure.
A-58
3.0 MEASUREMENT AND PAYMENT
Work perform,~ and material furnished as prescribed by this item will be
measured and paid for by linear foot along the main line of the conduit and per
each pull box installed. A 5-foot allowance for the PVC is permitted for
all foundation connections. The fitting within the pull boxes will be
considered incidental to the pull box installation.
Please note that where sho~n on plans as 2--2" PVC or 2--3" PVC to be placed in
same trench shall be paid for as one (1) run of conduit.
The price shall be for full compensation for material, equipment and labor.
A-59
'PiG{l' A - EQCIP."iEX'i' SPEC]F1CATiOXS
SECTION 10
CONCRETE FOUNDATIONS
DESCRIPTION FOR CONCRETE POLE BASE SHAFTS AND CABINET FOUNDATIONS.
1.1 Concrete materials and their prepar~tion shall be in accordance with the
requirements of Item 621, "Concrete for Structures", Standard Specifications
for Construction of Highways, Streets and Bridges, Texas State Department of
Highways & Public Transportation 1982 and the additional requirements herein.
All concrete shall be "Class A". All materials and methods of placement
for drilled shaft foundations shall be in accordance with Item 416, "Drilled
Shaft Foundations" of the above cited publication. Reinforcing steel shall
conform to the requirements in Item 440, "Reinforcing Steel" of the above
cited publication.
1.2 Concrete pole base (drilled) shafts.
(a) Excavation for all required foundations shall be done in accordance.
~rlth lines and depth indicated on the plans. The Contractor ~rlll clear all
location from utllties prior to any excavation. Names of utilities representa-
tives to be contacted vi11 be furnished. All loose ~aterial shall be removed
by the excavation before the concrete is placed. Any water shall be removed
by pumping or bailing. The use of explosives vii1 not be per~itted.
(b) Foundations shall be constructed to the dimensions shorn on the plans
or directed by the Engineer. Care.shall be used to insure that the top of
the finished foundation is exactly level 'and does not extend six (6) inches
above curb grade. Anchor bolts and conduits shall be held rigidly in place
by a template until the concrete ia 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 vet cotton or burlap mats,
for not less than ninety-six (96) hours. All bracing and templates for anchor
bolts shall remain in place for ninety-six (96) hours after the concrete is
poured. During that ties, the anchor bolts and conduit shall not be subjected
to any applied strain.
(c) Backfill shall be tamped witheechanical tamps in 6-inch layers to the
density of the surrounding ground. Where excavation ia made in the surfaced
shoulder, the shoulder shall be replaced vith material equal to the original
construction.
(d) All excavated material not required for backfill shall be promptly re-
moved and disposed of by the Contractor outside the limits of the project.
A-60
(e) No concrete shall be placed when the atmospheric temperature is at or
below 40°F. (taken in shade away from artificial heat) unless premission to
do so is given by the_Engineer. Curing and placement of concrete at tempera-
U
tures of less than 40 F, when such placement is permitted by the Engineer, shall
be in accordance with the requirements of the Standard Specifications Item
421, "Concrete for Structures".
1.3 Cbncret& Cabinet Foundations
(a) Excavation for controller cabinet foundations shall be done in accordance
with lines and depths indicated on the plans. All loose material shall be
removed from the excavation before concrete is placed. Water shall be removed
by pumping or boiling. Foundation and front access pad shall be constructed
as shown on the Plans or as directed by the Engineer. Care should be taken to
insure that the top finish surface is level. Anchor bolts and conduits shall
be held rigidly in place until concrete is set.
1.4 Measurement and Payment
Work performed and material furnished as prescribed by this item will be
measured and paid for per each location. The unit price shall be for full
compensation for all material, equipment and labor.
The Contractor shall take necessary caution to protect all anchor bolts
during the placing of the foundations. Any anchor bolt that is damaged will
result in the removal and replacement of the entire foundation at the expense
of the Contractor.
PART B
SPKCIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNALS
1.0 General Notes for Installing Traffic Signals
2.0 Materials to be Furnished by the Contractor
3.0 Installation of Electrical Service
4.0 Installation of Conduit
5.0 installation of Cable
6.0 Grounding
7.0 Loop Vehicle Detector Installation
8.0 Concrete Foundations for Signal Structures
9.0 installation of Traffic Signal Structures
i0.0 lnstaiia~ion of Signais Heaas
11.0 Installation of Graphics
12.0 Paint and Palntlng
13.0 Preservation of Lanuscaping, Sprinkler Systems, Brick Pavers, Etc.
14.0 Removal and Replacement of Curbs and ,Walks
15.0 Sampling and Testing
16.0 Warranties/Guarantees
17.0 Traffic Signal Maintenance During Construction
18..0 Barricades
19.0 As-Built Drawings
20.0 Measurelent and Payment
21.0 Insurance
22.0 Palment
23.0 Maintenance Bond
24.0 Coordination with City of Coppell Police Department
25.0 City of Coppeil Inspection
26.0 Timeliness
PART B - SPECIAL PROVISIONS
FOR INSTALLATION OF TR~FIC SIGNALS
1.0 GENERAL NOTES FOR INSTALLING TRAFFIC SIGNALS
1.1 This specification ana the Standard Specifications for Public Works
Construction, North Central Texas Council of Governments, where
applicable, shall govern the materials and installation of traffic
control slgnals. Including Illumination at the Intersections and, when
required, lnterconnectton conduit between signalized intersections.
In the event of a conflict, the Special Provisions shall control.
1.2 This project shall consist of Installing materials and equipment
necessary for the complete signal system at Belt Line Road and MacAr-
thur Blvd. The Contractor shall furnish all required materials and
equipment not provldea by the Paving Contractor, and shall install and
shall activate signals and signal systems In the sequence specified by
the Engineer. The Traffic Engineer will issue the anticipated
sequence of intersection work at the time the work order is Issued.
The Controllers and cabinets for these intersections shall be provided
by the Contractor at the time the Contractor is ready to install said
Items.
1.3 The total installation shall be In accordance with the applicable
sections of the National Blectrical Code, all governing local ordinan-
ces and regulations, the plans, these special provisions, and those
sections of the Standard Specifications which apply. All workmanship
shall be first class and finished work shall present a neat, unclut-
tered appearance. The Contractor shall schedule his work so as to
cause the minimum interference to mo{ing traffic aha the operation of
the temporary signal system. Temporary signals shall not be shut down
for modification and/or equipment Installation unless Contractor
obtains prior approval of the Traffic Engineer and the City of Coppeil
Police Department. These traffic signal installations consist of the
following Items:
1. Furnishing and placing ail concrete ana steel for signal struc-
ture foundations.
2. Installation of steel signal structures.
3. Installing necessary conduit and pullboxes.
4. Installing all signal equipment, Including controllers signal
head, assemblies, detector units, AC service, conductors, and all
other miscellaneous equipment that Is required.
5. installation of Intersection display board.
a. The intersection display board shall be mounted in the con-
trol cabinet.
B-1
b. The display board shall be used as a monitoring oevice for
observing overall intersection operation from a single view-
ing source. The board shall consist of an Intersection
schematic and display lights in a layout approxima[ing the
intersection diagram shown In the plans, and shall include
functional displays of signal lens and detector states.
c. The display board shall be completely self-containea and the
connecting cable shall furnish all necessary power for ope-
ration. '
a. Display lights shall have high Intensity, long life lamps
which shall be vlslble in sunlight.
5. The Contractor ~ill be responsible to maintain existing traffic
signal operation at ali intersections during the instaiiation of
new signals.
6. The Contractor will be responsible for removing the temporary
traffic signal equipment and hardware (controllers, poles, heads,
cable, signs, etc.) at the project location. The Contractor
shall repair and/or replace all materials, at his expense, that
are damages Outing the removal and delivery process. The Con-
tractor ~lll have three (3) days to make repairs and deliver
repaired equipment. If the Contractor fails to make the repalrs
in said time, the Traffic Engineer will make the repairs and will
charge the Contractor for expenses incurred, and an amount equal
to these expenses will be withheld from the monthly estimate
payment.
7. Project acceptance will be by Individual intersection. The Con-
tractor shall guarantee all work performed and materials he has
furnished under this project, fo~ a perlo~ of twelve (12) months
following the date of project acceptance, with a 10~ maintenance
bond as required by the City of Coppell.
NO EXTRA COMPENSATION MILL B~ ALLONED FOR FULFILLING THE RSQUIRItMENTS
STATSD ABOVE.
1.4 All materials furnished by the Contractor shall be new undepreciated
stock except for the temporary sl~nal equipment.
1.6 If the Contractor desires to deviate from any of the following proce-
dures or to make substitutions for any materials or equipment, a
written approval must be obtained from the Traffic Engineer after a
request from the Contractor Is made and sample(s) of the substitute
materials or equipment ts/are furnished to the Traffic Engineer.
2.0 MATERIALS TO BE FURNISHED BY THE CONTRACTOR
2.1 The Contractor shall furnish all materials necessary to complete the
project, Including materials for the power connection that are not
furnished by TP&L, and shall install the materials in accordance with
the plans and specifications.
2.2 The Contractor shall also furnish ail labor, tools, equipment, and
Incidentals necessary to complete the project In an efficient and
workmanlike manner.
2.3 Electrical materials and ftttlngs shall conform to the requirements of
the Natlonal Electrical Code. ~lectrical fittings shall be approved
by the National Electrical Association.
2.4 The Contractor shall furnish painting materials and labor, as well as
"touch-up" all painted items that are'damaged during the installation
process (whether previously painted by the contractor or by others).
See Section 9.9, Field Painting. The finished paint appearance will
meet the Traffic Engineer's approval before acceptance of t~e sl~nai
installation ss made.
3.0 INSTALLATION OF ELECTRICAL SERVICE
3.1 The Contractor shall furnish and install conduit and wire from pull-
boxes or stgnai foundations for AC Service as shown on plans and as
required by TP&L for traffic signal controllers and street lighting.
The Contractor shall coordinate and verify exact requirements for
conduit and wire with TP&L before any work is started.
3.2 Unless otherwise called for in the plans, the power connection shall
be made to a 115-125 volt, single-phase, 60 cycle AC supply. The wire
used for the power connection shall be a minimum size as indicated on
plans and shall be Insulated for slx hundred (600) volts. The comlon
wire shall be white-coded and the power posltlve shall be black-coded.
4.0 INSTALLATION OF CONDUIT
4.1 Ail street cuts, excavation work, Including jacking and boring
perforled under this contract shall comply with existing standards for
construction and materials for the Clty of Coppell, Texas; subdivision
ordinance, City of Coppell, Texas; the construction plans as approved
by the City of Coppell; and the Standard Specifications for Public
#orks Construction as published by the North Central Texas Council of
6overn~ents.
4.2 The Contractor shall provide and Install underground cable facllltles
required to satisfy the requlreaents of the signal system proposed.
Cable routing can be acco~pltshed through existing conduits and con-
duits to be Installed by the Contractor as shown tn the plans. Only
PVC conduit ls to be used underground.
4.3 New Conduit
4.3.1 Unless otherwise shown on plans, all conductors shall be In
conduit except when in metal poles. All conduit and fittings
shall be of the sizes and types shown on the plans. Each
section of conduit shall bear evidence of approval by Under-
writer's Laboratories.
B-3
4.3.2 Condult terminating in posts or pedestal bases shall not
extend vertically more than 3 inches above the concrete foun-
aatlon. Field bends in rigid metal conduit shall have a
mlnlmum radius of 12 diameters of the nomlnal slze of the
conduit.
4.3.3 Each length of galvanized rigid metal condult, where used,
shall be reamed and threaded on each end, and couplings shall
be made up tlght. White-lead paint or equaI shall be used on
~hreads of ail Joints. PVC conduit shall be joined by the
solvent-weld method in accordance with the condult manufactu-
rer's recommendations. No reducer coupiinffs shall be used
unless specifically indicated on the plans.
4.3.4 Ali condui~ and fittings shall have the burrs and rough places
smootheu and shaii be ciean and free of obstructions before
the cable is Installed. Field cuts shall be made with a
hacksaw only, and shall be square and true so that the ends
wlli butt or come together for the full diameter thereof, in
no case shall a cuttlng torch be used to cut or 3oln conauit.
Slip joints or runnlng threads ~lll no~ be permitted for
coupllng conduit unless approved by the Traffic Engineer.
When a standard coupllng cannot be used, an approved union
coupIlng shall be used and shall provide a ~ater-tlght cou-
pling between the conduit. All couplings shall be properly
installed to brlng thelr ends of connected conduit together to
produce a good rigid connection throughout the entire length
of the conduit run. Where the coating on a conduit run has
been damaged in handling or Installation, such damaged parts
shall be thoroughly painted with rust preventive paint. Ends
of conduits shall be capped or plugged until installation of
wire. ~pon request by the Traffic Engineer, the Contractor
shall dra~ a full-size metal wirebrush, attached by swivel
Joint to a pull tape, through the ~etal conault to insure that
the conduit is clean and free fro~ obstructions. The conduits
shall be placed in an open trench at a minimu~ 24 inches depth
below the curb grade in the sidewalk areas, or 18 Inches belo~
the finished street grade in the street areas.
4.3.5 Conduit placed for concrete encasement shall be secured and
supported In such a manner that the alignment ~lll not be
disturbed during placement of the concrete. No concrete shall
be placed until all of the conduit ends have been capped and
all box openings closed.
4.3.§ PVC conduit, ~hlch ls to be placed under permanent concrete
pavement, side~alks, and driveways, shall be placed by jacking
or borln~.
4.3.7 If it is determined by the Traffic Engineer that it is imprac-
tical to place the conduit as outlined above due to unforeseen
obstructions, written permission will be granted by the Traf-
fic Engineer for the Contractor to cut the existing pavement.
Pits for jacking and boring shall not be closer than 2 feet to
the back of the curb or the outside edge of the shoulder
B-4
unless otherwise directed by the Traffic Engineer. The jack-
ing and boring method used shall not interfere with the opera-
tion of street or other facility, and shaii not weaken or
damage any embankment structure or pavement, iteavy jacks are
to be used for jacking. Boring ls to be done by mechanical
means providing a maximum one inch overcut 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 Jettings will not be permitted.
4.3.8 Where conduit ls to be placed under existing asphaltic pave-
ment, the jacking method is to be used unless written approval
ts given by the Traffic Engineer for placement of conduit by
boring.
4.3.9 Backfill for ail excavations shall be ta~ped with mechanical
tamps in six inch (6") layers to 95~ Standard Proctor Density.
5.0 INSTALLATION OF CABLE
5.1 General
5.1.1 The cables shall be'installed In the conduit. The conduit
must be continuous, reasonably dry, completely free of debris,
and without sharp projections, edges, or short bends, if so
required by the Traffic Engineer, the Contractor shall demon-
strate that the conduit is dry and free of debris by pulling a
swab and/or mandrel through the conduit. The conductors shall
be installed in such a manner and by such methods so as to
insure against harmful stretching of the conductor or damage
to the insulation and shall conform to the recommendations of
the cable manufacturer. The Contractor shall furnish, at the
request of the Traffic Engineer, at least two copies of the
manufacturer's recommendations, which includes: methods of
attaching pull cable, pulling tension per conductor size and
per radius of condult bend, and the type of lubricant to be
used.
5.1.2 All cables in a given conduit run shall be pulled at the same
time and the conductors shall be assembled to form one loop in
such a manner that the pulling tension is distributed to all
the cables. Long, hard pulis will necessitate the use of
pulling eyes. For short runs the cables may be gripped
directly by the conductors by forming them into a loop to
which the pull wire or rope can be attached. The insulation
on each conductor shall be removed before the loop ls formed.
The method used will depend on the anticipated maximum pulling
tension in each case.
5.1.3 Installation shall be done in such a way as to prevent damage
to the new cables. In the event of damage, the Contractor
shall bear the responsibility of material and labor for
replacement of defective cables.
B-5
5.1.4 All conduit runs shall be measured accurately and precisely
for determiniug cable lengths to be installed. A ~easuring
device shall be Inserted into the conduit, and the ien~th
shall be measured (to the nearest foot) from entry point to
exit point. Ail conduit run measurements shall take place in
the presence of the Engineer er his Inspector. The Contractor
shall record all cable measurements and Include the distances
in the as-built drawings.
5.1.5 The manufacturer's recommended maximum pulling tensions shall
not be exceeded under auy circumstances. If so required by
the Traffic Engineer, the Contractor shall insert a dynamome-
ter 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 shail be fed freely off the reel into the
conduit without maklng a reverse curve. At the pulling end,
the puli wire and cables shall be drawn from the condult In
direct line with the conduit. Sheaves or other suitable
Cevlces shall be used as required to reduce any hazards to the
cable during installation. The cables shall be adequately
lubricated to reduce frlction and further minimize posslbie
damage. Such iubrlcants shali not be the grease or oll type
~sed on lead sheathed cables, but shall be one of several
commercially available wlre pulling compounds that are suita-
ble for PVC sheathed cables. They shall consist of soap,
talc, mica, or similar materials and shall be designed to have
no deleterious effect on the cables being used.
5.1.6 The cables shall be neatly trained to their destinations in
manholes, cabinets, pole bases, pullboxes, and all other ter-
minations. The cable manufacturer's recommended values for
the minimum bending radli to which cables may be bent for
permanent training during installation shall be adhered to.
These limits do not apply to condult 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.
5.2 Wire and Cable
5.2.1 All wire and cable shall conform to the requirements shown on
the plans, except wire and cable specifically covered by other
items of this contract. The minimum size of conductors shall
be as Indicated on the plans.
5.3 Controller Cabinet #lrtn~
5.3.1 Wiring for the controller shall consist of connecting to /ts
terminals; (1) wires to signals, (2) wires to detectors, (3)
the power wlres, (4) the ground wires, (5) the pedestrian
push-button wires, and (6) the Interconnect wires. At the
controller, the signal conductors from the field shall be
stripped back and an eye 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 aiagrams an0 instructions furnished
with the controller by the manufacturer.
5.3.Z All field wiring in cabinets shall be neatly done. Incoming
cables shall be trained to their destination and neatly laced
together. All spare wires shall be trimmed and neatly coiled,
with the ends taped. Detector lead-in cable shall have their
insulation Jackets removed from the terminal strip connection
unsheathed to the bottom of the cabinet, and have the ground
wires tied together in the bottom of the cabinet. Communica- '
tlon and detector lead-in cables shall be clearly Identified
by use of metal or plastic tags. For example: System Detec-
tor Eastbound Right Lane.
5.4 Signal Head Wiring
5.4.1 Wiring for the signai head shai~ consist of connecting the
terminal block in each signal section to the common terminal
block in each signal face ana, where applicable, connecting
the common terminal block in each signal face to the terminai
block in the signal-head terminal compartment. All suc~ con-
necting wires shall be number fourteen (14) solid American
Wire 6auge. Ail conductors running from any terminal points
located in the pole or transformer base to the signal head
terminal shall likewise be number fourteen (14) solid A.W.6.
wire. The Contractor shall furnish the No. 14 solid
wire for this task.
5.5 Terminals
5.5.1 Except for controllers, the ends of ali stranded wires which
are to be attached to termlnai posts shall be provided with
solderless terminal logs that meet the requirements of the
Natloanl Electrical Code. Terminal lugs on solid wires are
prohibited.
5.6 Splices
5.6.1 Splices /ne/de conduit runs and in loop detector T.H.W. wire
are absolutely prohibited. Except for detector lead-tn
cables, all splices shall be made above fi round. Splices in
pullboxes are prohibited unless specific written permission
has been issued by the Engineer.
5.6.2 Splicing lethods 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 installed tightly and all burrs, rough
edges, etc., shall be removed. If required in the plans or by
the Traffic Engineer, the connection also shall be solderea.
Heat shall be applied by use of hot solder. Heating the
connection with a direct flame will not be permitted. Care
shall be used to protect the insulation when soldering. The
entire surface shall be cleaned, taking special care in
cieanlng the outside Jacket cover in order to remove the wax
finish. Before the first layer of tape is wrapped, the entire
area shall be coated with an electrlc grade rubber cement.
After this solvent has dried, the connection shall be insu-
lated with electrical grade rubber splicing compound tape to
proper thickness. This tape requires a pressure and tempera-
ture in service to complete its vulcanizin~ process and thus
be stretched to 2/3 width when applied. The completed splice
shall be covered with a half-lap layer of vinyl plastic eiec-
trzcai tape. 'Yhis wrapping shall be smooth, but the tape
shall not be stretched more than necessary.
5.6.3 Splices mn communications cables shail include the shield.
Splices between cable pairs shall be made with scotchiock
soiderless connectors designee 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 Traffic Engineer.
5.6.4 The Traffic Engineer shall select at random at least 5 splices
to be thoroughly Inspected. The Contractor shall, in the
presence of the Traffic Engineer, sectionaiize the splice to
expose the various layers of materials and the connector. The
splice shall be thoroughly checked for compliance to these
special provisions. The splice shall then be remade by the
Contractor. This work shall not require extra payment, but is
considered subsidiary to other items in the Contract. All of
the splices selected for this inspection shall conform to the
requirements of these special'provisions. If any splices fall
to meet these requirements, ten (10) more splices shall be
selected et random by the Traffic Engineer for inspection.
5.? Bnclosed Wirin~
5.7.1 Except for span wire, suspended cables, and electrical wiring
within steel slgnal poles, all cables and single conductor
wire above the ground surface shall be enclosed in approved
metal conduit up to but no closer than one foot of the lowest
power conductor. Power-tap lines carried down poles shall be
placed in metal conduit.
5.8 Identification of Sl~nal Wires
5.8.1 IMSA color coded signal cable shall be used for signal and
interconnect systems. Colors shall be continuous from the
point of orlgin to the point of termination. Splices will be
permitted only If same colors are spliced.
B-8
6.0 GROUNDING
6.1 There sha/1 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 ground rod shall be located so as to mlnlmize 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
volt-ohm-meter.
6.2 GroundlnE Connectors and Electrodes
6.2.1 The grounding conductor shall be a No. 8 AWG stranded copper
wire. The conductor shall be bonded to ground rods. Ground
rod electrodes shall be copper-bonded steel being at least 5/8
inch in diameter and shall be driven into the ground to a
depth sufficient to provlae the requireo resistance between
electrodes and ground (10 ohms). All ground rods shall be a
minimum of six feet long.
When the location precludes drivlng 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 mlnimum No.
8 AWG copper wire. Connections to underground metallic con-
duit shall be considered sufficient for grounding require-
ments. Connection of grounding clrcults to grounding elec-
trodes 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 permit-
ted in the grounding conductor.
7.0 LOOP VEHICLE DETECTOR iNSTALLATION
?.1 Thls section specifies the Contractor's responsibility for the loop
and lead-in Installation for vehicle loop detectors. It is required
that all work related to the installation of a particular loop, with
the exception of the layout task, shall be completed in the same work
day. All loop installation work shall be performed during off-peak
traffic hours and the City of Coppell Police Department shall be noti-
fied 48 hours In advance. Loop installation shall not be made during
any type of precipitation.
7.2 The Installation of loop detectors shall occur as shown In the Plans.
The lead-in saw cuts from the street to the pullbox (for loops that
have separate detector channels) shall maintain a minimum separation
from other loops of 12 Inches and a mlnlmua separation of 6 inches
from other lead-In saw cuts. The saw cut depth, as specified tn the
plans, shall be consistent, including the entry point Into the curb.
The maximum number of wires placed tn a single saw slot shall be four
(4) wires. Ail wires In saw slots shall be a minimum of one Inch (1")
below the street level grade.
7.3 The Contractor shall furnish the sealing compound for the loop detec-
tors at his expense. Samples of the sealant and methods for seaianc
B-9
installation shall be submitted to the Engineer for his approval
before any detector installation may begin. If a hot sealant is used,
the temperature of the sealant shall be in a range that wlil not cause
damage to the detector wires. Loop sealant shall completely flil the
saw cut, but shall not be more than three inches (3") In wldth on the
street surface. The Contractor shall be required, at his expense, to
remove all excess sealant, otherwise the loop wlll not be considered
as a completed Item.
7.4 Detector lead-in cables shall be run continuously without splices from
the curbslde pullbox to the controller where possible, if spllces
must be made, they shall be made ina slgnal base. Spllces shali be
solder connected (including the ground wire) and the splice connection
shall be Insulated and waterproofed with scotchcoat materials.
Splices at the curbslde pullboxes shall also be made in the same
manner. See Section 5.6, Splices. The Trafflc Engineer shall approve
any spllce in detector cables.
8.0 CONCRETE FOUNDATIONS FOR SIGNAL STRUCTURES
8.1 Concrete foundations for signal structures shall be located so that
the closest structure leg is a minimum of 3 feet from the face of
vertlcal curbs. The Contractor shall probe before excavating founda-
tions to determine the location of utilities and structures. Founda-
tions shall be paid for once, regardless of extra work caused by
obstructions. The Contractor shall furnish all supplementary items
necessary for its proper installation.
8.2 Excavations for all requlred foundations shall be done in accordance
with lines and depths Indicated on the plans. All loose material
shall be removed from the excavation before the concrete is placed.
Any water shall be removed by pumping or bailing. The use of explo-
sives will not be permitted. '
8.3 Foundations shall be constructed to the dimensions shown on the plans
or as directed by the Traffic Engineer. The Contractor shall be
required to insure that the top of the finished foundation ts exactly
level and formed. Anchor bolts and conduits shall be held rlgldly 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 cotton or burlap mats, for not less than ninety-six hours. All
bracing and templates for anchor bolts shall remain in place for
ninety-six (96) hours after the concrete is poured. During that time,
the anchor bolts and conduit shall not be subjected to any applied
straln. The Contractor shall furnish the Traffic Engineer a level for
the purpose of inspecting the foundation. Transformer bases shall not
be installed on any foundations until approval has been given by the
Traffic Engineer.
8.4 Backfill shall be tamped with mechanical tamps In 6-Inch layers to 95~
Standard Proctor Density. #here excavation ls made In the surface
shoulder, the shoulder shall be replaced with material equal to or
better than the original composition.
B-lO
8.5 Ali excavated material not required for backfill shall be promptly
removed and disposed of by the Contractor as directed by the Engineer
on an adjacent site. Tile work site shall be kept clean and neat at
all times.
8.6 No concrete shall be placed when the atmospheric temperature is at or
below 40°F, or if temperature is to be below 40°F for 80~ of the flrst
72 hours after concrete is placed (taken in shade away from artificial
heat) unless permission ls glven by the Traffic Engineer.
9.0 INSTALLATION OF TRAFFIC SIONAL STRUCTURE
9.1 The Contractor shall provide a complete traffic signal structure loca-
tion plan or schedule showlng all pertinent details for each standard.
This plan shall be approved by the Trafflc Engineer before any struc-
ture is installed.
9.2 The Contractor shall examine foundations, which are to receive traffic
slgnal standards, to assure proper anchorage alignment. Report any
discrepancies to the Traffic Engineer.
9.3 Transformer bases shall be leveled and tightly secured to the founda-
tion before the structure is placed on the base. if shims are
required for leveling, total shim height shall not exceed 1/2 Inch.
Foundation anchor bolts shall extend a alnlmum of three (3) threads
through each nut in the base.
9.4 Except as modified herein, erection shall be in accordance with the
applicable Specifications and Standards of the AISC Manual of Steel
Construction. Erecting equipment shall be suitable for the work and
shall be in first class condition. #here parts cannot be assembled or
fitted properly as a result of errors in fabrication of deformation
due to handling or transportation, such condition shall be reported
immediately to the Traffic Engineer for approval of the method of
correction obtained. The straightening of plates and angles or other
shapes shall be done by approved methods. Bent or damaged heat-
treated parts will be rejected. Steel work shall be drained properly.
Pockets in structures exposed to the weather shall be filled with an
approved waterproof material. The erector will be responsible for
shrinka~e and distortion of all butt welds. Moment connections in the
field on beams and girders shall have a minimum of 3/16 inch root
opening for all flange preparations prior to welding. Loose Joints
shall be corrected by cutting with a hand-~uided torch if necessary.
9.5 The steel structure frame shall be carried up true as shown and all
match marking shall be followed. Temporary bracing shall be used
wherever necessary to support all loads to which the structure may be
subjected, including equipment, operation, and material loading. Such
bracing shall be left in place as long as may be required for safety.
The various members, after being assembled, shall be aligned and
adjusted accurately before being fastened. Fastening of splices on
compression members shall be done after the abutting surfaces have
been brought completely Into contact. No welding or bolting shall be
B-11
done until as much of the structure as will be stiffened thereby has
been aligned properly.
9.6 Bearing surfaces and surfaces which will be in permanent contact shall
be cleaned before the members are assembled. Bearing plates shall be
set in exact posltlon and shall have a full and even bearlng upon the
concrete. As erection progresses, the work shall be bolted to take
care of all dead load, wind and erection stresses. Spllces will be
permitted only where indicated. All erectlon bolts used in welded
construction may be tlghtenea securely and left in place. If removed,
the holes shall be filled with plug welds.
9.? Field bolting shall be In accordance with the requirements specified
for shop fabrication. Unfelt holes shall be corrected by reaming.
Where the surface of a bolted part has a slope of more than 1:20, a
beveled washer shall be used to compensate for the lack of paraliei-
ism. Bolt heads and nuts shall be drawn tight against the work with a
suitable wrench not less than 15 lnches long. Bolt heads shall be
tapped with a hammer while the nut Is being tightened.
9.8 Field welding shall be as specified for shop ~abrication of welded
construction. Any shop paint on surfaces adjacent to joints to be
field welded shall be wire brushed to reduce the paint film to a
m~nlmu~.
9.9 Field Painting: Surfaces where the shop coat of paint has been
damaged shall be retouched using the same system as the orlginal shop
painting. The cleaning, pretreatment, and priming of welds and the
areas adjacent thereto shall be done promptly after the acceptance of
the weld as specified under the shop painting. If required, Control-
ier cabinets shall be palnted. Cabinets must be cleaned and treated
with a bonding agent before finish coat is applied. Bonding agent
shall be of the type conducive for adherence of paint to aluminum
surfaces, and shall be approved by the Traffic Engineer before use is
permitted.
9.10 Contractor shall furnish bonding agent at his expense. Contractor
shall be required to follow manufacturer's specifications and direc-
tions for use of all materials used in the painting process.
9.11 High Strength Steel Bolts: The allowable working stresses for A325
bolts shall be given in Table 2 of the Specifications for Structural
Joints usingASTM A325-N or A490-N bolts.
9.12 Bolted parta shall fit solidly together when assembled and shall not
be separated by gaskets or any other interposed compressibie material.
When assembled, all joint surfaces, including those adjacent to the
bolt heads, nuts or waahers, shall be free of scale, except tight mill
scale, and shall also be free of burrs, dirt and other foreign mate-
rial that would prevent solid eating of the parts. Each faetener
shall be tightened to provide, when ail fasteners in the joint are
tight, at least the minimum bolt tension shown in Table 3 in the
Specifications for Structural Joints using ASTM A325 or A490 bolts for
the slze of fastener used. Threaded bolts shall be tightened with
properly calibrated wrenches or by the "turn-of-nut" method. Bolts
B-12
may be installed without hardened washers when tightening is by the
"turn-of-bolt" method. Any bolt tightened by the calibrated wrench
method (or by torque control) shall have a hardened washer under the
element (nut or bolt head) turned in to a point not closer than 7/8 of
the bolt diameter from the center of the washer. Calibrated wrench
tightening and "turn-of-nut" tightening shall confora to the Specifi-
cations for Structural Joints using ASTM A325 or A490 bolts.
9.13 Grouting: The Contractor shall perform all work required to complete
the'grout work associated with installing the signal structure and
furnish all supplementary lte~s necessary for Its proper installation.
A waterproof sealer shall be required between the controller cabinet
and the controller foundation.
10.0 iNSTALLATION OF SIGNAL HEADS
10.1 Trafflc signal heads and mountlng hardware used on these standards
shall be provided by the Contractor. The Contractor shall be required
to assemble all signal head units as specified in the plans or as
directed by the Engineer. The Contractor shall mount the signal heads
wlthin the standards level and plumb. The Contractor shall position
and secure the signal heads so they are vislbie at a minimum of 200
feet from the stop bar.
10.2 Alternate signal head mounting hardware will be acceptable as directed
by the Traffic Engineer.
10.3 All signal heads or parts of heads not in operation shall be covered
with burlap untll placed operation. When the signal heads become
operational, all exlstlng heads no longer required shall be removed
luedlately.
10.4 All mast arm heads installed shall require a bolt running through the
plumblzer and mast arm in order to prevent the signal head from
falling. The Contraotor shall be required to drill the mast arm at
the point where the plumblzer fits securely agalnst the mast arm.
10.5 All plpework in eaoh stgnal head assembly shall be completely tlght.
$1Knal and pedestrian heads shall be securely tightened Immediately
after signal head assembly has been installed. If any slgnal head
assembly is found to be loose or asymmetrical in any manner, the
Contractor shall be required to remove and rebuilt the signal head
assembly to the satisfaction of the Engineer.
11.0 INSTALLATION 0__~ GRAPffIC$
11.1 Perform all work required to complete the identifying graphics
indicated by the plan details and furnish all supplementary items
necessary for their proper installations.
11.2 The Contractor shall submit a complete schedule for all traffic signal
standards graphics. The schedule shall include all pertinent informa-
tion as required to accurately locate and define ali graphics for each
B-13
standard shown on the plans. The street name and block number shaii
be on the front and back of all corner Installed standards.
11.3 Installation: The Contractor shall clean all surfaces to which gra-
phics are to be applied according to manufacturer's written Instruc-
tions. Level grid lines of tape shall be Incorporated for graphic
application. All copy shall be set In normal letter spacing and
standard Inter-work spacing shall be made as required by the Traffic
Engineer.
12.0 PAINT AND PAINTING
12.1 The metal--pipe conduit and exposed conduit, fittings which are not
galvanized shall be given one coat of No. 802 Aiumlnum paint after
they are in place.
12.2 No painting will be requlreo for the slgnal heads except those parts
on which the paint has been scratched or marred, and such parts shall
be given two coats of high-grade enamel or paint of the same color as
the factory paint.
13.0 PRESERVATIO~ OF LANDSCAPING, SPRINKLER SYSTEMS~ ~ ~&~S, &~
OTHER PRIVATE PROPERTY
13.1 The Contractor shall assume full responsibility for the preservation
of the exlstlng landscaping (sod, shrubbery, trees, and etc.), sprin-
kler systems, brick-pavers, and other private property at the site
during the installation of items In this Contract Document. Damagea
landscaping, sprinkler systems, brick pavers, and other property shall
be replaced by the Contractor at hls own expense, to the satisfaction
of the Engineer.
14.0 REMOVAL AND REPLACF~qENT OF CURBS AND WALKS
14.1 The Contractor shall secure permission from the proper authority and
the approval of the Traffic Engineer before cutting into or removing
any walks or curbs which mlght be requlred in making the Installation.
14.2 After the work is completed, the Contractor shall restore any curbs or
walks which have been removed to the equivalent of, or better than,
their original condition and to the satisfaction of the Traffic
Engineer and the Clt¥ of Coppell.
15.0 SAMPLING ANp TESTING
15.1 Initial testing of all materials, construction Items, or products
incorporated In the work will be performed at the direction and
expense of the city, including initial compaction and density tests
deemed necessary in connection with the construction of embankment.
backfill of structures, or excavation.
B-14
15.2 in the event a material, construction ltems, product Incorporates in
the work, embankment, backfill, excavation or any other 1tam teste¢i
fails to satlsf¥ the mlnlmum requirements of the initial test
described above, appropriate prove-out tests shall be made as dlrected
by the Trafflc Englneer to determine the extent of the fallure and to
verify that the corrective measures have brought the item up to speci-
fication requirements. The cost of all testing necessary to determine
the extent of the failure and the adequacy of the corrective measures
shall be the responsibility of the Contractor.
15.3 The failure of the Traffic Englneer to make any tests of materials
shall tn no way relieve the Contractor of hls responsibility of fur-
nishing materials conforming to the specifications.
15.4 Tests, unless otherwise specified, shall be made in accordance with
tbs latest methods of the Amerlcan Society for 'resting and Materials.
The Contractor shall provide such faciiities, as the Traffic Engineer
and the Clty of Coppell may requlre, for the coiiectlng and forwarding
of samples and shall not use the materials represented by the samples
until tests have been made. The Contractor shall furnlsh adequate
samples wlthout charge.
15.5 Concrete
15.5.1 Ail concrete materials, reinforcing steel, ann preparation
shall be In accordance with Lhe requirements of the Clty of
Coppell Standards and Specifications for Publlc Works Con-
struction.
15.6 Vehicle Loop Detectors
15.6.1 Prior to termination of the shielded, twisted pair loop lead-
in cables at the controller 'cabinet, insulation tests shall
be made with an Insulation test set applying not less than
500 volts D.C. to the completed loop detector. A mlnlmum
resistance of 1 megohm shall be obtained.
15.6.2 After the above insulation test8 are completed and the lead-
in cable ha8 been terminated in the cabinet, the Contractor
8hall assist the Traffic ~nglneer in deterRinlnf the loop
inductance of each loop detector Installation. The Contrac-
tor 8hall furnish a loop detector analyzer which 8hall deter-
mine the total inductance of the loop in the pavement and the
associated lead-in cable and shall al80 be used In determln-
ink the percentage shift in loop inductance for varlou8 size
vehicle8 that may be actuating the detector.
15.7 Sl~nal Cables
15.7.1 Ail cables shall be checked for Insulation resistance upon
Installation and prior to termination. The tests shall be
made with a test set operating at a minimum of 500 volts D.C.
applied to the conductors.
B-15
15.7.2 Each conductor in the multlconductor signal cables shall be
tested for Insulation resistance relatlve to each other and
to the outer coverlng of the cable. The following mlnimum
acceptance values for Insulation resistance shall be
obtained:
No 8 AWG, Type THW 592 Megohms/1000 Ft.
No 12 AWG, Type THW 668 Megohms/1000 Ft.
12 No. 12 AW6 Conductors 1018 Megohms/1000 Ft.
' 15 No. 12 AWG Conductors 1018 Megohms/1000 Ft.
20 No. 12 AWO Conductors 1141Megohms/1000 Ft.
25 No. 12 AWG Conductors 1141Megohms/1000 Ft.
16.0 WARRANTIES/GUAPJ~NTEES
16.1 The Contractor guarantees all work performed and materials furnished
under this project for a period of twelve (12) months following the
date o~ acceptance with a 10~ maintenance bond to the Clty of Coppell.
la addition, he shall furnish any normal manufacturer warranties with
effective beginning dates the same as the date of final project accep-
tance.
17.0 TRAFFIC SIGNAL MAINTENANCE DURING CONSTRUCTION
17.1 While performing work under this contract, Contractor bears the sole
risk of loss for damage to or destruction of any traffic signal equip-
ment, appurtenances, on operations that were not to be replaced or
installed under this contract, but whlch are damaged or destroyed
through the fault or negligent act of Contractor, and Contractor shall
replace such damaged or destroyed equipment, etc., at no cost to the
Developer, regardless of whether or not the damaged or destroyed
equipment, etc., was a part of this contract or any warranties under
this contract.
Upon written acceptance by the City of Coppell for the Belt Llne-
MacArthur intersection si~nallzatlon work, Contractor's responsibility
for that Intersection under this paragraph shall cease.
17.~ The Contractor shall provide, at his expense, temporary cable systems
and signals mounted on the span wires, mast arms, portable bases, or
other locations as necessary during the project to lnsure that signal
head displays are always in operation. All such temporary signals
shall be finished In appearance, meet the requirements of the Texas
Manual on Uniform Traffic Control Devices (TMUTCD), and be approved by
the Traffic ingineer, and City of Coppell Police and Engineering
Departments.
17.3 The Contractor's responsibility for full operation and maintenance of
all traffic signal equipment shall begin when he 8tarts any type of
work which affects active Intersection control at this Intersection
and shall extend through the period of project final acceptance of the
Intersection. This maintenance responsibility includes existing
controller/masters, existing Interconnect and cabling system, existing
B-16
signal indications, new controllers/masters, new signal hardware
Installed, new cabling system and other hardware elements which are
considered part of the new traffic signal system.
17.4 The Contractor shall utilize qualified personnel to respond to all
trouble calls and to repair any malfunctions. A local telephone
number where trouble calls are to be received on a 24-hour basis shall
be provided to the Traffic Engineer, and the City of Coppeil Police
and Engineering Departments, by the Contractor. The Contractor's
response to reported trouble calls shall be within a reasonable travel
time from a Dallas address, but not more than two (2) hours maximum.
Appropriate repairs shall be made within 12 hours.
17.5 It Is recognized that the City may continue to make a first response
to any trouble call. Action on such response will, however, be limi-
ted to placing the Intersection on flash, replacing load switches or
detector amplifiers, erecting temporary control devices, requesting
immediate traffic control by uniformed police officer, or other such
action deems0 necessary to provide a safe operation. Such action will
In no way relieve the Contractor of his operation and maintenance
responsibility.
17.6 The Contractor shall be required to provide adequate police traffic
control assistance for planned controller change-outs or any other
operational procedures, when requested by the Engineer. Police assis-
tance shall be arranged by the Contractor directly, at least forty-
eight (48) hours In advance. If the Engineer discovers that the Con-
tractor has failed to provide adequate police assistance, the Engineer
may order additional assistance. Police traffic control assistance,
for any purpose, shall be the financial responsibility of the Contrac-
tor, regardless of who obtains the assistance.
18.0 BARRICADES
18.1 The Contractor shall comply with all the requirements of the "Manual
on Uniform Traffic Control Devices" Part VI, Construction and Mainte-
nance Operations, 1970.
18.2 The Contractor shall have the responsibility to provide and maintain
all warning devices and take all precautionary measures required by
law to protect persons and propert~ while said persons or property are
approaching, leaving, or within the work site of any area adjacent to
said work site. Mo separate compensation will be paid to the Contrac-
tor for the installation or aaintenance of any warning devices, barri-
cades, lights, signs, or any other precautionary measure required by
law for the protection of persons or property, including off duty
police officers.
18.3 The Contractor shall assume all duties owed by the City to the general
public in connection with the general public's immediate approach to
and travel through the work site and the area adjacent to said work
sloe.
B-17
18.4 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 flagmen and watchmen and shall fur-
nlsh. erect, and maintain such warning devlces, barricades, lights,
signs, and other precautionary measures whlch shall not cease until
the project has been accepted by the City.
18.5 If the Traffic Engineer discovers that the Contractor has failed to
comply with applicable federal and state law (by falling to furnish
the'necessary flagmen, warning devlces, barricades, lights, signs, or
other precautionary measures for the protection of persons or pro-
perty), the Traffic Engineer or the City of Coppell Police or Engi-
neering Department 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 by the Traffic
Engineer or the City of Coppell Police or ~nglneering Department in
ordering such additional precautionary measures.
18.6 In addition, the Contractor shall be held responsible for all damages
to work items and other public or private property due to the failure
of warning devlces, barricades, slgns, lights, or other precautionary
measures in protecting said property, and whenever evidence is found
of such damage, the Traffic Engineer may order the damaged portion
immediately removed and replaced by the Contractor at his expense.
19.0 A$-SUILT DRAWlNUS
19.1 The Engineer shall furnish two (2) sets of Construction Drawings to
the Contractor at the time construction ls commenced. These prints
shal'l be marked up by the Contractor, throughout the construction
period, Indicating all changes, revisions, and additions to the work,
including field relocations of work concealed from view and conductor
cable lengths. Upon completion of the work at each intersection, the
Contractor shall deliver the As-Built drawings to the Traffic Engineer
within ten (10) working days after the turn-on/cut-over date.
20.0 #EASUREMENT ~ PAYItlilTI'
20.1 The traffic signal Installation as Indicated on the Plane and as
described herein, when installed, will be meaeured aea completed
installation and payment will be made at the contract unit bid price
for "Traffic Signal(s)", which price shall be full compeneation for
furniehing, placing, and testing all materlale and equipment and for
all toole, labor, equipment, and lncldentale neceeeary to complete the
work. Portlons of the work that have not been approved by Engineer
will not be considered complete, and payment shall be withheld until
the Contractor has corrected the work to the satisfaction of the
Engineer.
21.0 INSURANCE
The Contractor shall not commence work under this Contract until he
has obtained all the insurance required hereunder and such insurance
B-18
has been filed with and approved by the Owner. Approval of the insu-
rance by the Owner shall not relieve or decrease the liability of the
Contractor.
Unless otherwise provided for in the General Conditions, the Contrac-
tor shall provide and maintain, until the work covered in this Con-
tract is completed and accepted by the Owner, the minimum insurance
coverages as follows:
A. Workmen's Compensation (lncludin~Occupatloual Disease) Insurance
in accordance with the laws of the State of Texas. Such insu-
rance will include coverage for Employer's Liability with a limit
of not less than $1,000,000.00 for any one occurrence.
B. ~prehensive General Liability insurance: Such insurance shall
provide bodily injury limits of not less than $1,0o0,000 per
person and $1,000,000 per occurrence and property damage limits
of not less than $1,000,000 per occurrence. This insurance will
include the following features and certificates will so indicate.
1. Contractual Liability
2. Products Liability and Compieted Operations
3. Explosion, Collapse ama Onder~rouna Damage
C. ~o~prehensive Automobiie Liability insurance covering all owned,
nonowned and hired vehicles, and bodily ln3ury limits of not less
than $1,000,000 per person and $1,000,000 per accident and pro-
perty damage limit of not less than $1,000,000.
Before commencing the work, the Contractor shall furnish the Owner
with a certificate of Insurance showing the company or companies
carrying the aforesaid coverages with the effective date and expira-
tion date of said policies. Certificates shall provide that Owner
shall be given not less than fifteen (15) days written notice of any
cancellation or changes that affect the coverage. If the expiration
date of such insurance occurs during the term of the Contract, renewal
Certificate shall be furnished not less than fifteen (15) days before
such expiration date.
22.0 PAYMENT
Payment will be made for work completed on a monthly basis. Ten (10)
percent will be retained until fifty (50) percent of the work under
the Contract is completed and accepted by the Bngineer and the Owner.
All payments shall be approved by the Owner.
23.0 MAINTENANCE BOND
The Contractor shall furnish a Maintenance Bond as required by the
Northwest Dallas County Flood Control District in the amount of lO
percent of the contract amount.
B-19
24.0 COORDINATION WITH CiTY OF COPPELL POLICE DEPARTMENT
The Contractor shall coordinate with the City of Coppell Police
Department to insure adequate traffic safety and flow at all times.
25.0 CITY O_~F COPPELL INSPECTION
The Contractor shall notify the City of Coppell for inspection prior
to any and all construction.
26.0 LIQUIDATED D/U~AOE$ FOR DELAYS
it is understood and agreed between the parties hereto that tlme is of
the essence of this contract, and that for each calendar day of delay
beyond the completion date of thls contract (after due allowance for
such extension of time as is provided herein), the Contractor shall
pay to the Owner as liquidated damages for each calendar day of such
delay the sum of $500.00, it being understood between the part$es
hereto that such sum shall be treated as liquidated damages.
B-20