TR8601-CN 860312CONTRACT DOCUMENTS
AND SPECIFICATIONS
TRAFFIC SIGNAL INSTALLATIONS
SANDY LAKE ROAD
AT DENTON TAP ROAD
Coppell, Texas
GINN, INC.
CONSULTING ENGINEERS
DALLAS, TEXAS
January, 1986
PROJECT MANUAL INCLUDING
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
TRAFF]C SIGNAL INSTALLATIONS
SANDY LAKE ROAD AT DENTON TAP ROAD
CITY OF COPPELL
DALLAS COUNTY, TEXAS
~986
P=epa=ed By:
GINN~ INC.
Consulting Engineers
16135 P=eston Road
Dallas, Texas 752~8
TABLE OF CONTENTS
COVER PAGE
TABLE OF CONTENTS
]NDEX TO DRAWINGS
00020 - ADVERTISEMENT FOR BIDS
OOlO0 - INSTRUCTIONS TO BIDDERS
00130 - GENERAL INSTRUCTIONS FOR BONDS
00300 PROPOSAL AND BID FORM
00~00 - BID BOND
00500 GENERAL CONDITIONS OF AGREEMENT (G-3 th~u G-~)
005~0 STANDARD FORM OF AGREEMENT (SF-1 th=u SF-2)
OO&O0 PERFORMANCE BOND (PB-1 th=u PB-2)
O06JO PAYMENT BOND (PB-3 th=u PB-~I
00630 CERTIFICATE OF INSURANCE
00650 - SPEC]AL COND]T]ONS [Supplemento=y Conditions}
TECHNICAL SPECIFICATIONS
INDEX TO DRAWINGS
COVER SHEET
INDEX TO SHEETS/QUANTITIES SHEET
SANDY LAKE ROAD AT DENTON TAP ROAD
PHASING DIAGRANS AND INTERVAL CHARTS
DETAILS
DETAILS
DETAILS
~ETAILS
SECTION 00020 - ADVERTISEMENT FOR BIDS
Sealed proposals addressed to the CITY OF COPPELL, Texas for
SANDY LAKE ROAD AT DENTON TAP ROAD TRAFFIC SIGNAL INSTALLATIONS
PROJECT will be received at the City of Coppelt City Hall, 616 S.
Coppe~l__ Rpad until 10:00 ~U~x_Thursday, February 20, 1986, and
then publicly opened and read aloud.
The Instructions to Bidders, Proposal Forms, Forms of
Contract, Plans, Specificatioms and Forms of Bid Bond, Perforr~ance
and Payment Bond, and other contract documents may be exar~ined at
the following:
Ginn, Inc., Consulting Engineers
16135 Preston Road, Suite 112
Dallas, Texas 75248
(214) 386-6611
Copies may be obtained at the office of Ginn, Inc. for a
payment of $75.00 per set, non-refundable.
The Owner reserves the right to waive any informalities or to
reject any or all bids.
Each bidder must deposit with his bid, a security in the
amount, form and subject to the conditions provided in the
Instructions to Bidders.
PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE:
Installation of an Arterial Time-Base Traffic Signal Control
System for Sandy Lake Road at Denton Tap Road within the City of
Coppell, Texas. The new installation will involve one (1)
intersection on Denton TaU Road.
CITY OF COPPELL
~k~p r ~z~ 0-~'r~~ M a~a ~ e ~/~-
Date
Defined Te=ms: Terms used in these Inst=uctions to
Bidders which are in the Gene=al Conditions of the
Construction Cant=act, have the meanings assigned to them
in the Gene=al Conditions.
Owner: Wherever the word "OWNER" is used in the
specifications and Cant=act Documents, it shall be
understood as refer=lng to the ~i~Y_g!_~9~D~J Coppell,
Texas.
Engineer: Wherever the word "ENGINEER" is used in the
specifications and Cant=act Documents, it shall be
understood as =ere=ring to ~!DD~__lO!~i 16135 Preston
Road, Suite 112~ Dallas, Texas 7S248~ phone (21~1
38~-~11.
Inspector: The authorized representative of the
Engineer, assigned to supervise and inspect any o= all
pa=ts of the work and the materials to be used therein.
Bidder: An individual, firm o= co=po=arian o= any
combination the=eof, submitting a proposal.
Cant=acta=: The individual, firm o= co=potation o= any
combination the=eof, party of the second pa=t~ with which
the cant=act is made by the City of Coppell, Texas.
Superintendent:
authorized to
Engineer and
construction.
The representative of the Cant=acta=
receive and fulfill instructions from the
who shall supervise and direct the
Documents: Complete sets of the Bidding Documents
Ifull-size drawings and specifications) may be obtained
from the Engineer upon receipt of the required payment as
stated in the Advertisement fo= Bids. The payment is
non-refundable. No Bidding Documents will be issued
late= than two Iai days prior to the date fo= ~eceipt of
bids. If requested, Bidding Documents will be mailed
upon receipt of the ~equired payment, plus a $S.00
handling and shipping charge.
Plans and specifications may be examined at Ginn, Inc.,
and copies may be obtained upon providing the required
payment. Plans are also made available to the Dodge Room
and Texas Cant=acta=. No pa=rial sets of plans,
specifications or proposal forms will be issued.
Sec. 00100
1
Complete sets of Bidding Documents shall be used in
p=epo=ing Bids~ neithe= Owne= no= Enginee= assume any
=esponsibility fo~ e==o~s o= misinte=p=etations =esulting
the use of incomplete sets of Bidding Documents.
Disc=epancies: Should a Bidde~ find any disc=eponcy,
ambiguity, inconsistency, er=o= o= omission f=om the
d=owings, specifications o= p=o~ect manual o= of the site
and local conditions, o= be in doubt as to thei~ w=itten
meaning, it is =equested that the Btdde= p=omptly notify
the Enginee~ who then will send o w=itten tnst=uction o=
inte~p=etation to ali known holde=s of the documents.
Neithe~ the Owne= no= the Enginee= will be =esponsible
fo= any o=a] inst=uctions.
Addenda: Any addenda to the d=awings, specifications, o=
p=o)ect manual issued befo=e o= du=ing the time of
bidding shall be included in the p=oposal and become a
pa=t of the cant=act.
Addenda will be mailed o= delive=ed to ol1Bidde=s
=eceiving a complete set of Bidding Documents.
No Addenda w~11 be 1ssued late= than fou= 161 days p=io~
to the date fo= =eceJpt of bids except an Addendum, if
necessa=y~ postponing the dote fo= =eceipt of bids o=
withd=awing the ~equest fo= bids.
Each Bidde= shall acknowledge on bid p=oposal that he has
=eceived all Addenda issued.
Substitutions: The materials, p=oducts and equipment
desc=ibed in the specifications and/o= shown on the
d~owings establish o stonda=d o= =equi=ed function,
dimension, appea=ance and quality as =equi=ed by the
Enginee=. NO SUBSTITUTIONS WILL BE CONSIDERED DURING
BIDDING.
Method of Bidding: The p:oposal p=ovides fo= quotation
of' a p=ice, o= p=ices, fo= one o~ mo:e bid items, which
may be lump sum bid p=ices, alte=nate bid p=~ces,
combination the=eof. No' payment will be mode fo= items
not set up on the p=oposa], unless othe=wise p=ovided by
cant=act amendment. A]l Bidde=s a=e cautioned that they
should include in the p=ices quoted fo= the vo=ious bid
items ali necessa=y allowances fo= the pe=fo=mance of
wo=k =equi=ed fo~ the satisfacto=y completion of the
p=o~ect. Single bids =eceived on gene=al cant=act
include gene=al and mechanical const=uction.
Sec. 00100
2
Bo
Subcontracts: The bidde~ is specifically advised that any
person, fi~m or other party to whom it is p~oposed to
award o subcontract unde~ this contract must be
acceptable to the Owner. It is further requi~ed that the
name of the mechanical and any other listed subcontractor
be noted on the p~oposol form in the blank space
provided. Failure to list these will be sufficient
g~ounds to re}ect the
Bid Security shall be mode payable to the City of Coppel)
in on amount of five percent IS~ of the Bidder's maximum
Bid p~ice and in the fo~m of certified o~ bank check or o
Bid Bond issued by o Surety Company holding o permit from
lhe State of Texas to oct os surety.
The Bid Security of the Successful Bidde~ will be
retoined until such Bidder hos executed the Ag=eement ond
furnished the ~equired Controct Security, whe=eupon it
will be =eturned~ if the Successful Bidde= foils to
execute and deliver the Ag=eement and fu=nish the
requi=ed Contract Secu=ity within fifteen (15} days of
the Notice of Award, Owner may onnu] the Notice of Award
and the Bid Security of that Bidder will be fo=feited.
The Bid Security of any Bidde= whom Owne= believes to
hove o ~eosonob]e chance of =eceiving the award may be
retained by Owne~ until the sixty-first day ofte~ the Bid
Opening o~ unti] o contract is awarded. Bid security of
othe~ Bidders will be ~etu~ned within thirty {301 days
of the Bid Opening.
A=
To demonst=ote qualifications to perform the Wa=k, each
Bidde= must be p=epa=ed to submit within five days of
Owner's request written evidence of the types set forth
in the Supplementary Conditions, such os ftnancio] data,
previous expe=ience and evidence of Bidder's
qualification to do business in The State of Texas o=
covenant to obtain such qualification prior to award of
the contract.
Additionally, oil Bidders shall be p=epo=ed to show that
they o=e skilled, experienced in, and have been regu]or)y
engaged in the type of construction involved and that
they hove the necesso=y financial resou=ces to finish the
Wo=k in o proper and satisfactory monne= in the time
specified.
The Engineer and Owner rese=ve the right to =equine
documented evidence of the foregoing f=om the Contractor
prior to award of the contract.
Sec. OOlO0
3
A. Conditions of ~o~k: Each Bidde= must fully inform
himself of the conditions =elating to const=uction of the
p=o~ect and employment of l~bo= the=eon. Foilu=e to do
so wi]] not =e]ieve ~ Successful Bidde= of his obligation
to furnish all mote=iai and lobo= necesso=y to ca==y out
the p=ovisions of his cant=oct. Insofo= as possible, the
Cant=acta= must employ methods o= means to cause no
inte~=uption of o= tnte=fe=ence with the wo=k of any
othe= cant=acta=.
Examination of Site: All Bidde=s~ including the gene=al
Cant=acta= and subcont=octo=s shall examine co=efuiiy the
site of the Wo=k to acquaint himself with wa=king
conditions and all difficulties that may be involved
the=ein, and shall examine ca=efuily all d=owings~
specifications and othe= Cant=oct Documents to
fomilio=ize himself with oil of the =equi=ements, re=ms
and conditions the=eof. Any information =elating to the
Wo=k fu=nished by the Owne= o= othe=s, o= foi]u=e to make
these examinations sho]] in no way =elieve any Bidder
f=om the =esponstbility of fulfilling oil of the re=ms of
the cant=oct, if owo=ded o cant=act. Also, foi]u=e to
visit the site will in no way =e]ieve the Successful
Bidde= f=om fu=nishing any mote=lois o= performing any
wo=k =equi=ed to complete Wo=k in acco=dance with
d=owings and p=o~ect manual without odditiona! cost to
the Owne=.
Laws, Regulations, Permits and Taxes: The Bidde='s
attention is di=ected to the fact that all applicable
state lows, municipal o=dinonces, =u]es and =egulotions
of oil outho=itJes having ~u=isdictlon ave= const=uction
of' the pro~ect shall opp]y to the cant=oct th=oughout,
and they shall be deemed to be included in the cant=oct
the some os though he=ein w=itten out in full os o po=t
of these documents.
Cant=acta= shall secu=e, and include compensation fo=, in
his p=oposol, o11 pe=mits and a11 =equi=ed taxes which
o=e levied by gove=ning bodies and which o=e ossessob]e
upon lobo= and mote=io]s ente=ing into this
Refe=ence is mode to the Supplemento=y Conditions fo= the
identification of those repo=ts of investigations and
test of subsu=foce and latent physical conditions at the
site o= othe=wise affecting cost, p=ogress o= pe=formonce
of the Wo=k which hove been =elied upon by Enginee= in
p=epo=ing the d=owings and specifications. Owne= will
make copies of such =epa=ts available to any Bidde=
=equesting them. These repo=ts ore not guo=onteed os to
accuracy o= completeness, no= ore they po=t of the
Contract Documents. 8efo=e submitting his Bid each
B~dde= wi]]~ D~__b~_~D__~D~D~ make such odditiono]
investigations and tests os the Bidde= may deem necesso=y
Sec. 00100
to determine his Bid for performance
accordance with the time, p~ice and
conditions of the Contract Documents.
of the Work in
othe~ terms and
On request, Owner will provide each Bidder access to the
site to conduct such investigations and tests os each
Bidder deems necessary for submission of his Bid.
The lands upon which the Work is to be performed,
rights-of-way for access thereto and other lands
designated fo~ use by Contractor in performing the Wo~k
are identified in the Supplementary Conditions, General
Requirements or Drawings.
The quantities of wo~k or materials os set fo~th in the
p~oposa] form or on the plans are a calculated
approximation and are fo~ the purpose of compa~ing the
Bids on a uniform basis. Payment will be made by the
Owner to the Contractor only for the actual quantities of
work performed or materials furnished in accordance with
the contract. The quantity of work to be done and
materials to be furnished may be increased or dec~eased
as hereinafter provided.
Obligation of Bidde~: At the time of opening of bids,
each Bidde~ will be presumed to have inspected the site
and to have read and be thoroughly familiar with the
drawings, specifications and the pro~ect manual,
including all addenda.
The submission of Bid will constitute an incontrovertible
representation by the Bidder that he has complied with
every requirement of this section~ and that the Contract
Documents are sufficient in scope and detail to indicate
and convey understanding of all terms and conditions for
performance of the Wo~k.
A. Genera]: Bid Proposals shall be based exactly on the
documents os issued. No substitutions, revisions or
omissions from the plans and/or specifications will be
accepted unless outho~ized in writing by the Engineer.
The p~oposol fo~m is attached hereto~ additional copies
may be obtained from the Engineer.
Bid p~oposo)s must be completed in ink or by typewriter.
The Bid p~ice of each item on the fo~m must be stated in
words and numera]s~ in case of o conf]ict~ wo~ds wi]]
take precedence.
Sec. 00~00
5
lhe Bid proposal must be signed with the full name of the
Contractor and his address; if a partnership, by a member
of the firm with the name and address of each member; if
a corporation, by an officer thereof, the corporate name,
and have a corporate seal affixed.
Form: Make all proposals on forms provided and fill all
applicable blank spaces without interlineation,
alteration or erasure and must not contain recapitulation
of' the Work to be done. No ora], telegraphic, or
telephonic proposals will be considered. Any addenda
issued during the bidding shall be noted on the proposo]
form.
Submitta): Each Bidder shall submit his Bid completely
and properly on proposo] forms provided. Each Bid,
without the "Specifications and Contract Documents",
shall be enclosed in o separate sealed envelope, with the
words "Bid for" followed by the pro}ect title and the
Bidder's name and address, and accompanied by the Bid
Security and other required documents. If the Bid is
sent through the mai) or other delivery system, the
sealed envelope shall be enclosed in a sepomote envelope
with the notation "BID ENCLOSED" on the face thereof.
Specifications and Contract Documents sba1) not be
returned with the Bids.
Telegraphic ModtfJcat~ons: Any Bidder may modify his Bid
by telegraphic communication at any time provided such
communication is received by the Owner prior to the
scheduled closing time. Written conf~rmotion must be
received within two days from the closing time or no
consideration will be given the telegraph modifications.
Withdrawal: If, w~thin twenty-four hours after Bids ore
opened, any Bidder files o duly signed written notice
with Owner and promptly thereafter demonstrates to the
reasonable satisfaction of Owner that there was o
moteria] and substantial mistake in the preparation of
his Bid, that Bidder may withdraw his Bid and the Bid
Security will be returned. Thereafter, that Bidder wil]
be d~squolified f~om furthe~ bidding on the Wo~k.
l'he City of Coppell, Texas Iherein called the "Owner")
invites o1] Bids on the form attached hereto, o]] blanks
of which must be appropriote]y fil]ed in. 8ids will be
received by the Owner at
ggggg]]_~gg~x__.!~:g~_~gM_9?~], and then at said location
publicly opened and read aloud. The envelopes containin9
the Bids must be sea]ed, addressed to the City of
Coppell, and designated os "Bid for TRAFFIC SIGNAL
INSTALLATIONS, SANDY LAKE ROAD AT DENTON TAP ROAD."
Sec. 00100
When Bids are opened publicly they will be read aloud,
and an abstract of the amounts of the base Bids and ma)or
alternates lif any} will be made available after the
opening of 8ids on a bid tabulation sheet sent to all
bidders.
All 8ids shall remain open for ninety [gO} days after the
day of Bid Opening, but Owne~ may, in his sole
discretion, release any Bid and return the Bid Security
prior to that date.
Owne~ ~eserves the ~ight to re)ect any and all Bids, to
waive any and all informalities and to negotiate contract
terms with the Successful Bidder, and the ~ight to
disregard all nonconforming, non~esponsive o~ conditional
Bids. Discrepancies between wo~ds and figures will be
~esolved in favo~ of words. Discrepancies between the
indicated sum of any column of figures and the correct
sum thereof will be resolved in favor of the co~ect sum.
In evaluating Bids, Owner shall consider the
qualifications of the Bidders, whethe~ or not the Bids
comply with the p~esc~ibed ~equirements, and alternates
and unit p~ices if ~equested in the Bid fo~ms. It is the
Owner's intent to accept alternates {if any are accepted)
in the orde~ in which they a~e listed in the Bid form,
but Owne~ may accept them in any order o~ combination.
Owner may consider the qualifications and experience of
subcontractors and other persons and organizations
(including those who are to furnish the p:incipa! items
of mate:iai o: equipmentl proposed fo: those portions of
the Work as to which the identity of subcontractors and
other persons and organizations must be submitted as
provided in the Supplementary Conditions. Operating
costs, maintenance considerations, performance data and
guarantees of materials and equipment may also be
considered by Owner.
Owner may conduct such investigations as he deems
necessary to assist in the evaluation of any Bid and to
establish the responsibility, qualifications and
financial ability of Bidders, proposed subcontractors and
othe~ persons and o~ganizations to do the Wo~k in
accordance with the Contract Documents to Owner's
satisfaction within the p~escribed time.
Owner reserves the right to re)ect the Bid of any Bidder
who does not pass any such evaluation to Owner's
satisfaction.
Sec. 00100
7
If the contract is to be awarded it will be awa:ded to
the lowest Bidde: whose evaluation by Owne: indicated to
Owne: that the awa:d will be in the best inte:ests of the
p:o)ect.
G=
If the contract is to be awarded, Owne~ wi]] give the
Successful Bidde= a Notice of Award within ninety
days afte~ the day of the Bid opening.
Ho
After award of contract to Successful Bidde~, the
Contractor sha]] agree to begin wo~k within ten (JO)
calendar days aftez the date of "Notice to P~oceed" of
the Owne~ and to fully complete the pzo)ect within the
stated number of consecutive calendar days thereafter as
stipulated on the bid p~oposal and agreement between
Owner and Contractor.
In the event the Bidder's p~oposal is accepted, and he
fails o~ refuses to enter into the contract and furnish
the ~equi~ed Performance and Payment Bonds within fifteen
l~SI days after he has received notice of the acceptance
of his Bid, un]ess given a written extension of time by
the Owner, then the Bidder will be considered as having
abandoned his proposal and his Bid Security wi]] be
retained by the Owne~ as liquidated damages, IT NOW BEING
AGREED that the specified sum of the Bid Security is a
fai~ estimate of the amount of damages that the Owne~
will sustain in case the 8idde~ fails to enter into the
contract and furnish the Performance and Payment Bonds
within the time stated in the p~oposal.
The numbe~ of days within which, o~ the date by which,
the Wo~k ~s to be completed (the Contract Time) is set
forth in the Bid Form and will be included in the
Agreement. The Contract Time fo~ this pto)ect is:
ONE HUNDRED TWENTY (120) CALENDAR DAYS
Extension of time of completion will be permissible in
accordance with Section ~.02 of General Conditions of
Agreement.
P~ovisions fo~ liquidated damages o~e set fo~th in the
P~oposol. Liquidated damages fo~ this p~o)ect
FIVE HUNDRED DOLLARS I$S00) PER CALENDAR DAY
Sec. 00100
8
If the appa=ent Successful Bidde=, and any othe= Bidde=
so =equested wi]] within seven I?J days afte= the day of
the Bid Opening submit to the Owne= a list of all the
subcont=acto~s and othe~ persons and o=ganizations
lincluding those who a=e to fu=nJsh the p=incipal items
of mate=ial and equipmentl p=oposed fo= those portions of
the Wo~k as to which such identification is so =equi=ed.
Such list shall be accompanied by an expe~ience statement
with pertinent information as to simi]a= p~ojects and
othe= evidence of qualification fo= each such
Subcont=acto=, pe=son and o=ganization if =equested by
the Owne=. If Owne~ o= Enginee~ afte~ due investigation
has =easonab]e objection to any p=oposed Subcont=acto~,
othe~ person o= o~ganization, eithe~ may befo=e giving
the Notice of Awa=d ~equest the apparent Successful
Bidde= to submit an acceptable substitute without an
inc=ease to Bid p=ice. If the appa=ent Successful Bidde=
declines to make any such substitution, the Cant=oct
shall not be awa=ded to such Bidde=, but his declining to
make any such substitution will not constitute g=ounds
fo: sac=ificing his Bid Secu:ity. Any Subcont=acto=,
othe= pe=son o= o=ganization so listed and to whom Owne:
o: Enginee= does not make w=itten objection p:io= to the
giving of the Notice of Awa:d will be deemed acceptab]e
to Owne= and Enginee:.
In contracts where the Cant=act P~ice is on the basis of
Cost-of-the-Wo~k Plus a Fee, the appa=ent Successful
Bidde~, p~io~ to the Notice of Awa=d, shall identify in
w~iting to Owne~ those portions of the Wo:k that such
Bidde~ p~oposes to subcont=act and alta= the Notice of
Award may only subcont=act othe= po=tions of the Wo~k
with Owne='s w~itten consent.
No Cont~acto= shall be ~equi=ed to
Subcontractor, othe~ person o~ o~ganization
he has =easonable objection.
employ any
against whom
Ao
Secu=ity fo= Faithful Pe=fo=monce: Simultaneously with
his de]ive~y of the executed contract, the
shall fu=nish a su=ety bond o= bonds os secu=ity
foithfu] pe=fo=monce of this cant=oct and fo= the payment
of o]] pe=sons pa=fo=ming lobo~ on the p=oject unde= the
cant=oct and fu=nish mote=io]s in connection with this
cant=oct. The su=ety on such bond o= bonds shol] be by
duly outho=ized su=ety company, satisfactory to the
Owne=, if =equested by the Bidde~.
Sec. 00~00
When Owner g~ves a Notice of Award to the Successful
Bidder, it will be accompanied by at least six unsigned
counterparts of the Agreement and all othe~ Cant=act
Documents. Within fifteen [15) days thereafter,
Controcto= shall sign and delivez at least six
counterparts of the Agreement to Owner with all othe=
Contract Documents attached. Within ten I10) days
thereafter, Owner wil] deliver all fully signed
counterparts to Contractor. Engineer will identify those
port~ons of the Contract Documents not fully signed by
Owner and Contractor and such identif~cation shall be
binding on all parties.
END OF SECT]ON
Sec. 00300
~0
SECTION 00130 - GENERAL INSTRUCTIONS FOR BONDS
The surety on each bond must be a responsible surety
company which is qualified to do business in Texas and
satisfactory to the Owner.
The name, including full Christian name, and residence of
each individual party to the bond shall be inserted in
the body thereof, and each such party shall sign the bond
with his usua! signature on the line opposite the scroll
sea], and if signed in Maine, Massachusetts or New
Hampshire, an adhesive sea] shall be affixed opposite the
signature.
If the principals are partners, their individual names
will appear in the body of the bond, with the recital
that they are partners composing a firm, naming it, and
all the members of the firm shall execute the bond as
individuals.
The signature of a witness shall appear in the
appropriate place, attesting the signature of each
individua! party to the bond.
]f the principal or surety is a corporation, the name of
the state in which incorporated shal! be inserted in the
appropriate place in the body of the bond, and said
instrument shall be executed and attested under the
corporate sea], the fact shall be stated, in which case a
scroll or adhesive seal shall appear following the
corporate name.
The official character and authority of the person or
persons executing the bond for the principal, if a
corporation, shall be certified by the secretary or
QSSistant secretary according to the form attached
hereto. In lieu of such certificate, records of the
corporation as will show the officio! character and
authority of the officer signing, duly certified by the
secretary or assistant secretory, under the corporate
seal, to be true copies.
G. The dote of this bond must not be prior to the date of
the contract in connection with which it is given.
H. Amounts of bonds shall be as set forth in Paragraph 3.10
of the General Condition.
Sec. 00110
1
FOR: TRAFFIC SIGNAL INSTALLATION
SANDY LAKE ROAD AT DENTON TAP ROAD
TO:
CITY OF COPPELL Ihereinafter called "OWNER"}
P. O. BOX 4?8
616 S. COPPELL ROAD
COPPELL, TEXAS ?SO19
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the
above referenced pro)ect, having examined the plans ~nd
specifications with related documents and the site of the proposed
wo~k, and being f~mi]iar with all of the conditions surrounding
the construction of the proposed pro~ect including the
availability of materiQls and labor, hereby proposes to furnish
all labor, materi~ls, ~nd supplies, and to construct the p~o)ect
in accordance with the Contract Documents, of which th~s proposal
is ~ p~rt.
The undersigned, as BIDDER, declares that the only person o=
parties interested in th~s proposal as principals are those named
herein, that this proposal is made without collusfon with any
other person, firm or corporation; that he has carefully examined
the form of contract, Notice to Bidders, Specifications, and the
Plans herein referred to and has carefully examined the locations,
conditions and classes of materials called for in the Contract and
Specifications in the manner p~escribed and according to the
requirements of the Owner as herein set forth.
It ~s understood that the following quantities of work to be done
at unit prices are approximate only, and are intended principally
to serve as a guide in evaluating bids. Payments for such items
will be made on the basis of the actual quantity incorporated in
the work.
It is further agreed that the quantities of work to be done at
unit p~ices and material to be furnished may be increased o~
diminished os may be considered necessary to complete the work
fully as planned and contemplated, and that all quantities of work
whether increased or decreased are to be performed at the unit
prices set forth below, except os provided for in the
Specif'ic~tions.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the OWNER, but not shown on the
Plans or required by the Specifications, in accordance w~th the
provisions of the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
Sec. 00300
l-
l-
l-
I-
'll-
l-
l-
i-
l_
I
l-
l-
l-
l-
l-
l-
BIDDER hereby ag=ess to commence wo~k unde~ this cant=act on o=
before a date to be specified in w~itten "Notice to P~oceed" by
the OWNER and to fully complete the pro)eot within 120 consecutive
calendar days thereafte~ as stipulated in the Specifications.
BIDDER further agrees to pay as liquidated damages, the sum of
$$00.00 for each consecutive calenda: day thereafte: as
he~einafte= p:ovided in Pa:ag=apb 1.~, E of the Special
Conditions.
Accompanying this proposal is a Certified o= Cashier's Check
payable to the C~t~ of Coppe]! (Bid Bond! in the amount of
.................. _~ ~__c_ ~Z_ ............ Do,la:, ($ ........... ~,
which is five pa=cent 15%1 of the g:eatest amount bid.
BIDDER acknowledges receipt of the following
addendum: l If non-tssue~, indicate N/Al
ADDENDA ~t ................. DATE ..............
ADDENDA ~/ ................. DATE ..............
ADDENDA # ................. DATE ..............
ADDENDA # ................. DATE ..............
SUBCONT RAC TORS:
BIDDER sha]l list below p~tncipal subcontractors proposed fo~ use
on this p=o~ect:
__~/..~_~_~_ l _ __c_~ zl ............................................
BIDDER agrees to perform all the work described in the
Specifications os shown on the Plans fo= the following unit
prices:
(Amounts o=e to be shown in both wa=ds and figu=es. In case of
disc=eponcy, the amount shown in wa=ds wil] gove=n.)
Sec. 00300
2
IJ
13
13
13
0
00300 - 3
IJ
I]
I]
00300 - 4
ri
1
q
a
ri
00300 - 5
The above unit p:ices shall include all labo:, materials, bailing,
sho~ng, :emoval, ave:head, p~ofit, insu:ance, etc., to cove~ the
finished wo:k of the several kinds called fo~.
BIDDER unde:stands that the OWNER :ese:yes the :ight to :eject any
o: all bids and to waive any tnfo:malities tn the bidding. In the
event 'the OWNER elects to accept the alte:note, conside:ation
will be in the following o:de::
TOTAL ALTERNATE BID
The BIDDER ag:ees that this bid shall be good and may not be
withd:awn fo: a pe:iod of ninety 190) calenda: days afte: the
scheduled closing time fo: :eceiv~ng b~ds.
Upon :eceJpt of w:itten notice of the acceptance of this bid,
B]DOER w~l] execute the fo:ma] cant=act attached within ten (10)
days and delive: a Su:ety Bond o: Bonds as :equi:ed by the Gene:a!
Conditions. The ~Bi~ Secu:ity attached in the sum of
................ .................. .................
is to become the p:ope:ty of the OWNER in the event the cant:act
and bond ~:e not executed within the time above set fo:th, as
liquidated damages fo: the delay and additional expense to the
OWNER cavsed the:eby.
Respectfully submttted,
By: ....
(SEAL-if bid is by a
END OF PROPOSAL
Sec. 00300
6
FIDELITY AND DEPOSIT COMPANY
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 2!.203
OF MARYLAND
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we ........ BLI ly.. Ray_. N,ws Or, _ gOmpany.,.. Inel ....................................................................................
(Here in~ert tile name and address or legal title of the Contractor)
.................... _5..1_ .1_ .4_ _. _c~_r. ro..1...1.. L.a...n..e. ,.. _g. _o_~!e..t..t.,. _ _T_ _e_x_ .~..a...?.5.0.8.~. ..............................................................
........................................................................................... as Principal, (hereinafter called the "Principal"),
and__F_l,_d_~_l_ig~t...a.n.d_ 9~l~9.~l~.~___¢_o_~.__o_f__M_.~ry.l.~_n._d__, of Baltimore, Maryland, a corporation duly organized
(Here insert the name of the Surety)
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety") are held and firmly bound
unto ............. ~ fc l:,y_ _ .o.t[..GO.p_p_~ ], ], ,_ _ _T exa 8. ...................................................................................................
(Here insert the name and address or legal title of the Owner)
.................................................................................................................. as Obligee, (hereinafter called the "Obligee"),
in the sum ~f...F-~-~/E--pkm~:R~..~E..Z~F`..~P.~a~$T.~..~..~...~...*-..~...~...~ars ($..57,..C, AA ........... ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind oumelves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these pre~nt~.
WHEREAS, the Principal has submitted a bid for.....Irlif.[~..¢_$~gl~...[tll~.t:lll.l,~l.r~.gn..l~<o3.~g.t ........
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform
the work covered by said bid, then this obligation shall be null and void, otherwise to rdmain in full force and effect.
Signed and sealed this ........... .2..0.t;h ....................................... day of ............... F..~.br..u. lLry.~ ............... .A.D. 19..J~.6...
i....~.l_.l, y_...R...a.~...~..~....s...om.....C...o..m.p.~.n.y.,...Ln..c.., ........ (S~a~)
] Principal
[] FIDELITY AND DEPOSIT COMPANY OF MARYLAND
.... .,i .......... :. .... ..
Frances N. Owin,
Attorney-in-Fact
C325 TX)--
Approved by The American Institute of Architects,
A.I.A. Document No. A-310 February 1970 Edition.
INSURED
~he ar-ants Ou~
303 Yaht S5-eet
Fort Worth, ~X 76102
4819 Ockesa Ave.
Ya:).~ch~ '~X 76]33
2/'19/86
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE pOLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY A ~ ¥or~ O~z'~-~t~ Iasaz-a~ce Co.
LETTER
COMPANY
L~ER B ~be ~ Imrarazz~ ~
COMPANY C ~.~ Sts~ ~ ~
LE~ER
COMPANY D
LETTER
COMPANY
LETTER
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED.
THIS IS TO CERTIFY THAT POLICIES OF INSURAHCE USTED BELOW HAVETO WHICH THIS CERTIFICATE MAY
MENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TERMS, EXCLUSIONS, AND COND~
NOTWIT TANDJNG ANY REQUIRE ........... .~u= p ClES DESCRIBED HEREIN IS SUBJECT TO ALL THE
~ ISsuEH~D OR MAY PERTAIN, THE INSURANCE Ap~*~.'t..~t., =~ -~ GU
TIONS OF SUCH POUClES. LIABIUTY LIMITS IN THOUSANDS
POLICY NUMBER
TYPE OF INSURANCE
COMPREHENSIVE FORM
PREMISES/OeERATIONS
46Pt~Ct~3/31
ANY AUTO
-- ALL OWNED AUTOS (PRN. PASS.)
~,,~ NOS
AUTOS
NON-0WNE0 AUTOS
6ARAGE LL~BILITY
EXCF~ LIASS.ITY
J~.UMBR~LLA FORM
OTHER THAN UMBRELLA._~_.~
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
523383972
46Wi~33833
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
9/24/85
AGGREGAT~
$ 500, $ 500,
100, 100,
PERSONALINJURY $ 500,
9/24/85
9/24/85
~)/24/86
9/24/86
STA'~JTORY
(EACH ACCIDENT)
(DiSEASE-POLiCY LIMIT)
(DISEASE-EN~H EMPLOYEE)
CITY OF ~
(I~et:'E[,L, TX
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL__mo_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NO11C~ $HAL/' IMPOSE NO OBLIGATION OR UABILITY
OF ANY KIND uPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. --.----,------
AUTHORIZED
1.01
I 1.02
1.03
1.04
I 1.05
1.06
1.07
I 1.08
1.09
2.01
I 2.02
2.03
I 2.05
2.06
i 2.07
2.08
I 2.10
2.11
I 2.13
2.14
i.2.15
TABI.£ OF CONTENTS
FOR
GENERAL CONDITIONS OF AGREEMENT
1. Definition of Terms Page
Owner, Contractor and Engineer ...................... G-1
Contract Documents .......................... G-1
Sub-Contractor . .' .......................... G-1
G-1
Written Notice ............................
Work ................................ G-1
Extra Work .............................. G-1
Working Day ............................. G-1
Calendar Day ............................. G-1
Substantially Completed ........................ G-i
2. Responsibilities of the Engineer and the Contractor
Owner-Engineer Relationship ....................... G-2
G-2
Professional Inspection by Engineer ....................
Payments for Work ........................... G-2
Initial Determinations .......................... G-2
Objections .............................. G-2
G-2
IJnes and Grades ...........................
Contractor's Duty and Superintendence ................... G-2
Contractor's Understanding ........................ G-3
G-3
2.09 Character of Workmen ........................
G-3
Contractor's Buildings .......................
G-4
Sanitation ..............................
G-4
2.12 Shop Drawings ..........................
Preliminary Approval .......................... G-4
G-4
Defects and Their Remedies .......................
Changes and Alterations ......................... G-5
I3.01
3.02
3.03
I 3.04
3.05
i 3.06
3.07
3.08
3. General Obligations and Responsibilities
Keeping of Plans and Specifications Accessible ................ G-5
. G-5
Ownership of Drawings ........................
. G-5
Adequacy of Design ........................
Right of Entry ............................. G-5
Collateral Contracts ........................... G-5
Discrepancies and Omissions ....................... G-5
Equipment, Materials and Construction Plant ................. G-5
Damages ............................... G-6
TC-1
.I
3.09
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
3.18.1
Protection Against Accident to Employees and the Public ............
Performance and Payment Bonds .........................
Losses from Natural Causes ............................
Protection of Adjoining Property .........................
Protection Against Claims of Sub-Contractors, Etc .................
Protection Against Royalties or Patented Invention ................
Laws and Ordinances ...............................
Assignment and Subletting ............................
Indemnification .................................
Contractor's Liability Insurance .........................
Certificate of Insurance .............................
4. Prosecution and Progress
4.01 Time and Order of Completion ..........................
4.02 Extension of Time ................................
4.03 Hindrances and Delays ..............................
5. Measurement and Payment
5.01 Quantities and Measurements ...........................
5.02 Estimated Quantities ...............................
5.03 Price of Work ...................................
5.04 Partial Payment ..................................
5.05 Use of Completed Portions ............................
5.06 Final Completion and Acceptance ........................
5.07 Final Payment ..................................
5.08 Payments Withheld ................................
5.09 Delayed Payments ................................
6. Extra Work and Claims
6.01 Change Orders ...................................
6.02 Minor Changes ..................................
6.03 Extra Work ....................................
6.04 Time of Filing Claims ..............................
6.05 Arbitration .....................................
7. Abandonment of Contract
7.01 Abandonment by Contractor ...........................
7.02 Abandonment by Owner .............................
G-6
G-6
G-6
G-6
G-6
G-7
G-7
G-7
G-7
G-8
G-8
G-8
G-9
G-9
G-9
G-9
G-9
G-10
G-10
G-10
G-10
C~10
G-11
G,1I
G-11
G-11
G-12
G-12
G-13
G-14
TC-2
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and
the ENGINEER are those persons or organizations identified as such in the Agreement and are
referred to throughout the Contract Documents as if singular in number and masculine in gender.
The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI-
NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the ENGINEER
and the CONTRACTOR.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to
Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed
Agreement, Performance and Payment Bonds (when required), Special Bonds (when required),
General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof
incorporated in any of the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict between any of the Contract Documents, priority
of interpretation shall be in the following order: Signed Agreement, Performance and Payment
Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors,
Technical Specifications, Plans, and General Conditions of Agreement.
1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only
those having a direct contract with the CONTRACTOR and it includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does not
include one who merely furnishes material not so worked.
1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if
delivered in person to the individual or to a member of the firm or to an officer of the corporation
for whom it is intended, or if delivered at or sent by registered, mail to the last business address
known to him who gives the notice.
1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin-
ery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel.
transportation and other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have a well known technical or trade meaning shall be held to refer to
such recognized standards.
1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood
to mean and include all work that may be required by the ENGINEER or OWNER to be done by
the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the
plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S
Proposal, except as provided under "Changes and Alterations", herein.
1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays,
Sundays or any legal holidays, in which weather or other conditions, not under the control of
the CONTRACTOR, will permit construction of the principal 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 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted.
1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant
that the structure has been made suitable for use or occupancy or the facility is in condition to
~etve its intended purpose, but still may require minor miscellaneous work and adjustment.
2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR
2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will be the OWNER'S
representative 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 Contract
Documents and shall not be extended or limited without written consent of the OWNER and
ENGINEER. The ENGINEER bill advise and consult with the OWNER, and all of OWNER'S
instructions to the CONTRACTOR shall be issued through the ENGINEER.
2.02 PROFESSIONAL INSPECTION 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, exhaus-
tive, 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, se-
quences, quality, procedures, 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 ENGINEER shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S
or subcontractor's agents, servants or employees or any other person, firm or corporation perform-
ing or attempting to perform any of the work.
2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications
~'or 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 CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
work has progressed to the point indicated to the best of his knowledge, information and belief,
but such approva, l of an application for payment to CONTRACTOR shall not be deemed as a
representatiov by ENGINEER that ENGINEER has 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 all claims,
disputes and other matters in question between the CONTRACTOR and the OV~,~ER relating tc
the execution or progress of the work or the interpretation of the Contract Documents and the
ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI-
NEER fail to make such decision within a 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
opinion 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 provided.
2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be
furnished by the ENGINEER or his representative. Whenever necessary, construction work shall
be suspended to permit performance of this work, but such suspension will be as brief as practicable
and the COiNTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR
shall give the ENGINEER ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in 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.
,I
The CONTRACTOR is and at all times shall remain an independent contractor, solely
responsible for the manner and method of completing his work under this contract, with full
power and authority 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 ENGINEER
being interested only in the result obtained and conformity of such completed improvements to
the plans, specifications and contract.
Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ-
ecs and other persons, 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. Engineer-
ing 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 CONTRACTOR 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 CONTRACTOR is to perform. CONTRACTOR sha]l 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 temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau-
tions or devices, and similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during ~:onstruction, or any
clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen-
tative 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 being performed, as measured against the drawings and specifications
constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand
the plans and specifications so that the completed construction work will conform thereto, and
shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper
performance of his work on the project, including but without limitation the propriety of means
and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs,
plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR
from plans and specifications that may have been in evidence during any such visitation or
observation by the ENGINEER, or any of his representatives, whether called to the CONTRAC-
TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete
all work in accordance with said plans and specifications.
2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON-
TRACTOR 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 encoun-
tered, the character of equipment and facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can ;.n any way affect the
work under this contract. No verbal agreement or conversation with any officer, agent or employee
of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or
modify any of the terms or obligations herein contained.
2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly
and competent men, skillful in the performance of the type of work required under this contract,
to do the work; and agrees that whenever the ENGINEER shall inform him 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
ENGINEER shall direct, and the sanitary conditions of the grounds in or about such structures
shall at all times be maintained in a manner satisfactory to the ENGINEER.
_1
2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the CONTRAC-
TOR in such manner and at such points as shall be approved by the ENGINEER, and their use
~hall be strictly enforced.
2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such
promptness as to cause no delay in his 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 prompt-
ness, making desired corrections. The CONTRACTOR shall make any corrections required by the
ENGINEER, file with him two corrected copies and furnish such other copies as may be needed.
The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR
from responsibility for deviations from drawings or specifications, unless he has in writing called
the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him
from responsibility for ~errors of any sort in shop drawings or schedules. It shall be the CONTRAC-
TOR'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 specifications
and within the contract 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 conformity with the plans and
specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor
as previously set forth, it being expressly understood and agreed that the ENGINEER does not
a.~sume any 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 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the
obligations of this contract for the furnishing by the CONTRACTOR of good material, and of
his performing good work as herein described, and in full accordance with the plans and specifica-
tions. No failure or omission of the ENGINEER to discover, object to or condemn any defective
work or material shall release 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 discovery of said defective
work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC-
TOR, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, such acceptance shall be binding oz~ the OWNER, unless it can be
clearly ahown that such material furnished does not meet the specifications for this work.
Any questioned 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 borne by the
CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and
ahall be paid for by the OWNER; provided that, where inspection or approval is specifically
required by the specifications prior to performance of certain w~rk, should the CONTRACTOR
proceed with such work without requesting prior inspection or approval he shall bear all expense of
taking up, removing, and replacing this work if so directed by the ENGINEER.
2.14 DEFECTS AND 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
~ame, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci-
fications, the CONTRACTOR 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.
2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the O~NER
may make such changes and alterations as the OWNER may see fit, in the line, grade, form,
dimensions, plans or materials for the work herein contemplated, or any part thereof, either before
or after the beginning of the construction, without affecting the validity of this contract and the
accompanying Performance and Payment Bonds.
G-4 ~ ~
I
I
I
I
I
I
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 Pay-
ment.'' If the amount of work is increased, and the work can fairly be classified under the speci-
fications, such increase shall be paid for according to the quantity actually done and at the unit
price, if any, established for such work under this contract, except as provided for unit price
items under Section 5 "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 in 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 as originally planned.
3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
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 shah keep one copy of the sa. ~e
constantly accessible on the work, with the latest revisions noted thereon.
I
I
I
I
I
I
3.02 OWNERSHIP OF DRAWINGS. All drawings, specificatioas 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 returned to him on request, at the completion of the work. All models are
the property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
competent engineers and designers. It is, 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 CONTRACTOR has
complied with the requirements of the said Contract Documents, all approved modifications
thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of
proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the
said requirements of the Contract Documents, approved modifications thereof and all 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 installed, by such agent or agents
as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or
installing such collateral work as said OWNER may desire.
I
I
!
I
I
I
3.05 COLLATERAL CONTRACTS. 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, in such manner as not to delay the progress of the work, or damage said CONTRAC-
TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents.
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this
contract that all work must be done and all material must be furnished in accordance with the
generally accepted practice, and in the event of any discrepancies between the separate contract
documents, the priority of interpretation defined under "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 CONSTRUCTION PLANT. The CONTRACTOR
shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction,
and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not
paid for such work, until the entire work is completed and accepted.
3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comp]e-
tion of the work by the act, neglect, omission, mistake or default of the OWNER, or of the
ENGINEER, or of any other CONTRACTOR employed by the OWNER upon the work. thereby
causing loss to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR
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 CONTRACTOR, or should the CONTRACTOR unreasonably
delay the progress of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of Federal, State, and
Municipal safety laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible with
Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery
guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in
standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment
of any guarantees required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed that
this Contract shall not be in effect until such performance and payment bonds are furnished and
approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company underwriting the
bonds shall be acceptable according to the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States.
Unless otherwise specified, the cost of the premium for the performance and payment bonds
shall be included in the CONTRACTOR'S proposal.
3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to
the 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 which may be encountered in the prosecution of the work, shall be
sustained and borne by the CONTRACTOR at his own cost and 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, save and hold harmless the O'~.~ER
and ENGINEER 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 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER.
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails
so to do, then the OV~qER may at the option of the CONTRACTOR either pay directly any
unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S
unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such
lawful claims until satisfactory evidence is furnished that all liabilities have be~n fully di~harged,
whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms
of this contract, but in no event shall the provisions of this ~entence be con~tru~l to impo~ any
obligation upon the OWNER by either the CONTRACTOR or his Surety.
3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON-
TRACTOR shall pay all royalties and license fees, and shall provide for the u~e of any d~sign,
device, material or process covered by letters patent or copyright by suitable legal agreement
with the patentee or owner. The CONTRACTOR shall defend all suits or claims for infringement of
any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER harmless
from any loss on account thereof, except that the OWNER shall defend all such suits and claims
and shall be responsible for all such loss when a particular design, device, material or proceaz or
the product of a particular manufacturer or manufacturers is specified or required by theQWNER;
provided, however, if choice of alternate design, device, material or proc'em is allowed to the
CONTRACTOR, then CONTRACTOR shall indemnify and save OWNER harmle~ from any
on account thereof. If t:~e material or process specified or required by the OWNER is an infringe-
ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such
information to the OWNER.
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all timez observe and comply
with all Federal, State and local laws, ordinances and regulations, 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 wl~ere such violaS/ions 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 nece~ry
changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC-
TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations,
and without such notice to the ENGINEER, he shall bear all costs arising therefrom. In c~$e the
OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the
OWNER may enter into contract, shall be controlling, and shall be considered $z part of this
contract, to the same effect as though embodied herein.
I
I
I
I
I
I
I
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 raid contract without the
written consent of the ENGINEER, and that no part or feature of the work will be sublet to
anyone objectionable to the ENGINEER or the OWNER. The CONTRA~R further agre~
that the subletting of any portion or feature of the work, or materials required in the performance
of this contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER, as
provided by this Agreement.
3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless
the OWNER and the ENGINEER and their resoective officers, agents and employees, from and
against all damages, claims, losses, demands, suits, judgments and costs, 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:
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 resulting therefrom; and,
G-7
(2)
Iz caused in 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 anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
The obligation of the CONTRACTOR under this Para~'aph shall not extend to the liability
of the ENGINEER, his agents or employees arising out of the preparation or approval of mat~,
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the
failure to give directions or instructions by the ENGINEER, his agents or employees, provided
such giving or failure to give is the primary cause of the injury or damage.
3.18 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and
keep in force such insurance as will protect him from claims set forth below which may arise out
of or result from the CONTRACTOR'S operations under the Contract, whether such operations
be by himself or b~y 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:
(1) Workmen'.~ compensation claims, disability benefits and other similar
employee 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) Claims for damages because of bodily injury, sickness or disease, or death
of any person other than his employees, and claim-~ insured by usual
bodily injury liability coverages; and
(4) Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC-
TOR shall file with the OWNER valid Certificates 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 has been given to the OWNER.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering
all sub-contractors.
.I
4. PROSECUTION AND PROGRESS
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 allowed to prosecute
his work at such times and seasons, in such order of precedence, and in such manner as shall be
most conducive to economy of construction: provided, however, that the order and the time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in
accordance with this contract, the plans and specifications, and within the time of completion
designated in 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 constructing
the work done under this contract, so that conflict will be avoided and the construction of the
various works being done for the OWNER shall be harmonized.
The CONTRACTOR shall submit, at such times as may reasonably be requested by the
ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to
carry on the work, with dates at which the CONTRACTOR will start the several parts of the ~'ork,
and estimated dates of completion of the several parts.
G-8 ~ .......... ~ .....
~: 4.02 i EXTENSION OF TIME. Should the CONTRACTOR be delayed in 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 changes ordered in the work, or by
strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes
beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide iustifies
the'delay, then an extension of £ime 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 give the ENGINEER prompt notice in writing
of the cause of such delay.
4.03' HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for
damages resulting 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 in the judgment
of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the
CONTRACTOR.
5. MEASUREMENT AND PAYMENT
5.0i QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any kind 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 clearly 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 and material
to be furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing the proposals offered for the work.
]t is understood and agreed that the actual amount of work to be done and material to be furnished
Under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of
such work done and the material furnished.
Where payment is based on the unit price method, the CONTRACTOR agrees that he will
~ake no claim for damages, anticipated profits or otherwise on account of any differences which
may be found between the quantities of work actually done, the material actually furnished
~nder this contract and the estimated quantities contemplated and contained in the proposal:
~provided, however, that in case the actual quantity of any major item should become as much
'as 20~ more than, or 20% less than the estimated or contemplated quantity for such items, then
either party to this 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 individual bid item incurred in the proposal that
!has' 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 unit prices.
~: Any revised consideration is to be determined by agreement between the parties, otherwise
?i' the terms, of this Agreement, as provided under "Extra Work."
" 5'.03 'PRICE OF WORK. In consideration of the furnishing of all the necessary labor,
'eqU'ipment and material,, and the completion of all work by the CONTRACTOR, and on the
completion of all work and of the delivery of all material embraced in this Contract in full
!,conformity with the specifications and stipulations herein contained, the OWNER agrees to pa)'
,the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a
part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing
all material and all labor required for the aforesaid work, also for all expense incurred by him, and
for well and truly performing the same and the whole thereof in the manner and according to
this Agreement. G-9 ~ ............ .....
5.04 PARTIAL PAYMENTS. On or before the 10th day of each month, the CONTRACTOR
shall prepare and submit to the ENGINEER 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 CONTRACTOR on or before the 15th day of the current
month the total amount of the approved statement, less I0 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 by the OWNER under the terms of this Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the
OWNER may--upon written recommendation of tile ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S
option, may be relieved of the obligation to fu!!y complete the work and, thereupon, the CON-
TRACTOR 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. Tile OWNER shall have the right to take possession
of and 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 Documents. 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 ENGINEER when, in the CONTRACTOR'S opinion,
the contract is "substantially completed" and when so notifying the ENGINEER, the CONTRAC-
TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER
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 CON-
TRACTOR has given the ENGINEER written notice that the work has been completed, or
substantially completed, the ENGINEER and tile OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in 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 CONTRAC-
TOR in writing of the reason for non-acceptance.
5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI-
NEER shall proceed to make final measurements and prepare final statement of the value of all
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, provided he has fully performed his contractual obligations
under the terms of this contract; and said payment shall become due in any event upon said
performance by the CONTRACTOR. Neither tile Certificate of Acceptance nor the final payment,
nor any provision in the. Contract Documents, shah relieve the CONTRACTOR of the obligation for
fulfillment of any warranty which may be required.
5.08 PAYMENTS WITHHELD. 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:
G-10
(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 sub-
contractors 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
setisfactory 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 CONTRAC-
TOR of the sum named in any partial or final statement, when payment is due, then the OWNER
shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest
thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as
provided under "Partial Payments" and "Final Payments," until full.~ 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 "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
6. EXTRA WORK AND CLAIMS
6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any
time or from time to time, order additions, deletions or revisions to the work; such changes will
be authorized by 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 ir, contract
price, as hereinafter set forth for Extra Work, and any change in contract time which may result
from the change.
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 herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
inconsistent with the overall intent of the Contract Documents and not involving an increase in
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 CONTRACTOR shall make written request to the ENGINEER for a written Field Order.
In such case, the CONTRACTOR by copy of his 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 in 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 basis of compensation to the CONTRACTOR for
work either added or deleted by a Change Order or for which a claim for Extra Work is made shall
be determined by one or more of the following 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 ~greed upon before
the Extra Work is commenced, then the CONTRACTOR shall
be paid the "actual field cost" of the work, plu~ fifteen (15)
percent.
In the event said Extra Work be performed and paid for under Method (C), then the pro-
visions of this paragraph shall apply and the "actual field cost" is hereby defined to include the
cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanic~ and
laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time
actually employed or used on such Extra Work, plus actual transportation charges nec~rily
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 premiun~ on
Performance 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 law or ordinance,
or d/rected by the OWNER, or by them agreed to. The ENGINEER 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 ENGINEER. The ENGINEER or OWNER may also specify in writing, before the
work commences, .the method of doing the work and the type and kind of machinery and equip-
mant to be used; otherwise these matters shall be determined by the CONTRACTOR. Unles~
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by
using 100 per cent, unless 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 equipment shall be incorporated in the Written
Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRAC-
TOR 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."
No claim for Extra Work of any kind will be allowed unle~ ordered in writing by the
ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC-
TOR to involve Extra Work for which he should receive compemation or an adjustment in the
construction time, he shall make written request to the ENGINEER for written order author/zing
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, az provided under Method
(C). The CONTRACTOR will thereby preserve the r/ght to submit the matter of payment to
arbitration, as hereinbeiow provided.
6.04 TIME OF FILING CLAIMS. It is further agreed by both parties hereto that all
questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and
filed with the ENGINEER within thirty (30) days after the ENGINEER h~z 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 ~xceptions by the COITI~RACTOR and render
his final decision in writing. In case the CONTRA~R should appeal from the ENGINEER'S
decision, any demand for arbitration shall be filed with the ENGINEER and the OWNER in
writing within ten (10) days af:er 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 CONTRACTOR of the final payment shall be a bar to any claims by either
party, except where noted otherwise in the Contract Documentz.
6.05 ARBITRATION. All questions of dispute under, this Agreement shall be submitted
to arbitration at the request of either party to the dispute. The parties may agree upon one
arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen
G-12 ® ~ ~.. ,...., ,~ ,,~
by the two arbiters ~o selected; or if the arbiters fail to select a third within ten (10) days,
he shall be chosen by a District Judge ~erving 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 ten (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 parte proceedings.
The arbiters shall act with promptness. The decision of any 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.
7. ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon
and fail or refuse to resume work Within ten (10) days after written notification from the O~'ER,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are consistent ~with the Contract Documents, then, and in that case, where
performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR 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 completion
of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when
used in connection with Extra Work, where credit shall be allowed 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 ease tae 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:
7.01.1 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 CONTRACTOR, and 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 CONTRAC-
TOR under and by virtue of this Agreement. In case such expense is less than the sum which would
have been payable under this contract, if the same had been completed by the CONTRACTOR,
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 shall pay the amount of such
excess to the OWNER; or
7.01.2 The OWNER under 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 under the new
contract as compared to what would have been the cost under this contract, such increase shall be
charged 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. G-13 ~ ............ ' :~
When the work shall have been substantially completed the CONTRACTOR and his Surety
shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06
hereinabove, shall be is.sued. A complete itemized statement of the contract accounts, certified to
by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR
and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may
be, shall pay the balance due as reflected by said statement, within 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
CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety
shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment,
tools, materials or supplies left on the site of the work shall be turned over to the CONTRACTOR
and/or his Surety. Should the cost to complete the work exceed the contract price, and the
CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time
designated hereinabove, 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 CONTRACTOR and his Surety at the respective addresses
designated in 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 CONTRACTOR and his Surety subject only to the duty of the OV~.~ER 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 CONTRACTOR and his Surety. Such sale may be made
at either public o~ pri~ate 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 CONTRACTOR or his Surety, to their proper owners.
The books on all operations provided herein shall be open to the CONTRACTOR and his Surety.
7.02 ABANDONMENT BY OWNER. In case the OVv~ER shall fail to comply with the
terms of this contract, and should fail or refuse to comply with said terms within ten (10) day's
after written notification by the CONTRACTOR, then the CONTRACTOR 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 in payments to the CONTRACTOR
and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate
of the total amount earned by the CONTRACTOR, which estimate shall include the value of all
work actually completed by said CONTRACTOR (at the prices state~l in ,he 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
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above estimate all previous payments by the OWNER and all other sums that may' be
retained bx' the O~.~ER under the terms of this Aereement and shall certify same to the OWNER
who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification
by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR,
under the terms of this Agreement.
STANDARD FORM OF AGREEMENT
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 7, 1971
Approved as to Legal Form by
Legal Counsel
STATE OF TEXAS
COUNTY OF DALLAS
THIS AGREEMENT, made and entered into this
A. D. 19 36, by and between
CITY OF COPPELL
12th day of March
of the County of
DALLAS
ITS MAYOR
and State of Texas, acting through
thereunto duly authorized so to do,
Party of the First Part, hereinafter termed OWNER, and
BILLY RAY NEWSCM COMPANY, INC.
of the City of
ROWLETT , County of. DALLAS
and State of t) TEXAS , Party of the Second Part, hereinafter termed
CONTRACTOR.
WITNESSETH: That for and in cor, sideration of the payments and agreements herein-
after 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 construction of certain improvements described as follows:
INSTALL TRAFFIC SIGNALS AT SANDY LAKE RD/DENTON TAP RD INTERSECTION
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 accordance with the Notice to Contractors,
General and Special Conditions of Agreement, Plans and other drawings and printed or written
explanatory matter thereof, and the Specifications and addenda therefor, as prepared by__
GINN, INC.
DALLAS, TX
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 ten (10) days after the date
written notice to do so shall have been given to him, and to substantially complete the same
calendar days
within 1,20 ~ 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.
THE 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.
CITY OF COPPELL
Billy Ray Nmwsom Company. Inc.
Party of the Second P~'t (CO ~N~T~EACTOR)
By: .
i I
STATE OF TEXAS
COUNTY OF ~
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That Billy Ray Newsom Company~ Inc.
· of the City of ~,~,,,1 ,~-~-
,~ounty of Ds1 1 ~ , and State of me~g , ~
pdncip~,and Fidelity and ~pn~ cn~p~ny n~ ~yl~n~
~U~O~ under the laws of the State of Tex~ ~ act ~ ~rety on bonds for princip~s, are held
~d f~y ~und unto City o~ Co~pe11. Texas 5- 'i0 (Owner),
~ ~e pen~ sum of Eighty Thrmm Tho,mand Sovon a,,ndr.d glwvy ~[ars~$ 83:766.85 )
for the payment whereof, the ~d ~incipM ~d Surety hind them~lves, ~d their heirs,
admin~tratom, ex~utom, succe~om and .~i~s, jointly and ~verally, by the~ pre~nts:
WHEREAS, the Principal has entered /nto a certain written contract with the Owner,
dated the 12th day of March ,19 86 , to
install traffic signals at the Sandy Lake Rd/Denton Tap Rd intersection.
which contract is hereby referred to and made a part hereof as fully and to the same extent
aa if copied at length herein.
I
I
I
I
I
I
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform raid Contract and ~hall in all respects duly and faithfully
observe and perform all and singular the covenants, 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 provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
~mended 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, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
I
I
!
*Not applicable for federal work. See "rhe Miller Act," 40 U.S.C. S270.
PB-1
bond, and it does hereby waive notice of any such change, extension of time, alteration or ~ddition
~o the terms of the contra~t, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the ~aid Principal and Surety have signed and sealed this instru-
ment this 2§~h day of March , 19 86
Billy Ray Newsom Company, Inc.
Principal
Title President
Address 5114 Carroll Lane
Rowlett. Texas 75088
Fidelity and Deposit Comoanv of /M~xyland
~tle Attorney-in-Fact
Dallas~ Texas 75231
The name and address of the Resident Agent of Surety is:
The Insurance Council~ Inc.
One Energy Square, Suite 1225
4925 Greenville Avenue
Dallas, Texas 75206
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, I~D. 21203
POWER OF ATFORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by C. H. PE¢OT, JR. , Vice. President,
and C. ~l. ROBBIN$ , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By. Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect of the date thereof, do hereby nominate, constitute, and appoint Frances N. Gwin, Don
surety, and as its act and deed: any and all bonds and undertakings, each in a penalty not
to exceed the sum of FIVE HUNDRED THOUSAND DOLLARS ($500,000)...EXCEPT bonds on
behalf Of '~
e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon s~id
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons.
IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY this .......................... l:.s..t .................. day of ......................... llgllt:.~lllb.gl; ................ ,A.D. 19..[~. .........
A'I-fEST: FIDELITY AND DEPOSIT COMP~~
FIDELITY A Y
~ ~ (.~ ~-~~ By ......................................................................
................................................. Vi~.Premtmt
1st I d~ of September A,D. 19 83 , before the subecr~ber, a Notary Public of the State °f Maryl~nd' in and
On this Y ......... ' .L_ .k..ve.named Vice. Presidents sand Assistant ,~egretaries of the VIDELI.TY~AND
for the Cia of Baltimore, duly commtasaonea ann umm~csm~xt~gt,r i'FIMPAN¥ J~ me n~rsonallv known to be the individuals ann omcars
ru~POSlTY~OMPANY OF MARYLAND and the F~DELi ........... ; ~';'"'-'~"/'-i- :'-' ~- .'~-~,-f the Mime and beinf by me duly sworn
he recedin instrument and they a~:n acznow~e~uu the execud ...... '
ribed herein and who executed t P . g ' . · L-~' ..... ;~.r~r~.; andthattheKlls~izec~totbel)i'e~Klin~
des~ h, that the arethesatd offscers °f tn~''''~'l~ ........ d,
severally and each for himself deposeth a.nd sari . Y, .... ~-- ~iA C~rnnrate la and their signatures aa such officers were duly sit'fixed and
instrument are the Corporate Seal,s of.nasd C~, m .f~. me_s?~n.._u_%~ff~ ,l'e said~.~roora~iti~ns.
- . ~ ~ r~zed m~ Or~c;,d F~al at the City ~ Balnmq~ the nay ann year nra adore
~ CERTIFICATE
· . FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
l, the undersigned Assistant ~ecFet~ry o.f the .... ~-~- c----mn- safull trueandcorrectcopy isinfu forceandeffectontbe
COMPANYdohere~oycertifythattheorgmMr w rotAnorne oiwntcntneautcS I~ · '
. .. ....d,do f.r,be, c.,,if;,;:, ,he who,he .,d Po.er of
date of. this, cer. tif~at ,, ; r,. · ........ ant an~ Attorney-in-Fact as provided in Article VI, Sectton 2 of the respe y-
authonzeao me ~osiras os t, srec~,,--,~-¥~"/,~ -z- ~,~'. rr~ s, NBBFJ~OSI'rCOMPANY,
AND DEPOSIT COMPANY OF MARYLAND aha the r~,r~ ...........
· · · .haler.nd h .u,ho,i,, o~re--~u,ion, of t~e So. rd of Dir.~,or,.o?
Thiscert fcatemay $ Y . , ........ . ~.~-.~-.,^rt,,I. 1969 and of the Board os t~'
COMPANY OF MARYLAND at a meeting amy canea ann neia on the t~,., ~.y ....
DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978.
re roduced si nature of any Ass stant Secre ary of the Com, pany,,w~e?er mad,~ *?r~ofore or
RESOLVED: "That the facsimile or mechamcaBy p ~ - -~1 hv the Comoanv shall be rand ann binning upo~ ~e company
hereafter, whenever appearing upon a certified copy~ ay, power ot attorney ~ssu~- -~ ---- __ -,
with the same f and effect as though manually atuxeu.
,N STigl;;,Y W.EREO .l h;e be.unto .uh.r,bed my n..e .nd ,he corpor.,...I, of ,he --d COm .nie..
d~y of ........................ l~a~:.cl~ ......... iq.aa._- ~;~i;~ ......
us~.lrx~-~r. - 168-0307
· PAYMEI~I~ BO~D
STATE OF TEXAS
COUNTY OF Dali, as
KNOW ALL MEN BY THESE PRESENTS: That Billy Ray Newsom Company: Inc.
of the City of Rowlett ;
County of._ Dalla.~ , and State of Te×as , as
principal, and Fidelity and DmpoRit Company of Maryland
~uthorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto City of Coppell: Tm×as Six & 85/lUU (Owner),
in the penal sum of Eighty Three Thousand Seven Hundred Siwry /Dollars ($ 83,766.85 )
for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis-
trators, 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 %2th day of. March , 19 ah , to
install traffic signals at the Sandy Lake Rd/Denton Tap Rd intersection.
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 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 shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
I
I
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanying 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 thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instru-
ment this 26th day of March , 19 86 .
By
Title
Address
Billy R_ay Newsom Company, Inc,
Pr~clp&l
President
5114 Carroll Lane
Rowlett, Texas 75088
Fidelity and Deposit Company of Marffland
...... --',~ Surety
Title Attorney-in-Fact
Address 7557 Rambler Road, Suite 550
Dallas, Texas 75231
The name and address of the Resident Agent of Surety is:
The Insura~c~ Council~ Inc.
One Energy Square, Suite 1225
4925 Greenville Avenue
Dallas, Texas 75206
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the F1DELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY. corporations of the State of Maryland, by C. Fl. PECOT, JR. , Vice-President,
and C.W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect of the date thereof, do hereby nominate, constitute, and appoint Frances N. GwJ. n, Don
surety, and as its act and deed: any and all bonds and undertakings, each in a penalty not
to exceed the sum of FIVE HUNDRED THOUSAND DOLLARS ($500,000)...EXCEPT bonds on
behalf of Independent Executo~
~ertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persona.
IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their name~ and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY this .......................... ~.8...t. ............................... day of ......................... liggll;.~.lllbgl: ................ ,A.D. 19..[~}. .........
A'I-t't.ST: FIDELITY AND DEPOSIT COMP~~
A~.~nt Secretary F; -Presidmt
FIDELITY AN~~Y
By ......................... .............................
~t ~cret~
On Ihia lat dayo{ Septe~er , A,D- 19 83.~f°re the subscript' a N°tary Public °f the State °f Maryl~d' in ~d
' u~ifi~ came th~ a~v~nam~ Vice-Pr~denta ~d Agaia~nt ~crelafi~ of th~ ~D~ AND
for the City of ~timore, duly commlaa~on~ and~ .... ~ .~n ~e~e~ cnUOANY to me ~r~nallv kno~ to ~ the indi~duda ~d o~
~iT'COMPANYOFMARYLANDandthe~ID~t~ ~ n~q~oa~y,..-.. ,;.~ ~.~o--:--~th-~ and~i~bvmdUlyaworn
DE~ r~in instrument, and they ~n acznowie~ me ex~u.,o. ........ ~ . '
de~r,~he~mandw~oex~ut~th3p.. ~[ ...... arethe~ido ' ersofthe~m~m, aforemd, andt~tthe~t~x~°?"~
severally and each for h~maelf de~th ago ~tn, ~a~ ~.~ .~-..~...; ~Cr~rate ~als and their ai~atures, such offi~s wer. omy alnz~ ann
sub.rind Io the ~id instrument by the authority an ~ ' . .
and and affix~ m Of c ] at the ~ty ~nm the day and y~r first ~ve
~ CERTIFICATE
ELITY AND DEPOSIT COMPANY OF MARY~ND and the FIDELI~ AND DEPOSIT
I the undersigned Assistant ~cretary of the FI~) - "~ -~ Cor--oin- is a full true and correct copy i$ in ful force and eff~t on the
COMPANY do here~y certify that Ihe or sinai Po I AUorne ot wmcn the · ~ fi , '
. wet Otbe Vice-~r~ident* who execut~ the ~id Power of Attorney were Vi~-Presi~nls ~iallv
~te of this certificate; and I do further cert?y that . . -a-a :- a..;.~, v1 ~ ' the rea~ctive By ~ws of Ihe FI~I~,,
· - · it of re~lutions of the ~ard of Dir~tors of the FIDKLI~ AND DE.SIT
~i* cerl ficate may ~ sn~ by facs~mde under and by author ~a.t a-.. ~ 1 . and of the ~rd of Directors of the FIDS2LI~ AND
~tna <v nP ManYLAND at a meetin~ duty call~ and held on the tot. ~.~ o-.ul:, ~
~m~ ................... · ~ e 2nd ~ of Novem~r 1~o.
DE.SIT COMPANY at a m~tz~ duly call'and held on th y ·
. - roduc~ si nature of any Assistant ~cret~y of the Company ~e~er mad,: i~er~ofore or
ESOLVED: '~hal the facs~mde or mecham~lly rep ~ · .._a ~.. ,~. c~nv shall ~ vahd and omm~ u~n the ~m~ny
here~ter whenever ap~r n~ u~n a certifi~ copy of any ~wer ot attorney taau~ oy ....... ~ ~.
with the ~me force and effect aa though manually affixed.'
I N ~TIMONY WHEREOF. I have hereunto su~cri~d my name and affia~ the cor~rate ~al$ of the ~d ~m~niea, this.....~2.~h ............
~y o~ ........................ ~.c~ ......... m86..- ~;7~ ......
LI,I~aITXI--ILI -- 168 -- 0307
Doll~s, Texos 75206 ~--~
I COMPANIES AFFORDING COVERAGE
~PANY & United $~s~es Fidetity & Guaranty
INSU~E~ - ~ ~ ~ta Lloyds ~nsurance Co.
BiTly ~y Ne~s~ Co, ~nc, ~[[~R
~w[n ~[cy ~[re ~nsurance company
Billy ~y Newsom, Individual
COMPLY D
~[e~t, Texas 75088
THJ$ IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOO INDICATED.
NOTWTTNSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND COND~
TIONS OF ~4JCH PO~ClES.
TYPE OF INSURANCE
~NERAL ~LITY
COMPf:E HENSIV[ FORM
P'P,~MrSES'O~RATIONS
UNDERGROUND
__ EiPLOS~ & COLLAPSE HAZARD
Iq~OUCrS, COMPLETED D~E RATIONS
W(~U~Iq~' {X)MPEN~ATION
AND
OTN~J~
POLICY NUMBER
072684271
1CC061327222
DU 5885
71 WZ VG 6156
11-16-85
11-18-85
11 - 16- 85
POt ["~ EX~i~AT~,d
11-16-86 '
11-18-86
11-16-86
12-3-85
12-3-86
D~RIPT~O~ O~ O~PERATIONS/LOCATK:)NS. ZVEHICLE~PECJAL
T, raffic Signal Installation Project for Sandy Lake Road at Denton Tap Road
City of Coppell
Coppell, Texas
Don R. Pierce
1.1 INDEX TO SPEC]AL CONDITIONS
.................................................
1.5
1.P GENERAL 00650-1
1.3 DEFINITION OF TERMS 00650-1
1.4 MODIFICATIONS OF GENERAL CONDITIONS
OF AGREEMENT
CONTRACT EXECUTION & ISSUANCE OF
WORK ORDER 00650-6
1.6 STATE & OilY SALES TAX 00650-6-?
1.7 EXISTING STRUCTURES 00650-7
1.8 PROTECTION & RESTORATION OF PROPERTY 00650-7-8
1.9 REFERENCE SPECIFICATIONS 00650-8
1.10 SUBSURFACE CONDITIONS 00650-8
1.11 SERVICE OF MANUFACTURER'S
REPRESENTATIVE
PLANS AND SPECIFICATIONS AVAILABILITY
SUBCONTRACTORS
CONTRACTOR'S RESPONSIBILITY FOR
UTILITIES & SERVICES
MANUFACTURER'S DIRECTIONS
SANITARY FACILITIES
GUARANTEE OF WORK
FINAL INSPECTION
PERMITS & LICENSES
NOTICE OF REQUIREMENT FOR CERTIFICATION
OF NON-SEGREGATED FACILITIES
TESTING
COORDINATION WITH RAILROAD
1.1P
1.1.3
1.11,
1.15
1.16
1.17
1.18
1.19
1.20
1.71
1
00650-1-6
00650-8
006S0-9
00650-9
00650-9
00650-10
00650-10
00650-10
00650-10
00650-10
00650-10
00650-11
00650-11
These Special Conditions supplement, modify, change,
delete from and/or odd to the Specifications and the
"General Conditions of Agreement" Where any Article of
the General Conditions is modified or any Paragraph,
subparagraph or Clause thereof is modified or deleted by
these supplements, the unaltered provisions of that
Article, Paragraph, Subparagraph or Clause shall remain
in effect.
Owner: Wherever the word "OWNER" is used in the
Specifications and the Contract Documents, it shall be
understood as referring to the City of Coppell.
Engineer: Wherever the word "ENGINEER" is used in the
Specifications and the Contract Documents, it shall be
understood os referring to Ginn, Inc.; 16135 Preston Rd.,
Suite 112, Dallas, Texas 75248.
Co
Contractor: Wherever the word "CONTRACTOR" is used in
the Specifications and the Contract Documents, it shall
be understood as denoting the General Contractor signing
this Contract.
The following designated items of the General Conditions of
Agreement are modified as fo]lows:
A. Paragraph 2.06 Lines and Grades is deleted in its
entirety and the following substituted therefore .
"The Engineer will establish bench marks and horizontal
control points in close proximity to the Work. From
these control points, the Contractor shall provide 9~3
surveying necessary to lay out the Work. Contractor
shall be responsible for establishing oll lines and
g~odes necessary to control the Wo~k and shall be
responsible for the precise location of a]l facilities."
"The Engineer may make checks as the Work progresses to
verify lines and grades established by the Contractor to
determine the conformance of the completed work as it
progresses with the requirements of the Contract
Specifications and Drawings. Such checking by the
Engineer shall not relieve the Contractor of his
responsibility to perform all Work in connection with the
Contract Drawings and Specifications and the lines and
grades given therein.
Sec. 00650
Paragraph 3.0g - Protection Against Accident to Employees
and the Public is modified by adding the following:
"Contractor's attention is specifically directed to the
Texas Occupational Safety Law."
"The Contractor shall so conduct his operations os to
offer the least possible obstruction and inconvenience to
public traffic. After the "Notice to Proceed" is issued,
the Contractor shall notify the Engineer, at the earliest
possible date, of the starting of hauling of materials
and any construction work which might in any way
inconvenience or endanger traffic."
"The Contractor shall provide and maintain flogmen at oll
points where his operations interfere in any manner with
traffic flow. Flogmen shall be English speaking,
courteous, well informed, physically and mentally able
eff'ectuo]ly to perform their duties in safeguarding and
directing traffic and protecting the Work, and shall be
neatly attired and groomed at ol1 times when on duty.
Flogmen, when directing traffic, shall use standard
flogging procedures set forth in the 'Instructions to
Flogmen' published by the Texas State Department of
Highways and Public Transportation."
"The Contractor shall provide, construct and maintain
suitable barricades os shown on the Plans and elsewhere
when directed by the Engineer. The Contractor shall
provide and maintain such standard barricades or special
barricades, signs, lights and flogs at points along the
pro)ect os may be necessary to protect the Work and
safeguard o]] traffic. All signs, barricades and working
oreo layouts shall be provided and maintained in
accordance with requirements of Part VI of the Manual on
Uniform Traffic Control Devices, 'Traffic Controls for
Street and Highway Construction and Maintenance
Operations.' Signs and barricades to facilitate the flow
of' traffic will be the responsibility of the Contractor.
The use of sufficient vertical panels with flashers in
con)unction with necessary warning signs and barricades
wi]] be required to direct traffic."
"No direct payment will be made for the work involved in
carrying out the public safety measures herein provided,
the cost thereof being included in the prices paid for
the various contract items of work and no additional
allowance wi]] be made therefore."
Paragraph 3.10 - Performance and Payment Bonds is
modified os fo]lows:
With the execution and delivery of the Contract, the
Contractor shall execute and furnish separate
Performance and Payment Bonds on the forms provided
os follows:
Sec. 00650
Performance Bond: A Performance Bond in the
amount of one hundred percent I100%} of the
Contract price, or only increases or deletions
therefrom due to contract modifications,
guaranteeing faithful performance of the work and
fulfillment of the obligations of the Contract.
The Performance Bond shall guarantee that the
Contractor shall repair and/or rep]ace any
defects in the work arising from defective or
inferior workmanship or materials used therein,
for a period of one I1} year from date of final
acceptance of the work by the Owner.
Payment Bond: A Payment Bond in the amount of
one hundred percent (100%} of the Contract price,
or any increases or deletions therefrom due to
contract modifications, guaranteeing payment to
ol] persons supplying lobar and materials or
furnishing equipment in the execution of the
Comtract.
Performance and Payment bonds sha]l be from on
approved surety company holding o permit from The
State of Texas to oct os surety or other surety or
sureties acceptable to the Owner.
Paragraph 3.18 - Insurance is modified by the addition of
the following
Contractor's and Subcontractor's Public Liability,
Vehicle Liability, and Property Damage Insurance:
As required under Paragraph 3.18 of the General
Conditions, the Contractor's Public Liability Insurance
and Vehicle Liability insurance shall be on amount not
less thom $200,000.00 for in)uries, including accidental
death, to any one person, and subject to the some limit
for each person, in om omoumt not less than $500,000.00
on account of one occident, and Contractor's Property
Damage Insurance in an amount not less than $100,000.00
per occident and $200,000.00 aggregate.
lhe Contractor shall either (li require each of his
subcontractors to procure and to maintain during the life
of his subcontract, Subcontroctor's Public Liability and
Property Damage of the type and in the same amounts os
specified in the preceding paragraph, or 12) insure the
activities of his subcontractors in his own policy.
Builder's Risk Insurance: The Contractor will maintain
Builder's Risk Insurance (fire and extended coverage) on
o 100% completed value basis on the insurable portions of
the pro)ect for the benefit of the Owner, the Contractor,
Qnd all subcontractors, os their interests may appear.
Sec. 00650
3
E. Section 4 - PROSECUTION AND PROGRESS is deleted in its
entirety and the following substituted therefore:
TIME FOR COMPLETION AND LIQUIDATED DAMAGES
4.01
TIME FOR COMPLETION: The time allotted for
completion of ali items of work for this
pro)ect shall be ~9 consecutive calendar days.
It is hereby understood and mutually agreed, by
and between the Contractor and the Owner, that
the dote of beginning and the time for
completion as specified in the Contract of the
work to be done hereunder ore ESSENTIAL
CONDITIONS of this controct~ and it is further
mutually understood and agreed that the work
embraced in this controct shall be commenced on
o dote to be specified in the Notice to
Proceed.
The Contractor agrees that said work shall be
prosecuted regularly, diligently, and
uninterruptedly at such o rote of progress os
will insure ful! completion thereof within the
time specified. It is expressly understood and
agreed by and between the Contractor and the
Owner, that the time for the completion of the
work described herein is o reasonable time for
the completion of same, taking into
consideration the average climatic range and
usual conditions prevailing in this ]ocolity.
4.02
LIQUIDATED DAMAGES: If the said Contractor
shall neglect, foil or refuse to complete the
work within the time herein specified or any
proper extension thereof granted by the Owner,
then the Contractor does hereby agree, as o
part considerotion for the owording of this
Controct, to pay to the Owner FIVE HUNDRED
DOLLARS ($500) FOR EACH CALENDAR DAY~ not os
penalty, but os liquidated damages for such
breach of contract os hereinafter set forth,
for each and every calendar day that the
Contractor shall be in default after time
stipulated in the Contract fo~ completing the
work.
lhe sold amount is fixed and agreed upon by ond
between the Controctor ond Owner becouse of the
impracticability and extreme difficulty of
fixir~g and ascertaining the actual damages the
Owner would in such event sustain, and said
amount shall be retained from time to time by
the Owner from current periodical estimates.
Sec. 00650
4
It is further agreed that time is of the
essence of each and every portion of this
Contract and of the Specifications wherein o
definite and certain length of time is fixed
for the performance of any oct whatsoever; and
where under the Contract on additional time is
o]lowed for the completion of any work, the new
time limit fixed by such extension shall be of
the essence of this Contract. ~gY~x that
the Contractor shall not be charged with
]iquidoted damages or any excess cost when the
Owner determines that the Contractor is without
f'ou]t and the Contractor's reasons for the time
extension ore acceptable to the Owner; ~gyj~
f~bg~ that the Contractor shall not be
charged with liquidated damages or any excess
cost when the delay in completion of the Work
is due:
C o
To any preference, priority or allocation
order duly issued by the Government~
To unforeseeable cause beyond the control
and without the fault or negligence of the
Contractor, including but not restricted
to, acts of God, or of the public enemy,
acts of the Owner, acts of another
contractor in the performance of o contract
with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight
embargoes, and severe weather: and
To any delays of subcontractors or
suppliers occasioned by any of the causes
specified in subsections iai and (bi of
this article~ ~gy~gd__Yp~bg~x that the
Contractor shall within ten (~0) days from
the beginning of such delay, unless the
Owner shall grant a further period of time
p~ior to the date of final settlement of
the Contract, notify the Owner, in writing,
of the causes of the de]ay, who sh~]l
~sce~t~in the facts ~nd extent of the de]~y
and notify the Contractor within a
reosonoble time of its decision in the
matter.
Paragraph 5.0~ - P~rtial Payments, is deleted in its
emtirety omd the following substituted therefore:
"On or before the tenth of the month, the Contractor
shall prepare and submit to the Engineer for approval a
stotement showing as completely os practicable the total
Sec. 00650
5
value of' the work done by the Contractor up to the last
day of the previous month; said statement shall also
include the value of all sound materials delivered and
stored on the ~ob site of the work that ore to be
fabricated into the work.
"The Owner shall then pay the Contractor after the fourth
(4th) Tuesday after receiving City Council Approval. The
amount paid shall be the total amount ]ess five 15)
percent of the amount if total pro)eat estimated cost
exceeds $400,000 9~ ten I10) percent of the amount if the
estimated pro)ect cost is ]ess than $400,000, which
percent retained shall be held until final payment, and
further less all previous payments and all further sums
that may be retained by the Owner under the terms of this
agreement.
"It is understood, however, that in case the whole work
be near to completion and some unexpected and unusual
delay occurs due to no fault or neglect on the port of
the Contractor, the Owner may---upon written
recommendation of the Engineer--- pay o reasonable and
equitable portion of the retained percentage to the
Contractor, or the Contractor at the Owner's option, may
be relieved of the obligation to fully complete the work
and, thereupon, the Contractor shall receive payment of
the bo]once due him under the Contract sub)eat only to
the conditions stated under 'Final Payment' "
1.5 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER
It is the intention of the Owner to noticy the Successful
B~dder in writing, within ninety (gO) days after receiving
b~ds of his acceptance of the Proposal. '[he Contractor
shall complete the execution of the required Bonds and
Contract within ten I10) days of such notice. Upon
completion of the execution of the Contract Documents, the
Owner wi]] issue o "Notice to Proceed with Construction".
The Contractor's attention is directed to Amendment No. 7
to Section 60, Article 20.0], Chapter 20, Title 122A,
Taxation-Genera] of the Revised Civil Statutes of Texas.
This amendment provides that o]1 items used or consumed
by o contractor, whether incorpomoted into the pro}ect or
not, con be purchased free of State and City sales tax
when the pro)ect is being performed for on exempt agency.
Included ore equipment rentals and other items which ore
consumed by the contractor but ore not incorporoted into
the pro)ect.
Sec. 00650
This contract is issued by an organization which
qualifies for execption pursuant to the provisions of
Article 20.04 IFI of the Texas Limited Sa]es, Excise and
LJse Tax.
The contractor performing this contract may purchase,
rent or lease oll materials, supplies, and equipment used
or consumed in the performance of this contract by
issuing to his supplier on exemption certificate in lieu
of' the tax, said exemption certifcate comp]ying with
State Comptroller's ruling No. 95-0.07. Any such
exemption certificate issued by the contractor in lieu of
the tax shall be subject to the provisions of the State
Comptroller's ruling No. 95-0.09 os amended to be
effective October 2, 1968.
The plans show the locations of oll known surface and
subsurf'oce structures believed to be involved in this
proposed construction. However, the Owner assumes no
responsibi]ity for failure to show any or all of these
structures on the plans, or to show them in their exact
location. It is mutually agreed that such failure shall not
be considered sufficient basis for claims for additional
compensation for extra work, unless the obstruction
encountered is such os to necessitate changes ~n the lines or
grades, or requires the building of special work, provisions
for which ore not made in the plans and specifications, in
which case the provisions in the General Conditions of
Agreement for extra work shall apply.
The Contractor shall be responsible for the preservation from
in)ury and damage, resulting directly or indirectly from the
execution of the work under his contract, of all public and
private property od)ocent to the work. He shall use every
precaution to prevent the damage or destruction of buildings,
poles, trees, shrubbery and lawns. Also, underground
structures such os wires, cob]es, etc.; within or without the
work oreo. He shall protect and carefully preserve
official survey monuments, properties and section markers or
other similar markers until an authorized agent has witnessed
or otherwise referenced their ]ocotiom and shall not remove
them until directed.
When or where direct or indirect damages or in)ury is done to
public or private property by or on account of any oct,
omission, neg]ect or misconduct in the execution of the work
or in consequences of the nonexecution of some on the port of
the Contractor, such property shall be restored at the
Contractor's expense to o condition similar or equal to that
existing before such damage or injury was done, he shall make
good such damage or injury in on acceptable manner.
Sec. 00650
7
In case of failure on the part of the Contractor to restore
such property, or make good such damage, or in)ury, the
Engineer may upon twenty-four (24) hours written notice,
p~oceed %o repair, rebuild or otherwise restore such property
as may be deemed necessary and the cost thereof shall be
deducted from any moneys due the Contractor under the
Contract.
Reference to ASTM, or others as listed below, shall be
considered as referring to the Specifications or Method of
Test as set forth by those various organizations and shall be
considered as part of these Specifications when designated as
such. Abbreviations and meanings are as follow:
A.S.A .......... American Standards Association
A.S.T.M ........ American Society of Testing Materials
A.A.S.H.T.O .... American Association of State Highway &
Transportation Officials
A.C.! .......... American Concrete Institute
A.W.S .......... American Welding Society
A.W.W.A ........ American Water Works Association
S.S.P.C ........ Steel Structures Painting Council, Federal
Specifications Treasury Department
Procurement Division, United States Government
U.[ ............. Underwriters Laboratories
N.E.M.A ........ National Electrical Manufacturers Association
W.P.C.F ........ Water Pollution Control Federation
T.S.D.H.P.T .... Texas State Department of Highways and
Public Transportation
C.D.G.S ........ City of Dallas General Specifications
Contractor shall make his own investigation of subsurface
conditions. No claims for extra compensation due to unusual
conditions that ore found to exist will be allowed.
The contract price for the pro)ect sho]l include the cost of
fu~nishSng competent and experienced engineers or
superintendents who shall represent the manufacturers and
shall assist the Contractor, when required, to instal],
adjust and test the equipment in conformity with the Contract
Documents. After the equipment is p]oced in permanent
operation by the Owner, such engineer or superintendent shall
make all adjustments and tests required by the Engineer to
prove that such equipment is in proper and satisfactory
operating condition, and
representatives in the proper
such equipment or system.
shol] instruct the Owner's
operation and maintenance of
Sec. 00650
8
The Engineer will provide the Contractor with six (6) copies
of p]ans and specifications in addition to the Contract Sets
provided for use on the pro~ect. Additional copies may be
purchased by the Contractor for the cost of printing.
Reproducibles required for as-builts will be paid for by the
Contractor. Engineer will provide the original drawings.
The name and address of each supplier, manufacturer and
subcontractor which the Contractor proposes to use on work
under this contract shall be submitted in writing to the
Engineer for approval.
The Contractor shall make his own investigations and be fully
responslb]e for locating and taking care not to damage any
gas, water, sewer, or telephone lines. The Contractor shall
not begin any operations which may interfere with or impair
the normal service being rendered by public utility
operators. The Contractor will be held responsible for the
protection of the property or service of public utilities
within the limits of the Work. In case that such physical
properties conf]ict with the performance of the contract, it
shall be the Contractor's responsibility to anticipate such
conflicts and to give advance notice thereof to the owners of
the utility.
The Contractor will be responsible for any damages done by
him to any utility structure whether owned by a public or
private agency. Damage of whatever nature to the existing
facilities shall be repaired immediately at the Contractor's
own expense as directed by the Engineer.
Contractor shall be responsible for the relocation of any
woter~ sewer, gas, telephone or other utility which
interferes with the performance of the contract. No extra
claims for compensation will be allowed for any utility
relocation, unless approved in writing by Engineer, prior to
relocation.
Delays and interruptions to the work schedule caused by the
ad)ustment or repairs of water, gas, telephone or other
utility appurtenances and property will not be charged
against the contract time unless such delays be due to the
negligence of the Contractor.
Sec. 00650
All manufactured articles, materials and equipment shall be
applied, instal]ed, connected, erected and used os directed
by the manufacturers, unless herein specified to the
contrary. Contractor shall furnish copies of oll printed
directions with the material.
The Contractor shall provide at his own expense field toilets
for the use of the employees and contractor forces. The
facilities shall conform to the requirements of the -[exas
State Health Department and those of ony other agencies
having )urisdiction herewith. The field toilets shall be
cleaned and scrubbed with o disinfectant at least once per
day.
All work shall be guaranteed against defects resulting from
the use of inferior materials, equipment or workmanship for
9Qg..Yg9~ from dote of final completion and acceptance of the
pro)ect.
When the work is completed, the Contractor sha]l notify the
Owner in writing on which date he will be ready for final
test and inspection. Notice shall be given seven 17} days in
advance and verified by telephone twenty-four [~4l hours
prior to the time set for inspection. After the Owner and
Emgineer are completely satisfied with the work, the Emgineer
shall make final measurements of all items and approve final
estimate and advise the Owner to make final payment to the
Contractor.
Ali permits and licenses of o temporary nature necessary for
the prosecution of the work shall be secured and paid for by
the Contractor.
1.20 NOTICE-OF-REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED
Bidders are cautioned as follows: By signing the Contract
for which these bids are solicited, the bidder will be deemed
to have signed and agreed to the provisions of the
"Certificate of' Non-segregated Facilities" as contained in
the Specifications for this pro}eot.
Sec. 00650
10
All required testing will be paid for by the C~ty of Coppell.
Any retesting required will be at the expense of the
Cont~actom. Testing requested by the Contractor for his own
use to ascertain whether or not complying with the
Specifications will be paid for by the Contractor.
COORDINATION WITH THE RAILROAD
The Contractor shall be responsible for all construction
coordination with the railroad, if involved, including
securing permits, r~ght-of-woy entry form and notification
to the roi]rood os work begins.
Sec. 00650
SANDY LAKE ROAD AT DENTON TAP ROAD TRAFFIC SIGNAL SYSTEM
GENERAL NOTES
1. The City of Coppell will award the project to the contractor
who submits the best Arterial signal system at the best bid price.
The equipment and material proposed must meet all of the technical
specifications that are included in this bid document. The
contractor will be required to submit, with his bid, complete
technical information which covers all proposed equipment in
detail. If the contractor proposes to supply equipment that is
not in 100% compliance with these specifications, he shall submit
a detailed listing of each item that is in conflict with these
specifications. This listing shall also explain why, on an item by
item basis, the equipment should be considered for use on this
project. This information will be taken into consideration prior
to determination of the best bid. The contractor shall be aware
of the fact that any exceptions taken may be judged by the
engineer to be inferior and therefore will be grounds for
rejection of the bid. If the contractor is proposing equipment
that is in 100% compliance with the specifications, he shall
attach a statement to that effect to his bid.
2. The contractor shall provide the necessary signing and warning
devices as shown in the plans to protect motorists during construc-
tion. Flagmen will be used if any street is closed to one lane of
traffic. Any vehicles which stand in or block any portion of road-
way shall be equipped with rotating beacons or strobe lamps.
These lamps shall be illuminated at all times that the vehicle is
blocking any portion of roadway without exception. Any operation
which requires a lane to be blocked shall occur only between the
hours of 9:00 AM and 4:00 PM.
3. Prior to the start of any
contractor shall determine the
Under no circumstances will a
adjustments be allowed.
underground construction, the
exact location of all utilities.
claim for extras due to utility
4. In addition to all other insurance requirements, the
contractor shall supply, with his bid, a valid certificate of
liability insurance in the amount of $3,000,000.00. This
certificate shall be provided to the contractor by his proposed
equipment supplier. It shall cover not only the original
equipment manufacturer, but also cover all field representatives
responsible for placing equipment into service. It shall also
cover all personnel who will be responsible for maintenance of all
equipment during the test period and the one-year maintenance
period.
5. The contractor shall supply, with his bid, a Statement which
will provide ample assurance to the City of Coppell that he will
be able to respond to all trouble calls during the construction
and testing period within 2 hours after notification. This state-
ment shall list at least 3 agencies in the Dallas - Fort Worth
metroplex where the contractor has previously or is currently
providing service of this type. It shall be the contractor's
responsibility to maintain a current list of personnel who will
respond to trouble calls. In addition, the contractor shall
provide a phone number to call which will be answered 24 hours a
day, 7 days a week where trouble calls are to be placed.
6. The contractor shall include, with the previous statement, a
list of all signal projects he has installed or presently is in
the process of installing in North Central Texas. This list shall
cover all projects within the last 12 months and shall list the
agency for which the work is being perforated, the number of
intersections on the project, the percentage of work completed and
whether or not the project was completed on schedule as required
by the plans.
7. The contractor shall be aware that failure to submit any
required information with his bid shall render his bid incomplete
and will be grounds for rejection of the bid.
TECHNICAL SPECIFICATIONS
TRAFFIC SIGNAL SYSTEM
SANDY LAKE ROAD AT DENTON TAP ROAD
SPECIFICATION FOR
FULL-ACTUATED SOLID-STATE TRAFFIC SIGNAL CONTROLLER
SECTION 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 signal 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. TS 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 NEMA 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-
men~ 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.
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 used for opening and
closing signal light circuits and shall be Jack-mounted ex-
ternal to the controller.
SECTION 2.0 DESIGN REQUIREMENTS
2.1
Ail circuits shall utilize solid-state devices, with the
possible exception of the flash transfer relay(s), conflict
monitor relay(s), or watchdog 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 unsoldering 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 interconnection 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
expansibility as specified in 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 setting
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.
2.9
2.10
2.11
2.12
Maximum frame sizes for the controller unit shall be 31 inches
wide by 27 inches high and 16½ inches in depth. Phase or
funtional modules for four to eight phase controllers of the
same manufacturer shall be interchangeable. Modules 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.
Ail components shall be amply derated with regard to heat dis-
sipating capacity and rated voltage so that the controller assembl)
shall maintain its programmed functions.
Calling detector circuitry shall be installed on all phases,
including expansion capability as specified in paragraph 1.5.
Provisions to enter pedestrian demand on all through phases
shall be included.
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 ~n 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 f~ve
years under ordinary operating conditions. If batteries used
are subject to pressure build-up, a one-way relief valve shall
2.13
be incorporated into the battery design. Where rechargeable
batteries are provided, a charging circuit shaIl 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~ngcircuit 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-
turers.
Each controller unit and circuit board shall have a unique serial
number.
SECTION 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_~ the phase on which
actuation(s) has been received. Transfer of right-of-way
is subject to provisions of other paragraphs ~n 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
3.4
3.5
3.6
3.7
3.8
3.9
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.
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.
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 MAX II SELECTION shall be substituted for the
primary -~ximum when that Function Imput is enabled.
The timing of any extension limit (maximum period) shall
(1) commence with an actuation or registration of traffic demand
for right-of-way on any traffic phase flor having the right-
of-way after 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.
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.
Phase sequencing and opportunity for assignment of right-of-
way to each of the traffic phases shall be in accord with
phase sequence diagrams for each intersection as shown on the
Plans.
A vehicle crossing a detector in approaohing 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 "locking memory" feature shall be provided
for each phase and shall be capable of being disabled by a
switch located on the front of the controller unit.
3.10
3.11
3.12
3.13
3.14
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
"Don't Walk" indication in accordance with NEMA and MUTCD
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.
Start-Up Sequence - In the event of a cold start or power
failure of certain durations as described in the NEMA Stan-
dard, the controller unit shall automatically provide the
following start-up sequence:
A. Programming 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-conflicting
phase pair as programmed via the keyboard.
B. As part of the start-up sequence, vehicle calls shall be
placed on all phases.
In the event of a power failure not exceeding 0.5 second
duration, the controller shall continue in cyclic operation,
disregarding thm power interruption.
Internally programmable overlaps shall be provided on all
controllers by mea~s of and easily removable programmable
overlap board that pluss into the controller and is inter-
changeable between controller of like manufacture. The
cabinet shall be constructed so that phase overlap can be
accomplished without rewiring. The controller shall generate
internally all of the logics to obtain any possible vehicle
overlap phases. The overlap phases shall contain all of the
green, yellow, and red signal indications required to overlap
phase~
SECTION
SOLID-STATE LOAD SWITCHES
Solid-state Jack-mounted load switches shall be provided for
controllinE the power to all siEnal 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 at least 15 amperes.
Load s~itches shall be entirely solid-state and have no movin~
parts. Reed type relays will not be acceptable.
Each load switch shall have a heat sink consistent with heat
dissipation requirements of the load circuit, and the load
switch mountinE panel shall be desiEned so that heat dissi-
pated does not adversly affect the performance of surrounding
componentS.
The solid-state load switch shall meet the requirements set
forth in Fart 5 of the ~EHA specification No. TS1-1976.
The ~oad switches shall be constructed and mounted so that
maintenance personnel removinE or ~sert%nE them will 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 aliEninE devices to inhibit movement.
An indicator lisht for each circuit shall be provided in each
load switch.
5.1
5.2
5.3
SOLID-STATE FLASHER
A Jack-mounted, two-circuit, alternatinE flash control device
shall be provided. This flasher shall be fully solid-state.
Each circuit shall be rated at 15 amperes and avitchin~ shall
occur at the sero ccoss-over point of the AC voltage.
Unless otherwise called for in the plans, the controller
assembly shall be wired to flash red on all phases.
The flash rate shall be 55 flashes per minute ! 10I.
5.5 The duty cycle for each circuit shall be 50I on, 50I off ! 2I.
5.6 I slidinE way viii be provided where necessary to inhibitmove-
meat of the flasher after it has been installed in the flssher
base.
12
5.7
5.8
Cabinets shall be provided so that flash operations may be
readily programmed.
A flasher switch shall be provided 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 inZe~ection 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
aignal control from the load switches to the flasher.
SECTION 6.0 CONTROLLER CABINET
6.1
The cabinet shall be of clean-cut design and appearance, suf-
ficient in size to provide ample apace for proper ventilation
and for housing the'basic controller, all necessary associated
electrical devices for the complete expansibility of the con-
troller as specified in the plans, and 3M Opticom equipment.
6.2
6.3
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 allowed 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.
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.
6.4 If vertical channels are used to support the shelves, each
13
6.5
channel shall be welded or otherwise attached to the cabinet
at the top and bottom and at two or more equally spaced points
along the length of the channel.
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. Ail 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 gasketing 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 mechanlsm 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. Ail switches shall he properly
wired to the controllers and shall be of proper ampacity
for the application.
6.7 A gasket shall be provided to act as a permanent dust-proof
and weather-~esistant seal at the controller cabinet door
facing. The gasket material shall be of a non-absorbent
material and shall maintain its resiliency after long term
exposure to the outdoor env~onment. The gasket shall have
a minimum 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.
14
6.8
6.9
6.10
6.11
6.12
6.13
The cabinet shall be equipped with a thermostatically controlled
cabinet vent fan and intake and exhaust vent openings. Ail
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.
The intake vent openings shall be designed to permit their
full area to he 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 design to assure ~at only
a nominal amount of dust, dirt, or moisture will enter the
cabinet through the vent fan opening. The vent fan and exhaust
vent system design shall be such as easy to permit easy inspec-
tion, cleaning and maintenance.
The fan shall be designed to operate reliably over the temper-
ature renge of - 20 to 165 degrees Fahrenheit (approximately
- 24 to 74 degrees Centigrade) and ~hall utilize either ball
or roller bearings, & be rated at a minimum of 200 CFM.
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).
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 adjustable 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 ecomomical fan operation.
The manual advance push button switch shall be attached to
a retractable (coiled) cord extended to at least 6 feet.
Each actuation of this switch when ~he 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.
15
6.14
The cabinet shall be designed for base mounting to a concrete
pedestal and the bottom of the cabinet ~hall be substan-
cially open. The cabinet shall be provided 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 when the door is closed).
B. On the upper right hand cabinet side wall.
C. On the upper right hand cabinet back wall (not
back panel).
SECTION 7.0 WIRING AND AUXILIARY EQUIPMENT
7.1
Ail 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 barrier terminal block with a minimum Df t~o terminals
for the power supply lines. This block shall be rated
for 50 amperes and shall have double 10-32x5/16" binder
head screw terminals or larger.
Terminal blocks for all inputs and outputs for a 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 through-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
16
shall be of correct ampacity for the application. The
following functions and terminals shall be provided as
determimed by the number of phases in the controller unit
(fully expanded controller unit if expansion is called for
in the plans).
17
1. Inputs and number of Terminals:
Function
1. Vehicle call detector
(per phase)
2. Ped call detector
(per phase)
3. AC+(line side)
4. AC-(common)
5. Chasis ground
6.Logic ground
Force-off (per ring)
8. Hold (per phase)
9. Phase omit (per phase)
10. Stop timing (per ring)
11. Interval advance (per unit)
12. Red rest (per ring)
13. Inhibit max termination
(per ring)
14. Call to nonactuated mode
(two per unit)
15. Omit red clearance (per ring)
16. Test input (two per unit)
TOTAL number of inputs
Number of Terminals Per Unit
2~ 3~ 4~ 5~ thru 8~
2 3 4 8
2 3 4 8
1 1 1 1
1 1 I 1
1 1 1 1
1 1 1 1
1 1 1 2
2 3 4 8
- 3 4 8
1 1 1 2
1 1 1 1
1 1 1 2
1 1 1 2
2 2 2 2
1 1 1 2
2 2 2 2
20 26 30 51
18
7.3
7.4
2 o
Outputs and Number of Terminals
Function
1. Load switch drivers,
basic vehicle (G-Y-R,
per phase)
2. Load switch drivers,ped- 6
estrian (W-PC-DW per phase)
3. Load switch drivers,overlap -
(G-Y-R, when provided)
4. Check (per phase) 2
5. Phase ON logic (per phase) 2
6. Phase NEXT Logic (per phase) -
7. Regulated 24 volts DC for ~
external use
Number of Terminals Per Unit
2D 3~ 4~ 5~ thru 8~
6 9 12 24
9 12 24
9 ~ 12 12
3 4 8
3 4 8
3 4 8
1 1
TOTAL number of outputs ........ 17 37 49 85
Co
An unused terminal block providing 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 7.2A shall be wired
to the circuit breakers descirbed in paragraph 7.7 and to a
good cabinet ground as required.
19
7.10
7.11
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 10 each 8-32x5f16" or larger screws.
7.7 Unless otherwise called for in the plans, two circuit breakers
ahall be mounted and wired t0 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 pdle, 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 blocks specified in paragraph 7.2A.
7.9 The circuit breakers shall be marked to indicate their current
rating and whether they are open or closed. They shall be man-
ually operable and shall be mounted in a readily accessible
position.
A duplex receptable of the B-wire grounding type shall be mounted
in a readily accessible position. It ahall be wired to the
load side of the 20 ampere circuit breaker.
One surge protector shall be installed on the load side of the
50. 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
7.13
The controller cabinet shall be provided with a trouble light
amd switch. This trouble light shall be flourescent and shall
provide a light output comparable to that of a 40 watt incande-
scent lamp. It aha11 be wired to the load side of the 20 ampere
circuit breaker.
A test switch shall be provided inside the cabinet. This switch
shall cause the intersection to flash and also cause the con-
troller unit to operate normally so that its operation can be
20
7.16
7.15
7.16
checked by observing the controller unit display lights.
A radio_interference filter shall be wired to the load side
of the 50 ampere breaker specified in paragraph 7.7 and shall
be protected by the surge protector specified in paragraph 7.11.
This filter shall be rated for 6!0 amperes and shall provide
a minimum attentuation of 50 decibels over the frequency rage
of 200 kilo~ycles to 75 megacycles.
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 front cabinet door or cabinet
wall. These test switches must ~e easily accessible when all
equipment within the cabinet is properly positioned.
Electrical connections from the controller unit to the outgoing
and incoming circuits shall be made by inserting multi-terminal
plug(s) into a receptacle(s) incorporated in the controller unit
The controller unit shall be replaceable with a similar unit
without the necessity of connecting individual wires. These
connectors aha11 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 NEHA charge, attached hereto and made-a part
of this specification by reference.
Ao
Connectors Used
Connectors shall be chosen from the HIL-C-26&82 series.
Connector A shall intermate vith N$3116
Connector B shall intermate vith NS3116 ()-22-55P.
Connector C shall intermete vith ~53116 ()-24-61P.
Controller Connector Connector Connector
unit
2 Phase X -
3 Phase X X -
& Phase X X -
5-8 2hase X X X
21
ldenti£ieation of Input/Output Pin Connector Terminations
2 T'~R~UC~ &-PtiA~E 3-Pt.'i.&SE 4-Pt.C~.SE ,~-PH,.~E
-22-S~P CSS PIN) -22-S55 (S~ P~N) -22-SS5 eSS P~N) -22-555 (~S P~K) -24-6~5 {6~
. ~I~q PIH ~1~ P~ ~Z~ PIN ~ION PIN
~SERVED A ~1 ~E ~ A I1 ~t ~ A ~1 P~E ~E~ A CODED STA~S ITT A
· 24 VOLT ~ EXTErnAL ! ~ SPA~ I B SP~E I I SPA~ I I CO~E~ STAT~S alt a
VOLT~E ~ITOR C a e2 PI~E NEXT C 12 P~E aE~T C g2 P~E NEXT C d8 ~'T ~AL[
I~ ~O Gzr. ga O I~ GREE~ DRIvE~ O ~3 CaEL~ DRIVER O g~ CREE~ DRIVER O g8 RED
~1 ~'T ~aLk DRIVER E d~ YELL~ DRIVER E ~3 YELLO~ DRIVER E ~3 YEL~ DR:VER E g7 YEL~
d2 ~O Da~'ER F ~2 ~D DRIVER F ~3 RED ORIVER F ~ ~D D~IVER F ~7 ~
~2 P~D CLE~ DRIVER H RESERVED J~ 8~ H ~4 FED C~R DRIVER ~ ~ RED C~AR DRIVER Ii ~S RED
~Z ~ALK D~[~ER J RESERVED 4~ ~ J ~4 ~'T kALK OR~VE; J I ~4 ~'T w~L[ DRIVER J ~S YELLG~ DRIVER
~2 ~ED ~LL DET L RESERVED 4; ~a L ~4 ~'E~J~LE ~LL DET L I~ VEHICLE ~LL OCT L ~S D~"t ~*L[
~2 HO~ H RESERVED ag ~ ~ d~ ~ED ~LL DET ~IV4 PED CALL [ET N ~S P~Z
~TOP T[~[~ r~l) ~ ~Z VEHIC~ ~LL DET N ~3 VEH[:~ ~LL DET ~ ~] VEHICLE CALL OET H ~S P~E O~
IN~[O[T ~ TE~q ~ P ~ t*~ PED CALL OET P ~] FED CALL OET P ~ PED CALL DET P ~S ~EH[CLE C~LL
EXTER.~L ~aRT R ~ ~ P~E ~[T R ~ P~E O~IT R ~ P~E O~[T R J ~S PFO CALL
I~TEnwL .~DV~CE S ~2 P~SE ~[T 5 ~2 P~F ~[T S ~2 PK~SE ~TT S g~~ gET
C~SS[S GROUND ~ ~ ~SERVED 8~ v RESERVED a~ V I PED ~L-,'C~ (21 V ~ VE~ ~LL DE7
F~SHINC L~IC ~ X ~ ~PARE 3 X SPA~ ~ X I SPA~ ~ X I aB ~LD
COOED STA~S eJ'F C (1) Y i e~ ~ALK DRIER Y e3 ~ALK DRIVER Y t ~3 aALg DRIVER Y~ FDRC~-OFF
gl TE;.L~ DRI~E~ Z J ~3 PED C~AR DRIVER Z 03 PED C~R DRIVER Z J dS PED C~ DRIVER Z STOP TINI~;G f2)
d2 6REE~ DRIVER c'1 RESERVED a~ 8~ c e4 Y[LLOa DRIVER cJ ~a ~ZLLO~ PRI',ER c CODED STA~S ~IT C
~2 CHECK d J ~S~RVED 4~ 8~ d ~4 kAL~ DRIVER d ~4 WALL D~I~ER d Iee .~L~ Darvon
e2 PIL~E ~ ·J RESERVED 4J a~ · eJ P~E ON · ~4 P~E ~;4 · ~ ~ YELLC~
el VEHIC~ ~LL OET f ~SERVED 4J ~a f ~a PP~E NEXT f da P~E NEXT f ~7 G~E.~
al ~ h RESERVED ae 8~ 'h J~ HO~ h g~ HOLD h ~6 TELEX DR[vER
~OaCE-OFF i ~3 ~ Ii e3 HO~ ~ ~3 ~ i ~S GR~E~ D~I~ER
E,T ,Ih RECALL ~L ~'s J J ,3 PED ~ZT j~ ,3 PED &MIT ~ ~P~DCHIT i
CALL ~ N~N A~ [ RESERVED 6d RESERVED ~g m ~7 FED C~IT ~5 HOLD
dl ~AL[ DRIVER t ~ P~E NEXT t ~ P~E ~EXT t ~3 P%~SE ).~ t dj VE~J~ ~ALL bET
r:'--TCALL TO XON ACT Il [ ~ ' * '~' j * J' '
:C CO~2D 5TA~ alt * ~l) CC ~ OL a R~D UNITER CCI OL B RED DRIVER
~E gl PEg ~(T EEi RESERVED 4~ ad E~i gL O IELLO~ DRIVER EE J gL g l'~LbOl U.IIVER IL I ut liULD
F~ PEg RICe,LC (1) IF ~ OL C G4EE~ DRIVER ~F; OL C R~:E~ DRJVE~ FF~ UL ~ GRE~.N ~RJVFR FF J ~ CHECK
-~C :~ Ii bELLCTION (il (;G i OI ~ GREE.~ DRI~ER U~'. OL ~'G~CE.~ DRIVER
~1 ~PARE ~ ~ ~ OL C YELLD~ L'R[:ER lUl, OL C Y~LLOa DR[~FR'
I "
I
t I pp * ~7 PI~SE N~XT
re[cz to RLr~j I~,L,.z (i) c~' (2).
22
B. Totals of Terminations
Connections 2
Total inputs 20 26 30 $1
Total outputs 17 37 49 85
Total inputs ~ outputs 57 63 79 136
Reserved for 4 & 8 Phases - 16 -
Spares* 3 $ 8 9
Reserved for future Use** 14 22 22 25
Reserved*** 1 1 1 1
TOTAL Pirm Required 55 110 110 171
PMses
3 4 5thru8
* These spare terminations are reserved for the exclusive future
assig~.~Lent of such additional specific input-output functions
as will be reflected in future revisions of the N~ Standard3
Publication No. TS 1-1976.
** Any functions supplied on these pins shall conform to the proposed
"Future b~vA Standards".
*** These terminations are reserved to prevent interchangeability with
controller units ~hich conform to earlier proposed ~[& pin assign-
ments.
7.17
The centroller back panel shall have all of the wiring on
its front or the wiring sh~ll 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 is 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 is 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.
23
7.18
7.19
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.
It shall be impossible to operate the normal intersection
displays with the conflict monitor disconnected. A relay or
other simple plug-~n device which may be removed to permit
normal operation will not be acceptable. The monitor output
relay shall control the flash transfer relays directly.
L
24
SECTION 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/or 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~, 12-channel type with active
channel indicators, interchangeable programming card and minimum
two-second yellow monitoring.
SECTION 9.0 INTERVAL SETTINGS AND DISPLAYS
9.1
The controller shall provide a positive means of setting signal
timing intervals via a pressure sensitive keyboard. Procedures for
entry or checking of interval settings shall be clearly 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 tools of any kind in making interval or period
adjustments. Ail 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 following intervals
with the minimum ranges and maximum increments shown:
(table on following page)
25
Function or Interval
Range
(In Seconds]
Increnent
(In Seconds)
Initial (or Min. Green] 1-99
Vehicle Passage Time (or ExTension) 0-9.9
Maximum I 0-99
~,'mxi~ m II 0-99
Yellow Change 0-9.9
Red Clearance 0-9.9
WALK 0-99
DON'T WALK (Ped. Clearance] 0-99
Minimum R~d (Red Revert) 2-9.9
1
0.1
1
1
0.1
0.1
1
1
0.1
Zero ~n be satisfied by a time incr~nent of up to 100 milliseconds~
26
SECTION 10.0 CONTROLLER DIAGNOSTIC EQUIPMENT
10.1 Two complete sets of extender boards shall be furnished for
controller testing.
]0.2
A diagnostic test set including 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. Ail 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 mf 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, voltometers, etc., are not included
in the diagnostic test set.
SECTION 11.0 FIELD USE REQUIREMENTS
The Contractor shall within 15 days after execution of the
Contract, provide the Engineer a list of at least three
cities of over 50,000 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 aontroller unit,
conflict monitor and load switches need not have been operated
by the same cities and/or highway departmenh 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.
SECTION 12.0 TESTS AND ACCEPTANCE OF CONTROLLER ASSEMBLIES
12.1
The Contractor shall provide the EnKineer a test report
from an approved laboratory which shows that the model of
controller unit, conflict monitor and load switches being
provided have been tested and have successfully met all the
test requirements 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.
27
12.2
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 require 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.
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.
Section 13.0 DOCUMENTATION
Each controller assembly shall be provided with the following documentation:
A. Three complete and accurate cabinet wiring diagrams, and (1) one
~lar 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 names of vendors for parts n~ identified
by universal part numbers such as JEDEC, REI>~, or EIA.
28
E. Pictoral of components layout for each circuit board
of individual component identification permanently
printed on each circuit board. Regardless 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.
SECTION 14.0 GUARANTEE
If it is normal trade practice for the manufacturer to furnish
a guarantee for the worR provided h~rein, the Contractor
shall turn this guarantee over.'to the Engineer for potential
dealing with the guarantor.
SECTION 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.
29
SPECIFICATION FOR VEHICLE AND PEDESTRIAN DETECTORS:
DETECTOR AMPLIFIERS; LEAD-IN CABLE; PEDESTRIAN
PUSH BUTTONS: INSTALLATION PROCEDURES
Section 1.0 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.
Section 2.0 LOOP DETECTOR A3~PLIFIER
2.1 Functional Requirements
2.1.1
2.1.2
2.1.3
2.1.4
2.1.5
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.
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.
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
electrical power.
In each unit or detection channel the method of measurement shall be
crystal referenced digital period counting.
Each 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 125x25
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.
34
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 passing 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 ,MA).
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 a 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 7.5 seconds adjusted in 0.25 second increments.
35
2.2.6
2.2.7
Each detection channel shall be protected against lightning strikes.
It shall be 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 ground.
The detection system (s) shall operate properly at temperatures from
-35°F. to +165°F. and at relative humidity to 100%.
2.3 Documentation
Each detector unit shall be provided with the following:
(a) Complete and accurate schematic diagram(s).
(b) Complete installation procedures.
(c) Complete performance specifications.
(d) Complete parts list including names of vendors for parts not
identified by universal part numbers (JEDEC, RETMA or EIA).
(e) Pictorial of component layouts or circuit board(s).
(f) Maintenance and trouble shooting procedures.
(g) Stage by stage theory of circuits and their operation.
2.4 Guarantee
The manufacturer shall furnish a 2-year guarantee for the work provided herein,
the Contractor shall turn this guarantee over to the Engineer for potential
dealing with the guarantor.
Section 3.0 DETECTOR LEAD-IN CABLE, DETECTOR LOOPS & INSTALLATION PROCEDURES
3.1
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 #14 (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 AWG #16, tinned copper drain wire shall be provided, wrapped with a
chrome vinyl jacket, 0.035 inches minimum thickness. An outer nylon
sheath approximately 0.003 inches thick shall be applied over the vinyl
jacket. Nominal cable diameter shall be approximately 0.340 inches.
}~ximum capacitance between conductors shall be 25 micro-micro-farads
per running foot of cable, with one conductor shall be 50 micro-micro-
farads per running foot of cable. This specification describes Belden
#8720 shielded cable, or approved equal.
36
3.2
3.3
3.4
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.
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.
Ail 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.
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
connection.
37
SPECIFICATION FOR MULTIPLE CONDUCTOR. AND
SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE
Section 1.0 GENERAL
Tr,~s specification covers polyvinyl chloride compound-Jacketed polyethylene-
imsulated multi-conductor cable, and polyvinyl chloride compound-insulated
single conductor wire, rated 600 volts, for use in signal systems in under-
ground conduit, as aerial cable supported by a messenger or for induction
loop detector wire.
Section 2.0 GENERAL CONSTRUCTION
Cable under this specification shall be composed of uncoated copper conductors
individually insulated with heat stabilized polyethylene (multi-conductor)
or with polyvinyl chloride compound (single conductor) as specified herein.
Multiple insulated conductors shall be laid up in s compact form, bound
with suitable tape, and Jacketed with polyvinyl chloride compound.
Section 3.0
CONDUCTORS
3.1 The copper conductors shall, before insulating, conform to the require-
ments of ASTH Designation 1~-3, latest revision for soft annealed copper
wire, and ASTM B-8 for concentric lay, stranded copper wire.
3.2 The conductors Shall be stranded unless otherwise specified in the plans
and specifications. -
3.3 The n,~ber and size of the conductors shall be as specified in the
plans and specifications.
Section t.0 INSULATION
&.l Hulti-Conductor Cable. The insulating c~pound before application to the
conductors shall be heat-stabilized polyethyleme conforming to the require-
rents of ASTM Designation D 1248, 63T, Type 1, Class }, Grade i. The
insulation shall be applied concentrically about the conductor. Insula-
tion after the application to the conductors shall =eet the following
requirements when tested in accordance with the procedures given in ASTM
Designation D 1351, latest revision, and ASTH Designation D 470, latest
revision.
38
Physical Properties of Polyethylene Insulation
a. Initial Properties:
Tensile strength,
lbs. per sq. in., minimum 1400
Elongation at rupture,
percent, minimum 350
b. After 48 hours in air oven at 100°C:
Tensile strength,
percent of original, minimum 75
Elongation at rupture,
percent of original, minimum 75
Co
Cold Bend Test, 1 hour at -55°C; plus or
minus 1 degree no cracks (Mandrel diameter 2.5
tim~s insulation diameter).
4.3
4.4
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.
Moisture Absorption.
Mo
After a twenty-four hour immersion in tap water at 50°C plus or
minus l°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.
The moisture absorption tests shall be conducted in accordance with
methods specified in IPCEA S-61-402, NEMA WC5, latest revision.
Electrical Properties.
ao
Dielectric Strength
Each processed length of insulated conductor before cabling shall
withstand the test voltage specified in Table I for a period of 5
minutes after immersion in water for not less than 6 hours and while
still immersed.
Insulation Resistance
Each processed length of insulated conductor, after withstanding the
Dielectric Strength Test, and while still immersed, shall comply
with the insulation resistance requirements of Table I.
39
Co
The Dielectric Strength and Insulation Resistance Tests shall be
conducted in accordance with the requirements of ASTM Designation
D 470, latest revision.
4O
TABLE I
INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE
Conductor
Size, AWG
Insulation Test
Thickness, Ineh Voltage
Insulation Resistance
at 60 F. Megohms-
1000 Feet
20 .025 2500 15,000
19 .025 2500 15,000
18 .025 2500 15,000
17 .025 2500 15,000
16 .025 2500 14,800
15 .025 2500 13,700
14 .025 2500 12,600
13 .030 3000 13,200
12 .030 3000 12,100
11 .030 3000 11,000
10 .030 3000 10,100
9 .030 3000 9,200
8 .030 3000 8,300
4.5
4.6
Single Conductor Cable:
The insulation shall be tough, durable, stabilized polyvinyl chloride
compound meeting the requirements of Underwriter's Laboratories Type
THW.
The physical characteristics of the insulation shall be as given in
Table II. Tests of these characteristics shall be made in accordance
with ASTM Designation D 470, latest revision.
41
TABLE II
a. Initial Properties:
Tensile strength, lbs. per sq. inch, min. 2300
Elongation, percent, min. 250
b. After 120 hours in Air Oven at 100° C
Tensile strength, percent of original, min. 85
Elongation at rupture, percent of original, min. 60
e. Cold Bend Test. 1 Hour at -55° C, no cracks
(Mandrel Diameter 2.5 times covering diameter)
d. Flame Test, self-extinguishing in minutes, max. 1
4.7 Thickness, Diameters and Weights
a. The completed conductor shall conform to the requirements of Table
b. The thickness of the insulation shall be not less than 90% of the nominal
value in Table III.
e. The rffinimum spot thickness shall be not less than 70% of the no~ninal
thickness.
TABLE Ill
Conductor
Size
AWG
Nominal Approx. Approx.
Thickness O.D. Weight
of Coverin~ Inches Lbs/M Ft.
4 .045~ .300 131
6 .045" .260 85
8 .045" .220 56
10 .030" .174 34
12 .030" .140 23
~2
SECTION 5.0 CONDUCTOR COLOR CODING
5.1 Multi-Conductor Cable:
Standard color coding for cables shall be in accordance with Table IV. When
permitted by the purchaser, the conductor coding may be numerals and words
printed on the conductor insulation. Base colors shall be obtained by the use
of colored insulation. Tracers shall be colored stripes or bands which are part
of, or firmly adhered to, the surface of the insulation in such a manner as to
afford distinctive circuit coding throughout the length of each wire. Tracers
may be in continuous or broken lines, such as a series of dots or dashes, and
shall be applied longitudinally, annularly, spirally or in other distinctive
patterns.
TABLE IV
CONDUCTOR COLORS AND SEQUENCE
Conductor No.
Base Color
First Tracer
1 Black
2 White
3 Red
4 Green
5 Orange
6 Blue
7 White Black
8 Red Black
9 Green Black
10 Orange Black
11 Blue Black
12 Black White
13 Red White
14 Green White
15 Blue White
16 Black Red
17 White Red
18 Orange Red
19 Blue Red
20 Red Green
21 Orange Green
~3
5.2
5.3
The color sequence may be repeated as necessary. Color code sequence
applies when cable is composed of mixed sizes.
Special color coding, when specified in unpaired conductor cables, shall
consist of black for all conductors except that one conductor shall be
identifiable conductor in each layer.
5.4 For combination cables consisting of pairs with single conductors, color code
sequence given in Table IV, shall be used for pairs, repeated as necessary.
5.5
Single Conductor Cable:
Black covering shall be used for signal and power circuit positive. White
covering shall be used for signal and power circuit common. Red covering
shall be used for detector positive. Blue covering shall be used for detector
circuit common. Covering colors shall be obtained by use of colored polyvinyl
chloride.
SECTION 6.0 CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE)
6.1 Two-Conductor Cable
a. Two-conductor cables shall have a maximum length of lay not more than
30 times the insulated conductor diameters.
b. Two-conductor cables shall be of the round, twisted type.
e. Fillers sb~{! be used where necessary to form a two-conductor round
twisted cable.
6.2 Multi-Conductor Cables Having More Than Two Conductors
a. In multi-conductor cables having more than two conductors, the single
conductors shall be laid up symmetrically in layers with lay not
exceeding the following:
Number
of Conductors
3
4
5 or more
Maximum Length of Lay
35 times insulated conductor diameter
40 times insulated conductor diameter
15 times assembled core diameter
Each layer of conductors in the cable shall be laid in a direction opposite
to that of adjacent layers. When permitted by the purchaser,
unidirectional lay may be used. The outer layer shall be left-hand lay.
6.3 Fillers shall be used, where necessary, to secure a uniform assembly of
conductors of a firm, compact cylindrical core. Fillers shall be of a non-
metallic moisture resistant material which has no injurous effect on adjacent
components.
6.4 The conductor assembly shall be covered with a spiral wrapping of a
moisture-resistant tape applied so as to lap at least 10 percent of its width.
SECTION 7.0 JACKET (MULTI-CONDUCTOR CABLE)
7.1 Over the taped conductor assembly there shall be applied a tightly fitting
polyvinyl ehloride 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
Initial Properties:
Tensile Strength,
lbs., per sq. in., minimum
1800
~5
7.2
Elongation at rupture
percent, minimum 250
b. After 5 days in air oven at 100 degrees C:
Tensile Strength
percent of original, minimum 85
Elongation at rupture
percent of original, minimum 60
c. Head Shock Test, Air Oven, 1 hour at 121°C:
no cracks
d. Heat Distortion Test, Air Oven, 1 hour at 121°C:
Decrease in thickness,
percent, maximum 50
e. Cold Bend Test, I hour at -40°C: no cracks
f. Flame Test, minutes burning, maximum I
g. After 4hours in ASTM No. 2 oil at 70 C.
Tensile Strength,
percent of original, min. 80
Elongation at rupture,
percent of original, min. 60
The nominal thickness of the jacket shall be as specified in Table V. The
average thickness shall be not less than 90% of the specified thickness. The
minimum thickness shall be not less than 70% of the nominal thickness.
TABLE V
Calculated Diameter of Cable
Under Jacket, Inches
0.425 and less
0.426 - 0.700
0.701 - 1.500
1.501 - 2.500
2.501 and larger
Jacket Thickness
Mils
45
60
80
lI0
140
46
SECTION 8.0 IDENTIFICATION
8.1
Each shipping length of multi-conductor cable shsl! have a tape showing the
name of the manufacturer and the year in which the cabIe is manufactured,
placed over or under the tape covering the conductor assembly before the
application of outer coverings. As an alternate method of identification, the
above information may be applied to the outer surface of the jacket.
8.2
Each shipping length of single conductor shall have indented printing on a
tape or other permanent identification showing the name of the manufacturer
and the year in which the conductor is manufactured.
SECTION 9.0 SAMPLING, INSPECTING AND ACCEPTANCE
9.1 Inspection and tests shall be made prior to shipment and at the place of
manufacture.
9.2 The contractor shall furnish the Engineer in suitable form, a certified report
of the tests made on the cable to show compliance with this specification.
9.3 Tests on Entire Cable- The individual conductors of each length of completed
cable sh~]! 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 sh~l] be tested against all other conductors and shield if present.
9.4 Sample Tests - One sample for establishing conformity to this specification
shall be taken from each 10,000 feet or fraction thereof, of each type and
size of cable except that for the physical dimensions and the visual inspection
a sample shall be taken from each reel In case that these samples fail to
meet the requirements of this specification, two additional samples shall be
selected from new cable lengths and the lot shall be accepted if retests are
both satisfactory. However, in case of any failure on the retest, the lot shall
be rejected.
Section 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.
Section 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.
Section 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 shown on the plans.
Section 13.0 MEASUREMENT
Electrical conductor will 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.
Section 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 work.
48
SPECIFICATION FOR SIGNAL POWER SUPPLY AND SERVICE
EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES
Section 1.0 POWER SUPPLY AND SERVICE EQUIPMENT
1.1 Power Connection.
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 the 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 will be provided. They shall be 70 Ampere Frame, single pole, 120 volt
5000 IAS meeting Federal Specification W-C-375A, installed as shown on the Plans.
(c) All miscellaneous hardware, i.e., conduir, conductors and weatherhead, shall
be installed as shown in the Plan details. Conductors shall be of the size
indicated and be type THW meeting applicable ASTM Specifications. (d) Circuit
breakers to be square D type QO. Any other type of breaker shall be approved
by the engineer.
Section 2.0 SYSTEM WIRING METHODS
2.1 Controller. Wiring for the controller shall consist of connecting to its
terminals (1) wires to signals, (2) wires to detectors, (3) the power wires and
(4) the ground wires. Other wiring for the controller shall be as required by
the wiring diagrams and instructions funished with the controller by the
manufacturer.
2.2 Signal 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 each 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 5 or 7 conductor signal 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.
49
2.4 Terminals. Except for controllers, the ends of all wires which are to be
attached to terminal posts shall be provided with solderless terminals that
meet the requirements of the National Electrical Code.
2.5 Wire and Cable. Ail wire and cable shall conform to the requirements shown
on the plans, except wire and cable specifically covered by other items of this
contract. The minimum size of conductors shall be as indicated on the plans.
2.6 Enclosed Wiring. Except for span wire suspended cables and electrical
wiring within steel signal poles, all cables and single conductor wire within
twenty-one (21) feet above the ground surface shall be enclosed in approved
metal conduit. Power-tap lines carried down poles shall be placed in metal
conduit. The power entrance to the controller shall be made through underground
polyvinylchloride conduit only.
2.7 Identification of Signal Wires. The Contractor shall identify each cable
and w-ire 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 shown
on the plans and/or as may be indicated in the manufacturer's specifications
and wiring diagrams. Ail 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 Signal 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 wire or equal.
2.10 After the signal cable connecting the signal and the controller is in
place the unfilled portion of the openings which 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 with a sealing compound
in accordance with the National Electrical Code.
2.11 The sealing compound used shall have a melting point of not less than
two hundred (200) degrees Fahrenheit, and shall not be adversely affected
by the surrounding.atmosphere or moisture.
5O
SPECIFICATION FOR ?OLYCARBONATE RESIN
TRAFFIC SIGNAL HEADS
12-INCH, EXPANDABLE, ADJUSTABLE TYPE
Section
1.1
1.2
1.3
1.4
1.O GENERAL
The traffic control signal heads shall be in accordance ~rith the latest
revision of ITE Technical Report No. 1, except as noted below.
Each traffic signal face shall consist of a number of identical signal
sections rigidly fastened together in such a manner as to present a
continuous pleasing appearance.
The left-turn and right indication ~rlll be displayed ~rlth the use of
a dual arrow fiber optics lens (Winko~Latic Model AF0-12, or equal)
rigidly fastened together with a standard 3-section head.
The electrical and optical system of the signal head shall, unless
othez~lse specified, be designed for operation from a power supply of
115 volt, single phase, 60 Hz alternating current and 60-150 watt lamps
conforming to the latest ITE Standard for Traffic Signal Lamps. The
Contractor shall furnish and install traffic signal lamps of wattage
specified. (Acceptable brands are Durotest or Duratronics.) _
Section
2.1
2.2
2.0 SIGNAL FACES AND SIGNAL HEADS
Signal faces and Signal Reads shall be as shown in the plans.
All housing cases of ~ultiple ~ray signal heads shall be rigidly attached,
at top and bottom to 1~' (inside diameter) standard pipe supporting arms
radiating from hubs at the vertical central axis of the head and rigidly
attached thereto in a mnner that will assure permanent alignment of
the separate housings. The hub shall be designed to conform to the type
of mounting attachment specified and provision shall be ~ade for carry-
ing the leads from each housing enclosed in the supporting arms to a
single outlet in the ~ounting attachments. A spacer may be used in lieu
of the %ottom pipe bracket for ~ultiple-way span-wire and mast-arm
mounted signal heads. All pipe bracket arms shall be assembled with full
threaded crosses, mot elbows. All units of the assembled head shall be
of adequate strength for the purpose intended and shall be constructed of
materials not affected by continuous exposure to sunlight or corrosive
atmospheres.
51
Section 3.0 HOUSINGS~ DOORS~ V%SORS AND LENSES
3.1
3.2
3.3
3.4
3.5
The housing of each section shall be a one piece polycarbonate resin
material with sides, top and bottom integrally molded. The housing shall
be at least .090" (2.3 mm.) thick and shall be ribbed so as to produce the
strongest possible assembly consistent with light weight. Two or more
sets of internal bosses shall be provided in each section for mounting of
a terminal block. Terminal blocks shall be securely mounted (see Section
10).
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 mm) pipe brackets.
Individual signal sections shall be fastened together either with at
least 4 machine screws between each section or by the bolt and washer
method. Complete signal faces shall provide positive locked positioning
when used with serrated brackets, mast-arm or span-wire fittings.
Provision shall be made for accommodation of the particular type of
mounting specified and attachment of doors, optical units and such other
accessories as may be specified for the particular installation. Cases
shall be designed for adequate strength. Fittings and accessories shall
be of rust resistant materials capable of withstanding constant exposure
to sunlight and corrosive atmospheres, including salt air. All traffic
signal housing cases when assembled, together with doors, lenses and mount-
ing attachments, shall comprise a dust and moisture proof housing for
the optical units, and shall be of such construction as to assure
permanent alignment of all lenses in the signal faces.
Portions of cases providing for attachment to supporting arms shall be
molded with large bosses for the supporting arms. Each housing case
shall be so attached to its supporting 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 15° 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.
~raffic 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 1½" 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 or a separate splined
52
3.6
locking ring designed 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 will mate to provide a perfectly aligned signal head
with flush connection between the outer circumference of the sections.
Individual units shall be so manufactured that all units are interchange-
able.
Any open end of an assembled signal face housing shall be plugged u~th
an ornamental cap and gasket.
Section 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.
4.2
Two stainless 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 u~ng
screws. Wing screws shall remain captive in the housing door when the
door is open.
4.3
Design of door, housing, and visor shall be such that no light is visible
in the profile view of the signal face.
Section 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 with all bolts, nuts, screws, clips,
hinges, lugs and incidentals necessary for mounting the various parts of
the optical assembly.
5.2
Optical system shall consist of a red, yellow and green lens with a
nominal size of 12" (300 mm) 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.
5.3
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 #D-10.1-1958b~C656.057
optical specifications.
53
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.
Section 6.0 REFLECTORS
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 7~lzack 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 P01ycarbonate reflectors will not accepted as alternates.
6.4
The reflecting surface shall be totally free of flaws, scratches,
defacements or mechanical distortion.
Section 7.0 I~MP 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
5~
7.2
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.
The reflector holder and lamp receptacle holder shall consist of a
structure of such design as to securely hold the reflector and lamp
receptacle. It shall be provided with hinges and/or lugs so spaced as
to give clearance to the hinges or lugs for the door and rigidly hold
the reflector in place. Materials used in the construction of the above
parts shall be of rust resisting material and not subject to corrosion
when subjected to cintinued exposure in corrosive atmospheres, par-
ticularly salt air.
Section 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
Red Red
Yellow Arrow Red w/Y Tracer
Yellow Yellow
Green Green
St. Arrow Blue
Lt. Arrow Blue w/R Tracer
Rt. Arrow Blue w/Y Tracer
Neutral Wire
White w/R Tracer
~Vhite w/R & Y Tracer
White w/Y Tracer
White w/G Tracer
White w/B Tracer
White w/B & R Tracer
White w/B & Y Tracer
Section 9.0 VISORS
9.1
Each signal door shall be equipped with a detachable standard tunnel
(unless otherwise shown in the plans), polycarbonate resin visor fastened
at four or more points to the door.
9.2
The visor shall have a downward tilt of 3~ to 5 degrees and shall encom-
pass approximately 300 degrees of the lens. Heads may be shipped with
visors detached. If heads are shipped with visors attached, visors shall
be easily removed and replaced without damage to visor or signal head.
55
Section 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 signal (interior) and field wires. Binding screws shall be provided
for field wires. Solderless connectors or binding screws shall be provided
for interior wiring to the optical unit.
10.2
In addition to individual terminal blocks described above, each multiple-
section signal (head) will be provided with a common terminal block
mount in the top section of each signal head. Each assembled signal head
shall be wired by the supplier to the common terminal block.
10.3
If specified, an additional terminal block located within a compartment
shall be provided for common ~ring 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 with separate,
identified terminals for signal and field wires. A sufficient number of
terminals shall be provided to handle all optical unit wires. A minimum
of twelve connector sets shall be provided. Color coding of leads shall
be maintained, individually, from each optical unit lampholder to respective
terminal in the compartment. Commons from each housing shall be grouped
and carried to one terminal in the compartment.
10.4
Use of terminal compartment described in 10.3 does not eliminate the
requirements for those specified in 10.1 and 10.2.
Section 11.0 MOUNTING ATTACItMENTS
11.1
Ail 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 material impregnated with
glass fibers. Provision shall be made for carrying the signal leads
enclosed in the mounting attachment. The mounting attachment, together
with supporting arms and assembled housings, shall comprise a dust-and-
moisture-proof enclosure for optical units and lead wiring. Mounting
attachments shall be of one of the following types as specified for the
particular head on the plans.
(a) Mast-Arm Mounting. Mast-arm signal head mounting shall be as shown
on the plans.
(b) Side-of-Pole Mounting. 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
56
(d)
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 12-3/4" from and
at right angles to the axis of rotational adjustment of the signal
head. Both supports shall have running threads at least 1¼" 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 downward for the wiring shall be provided, adjacent
to the pole connection end, tapped and plugged for 1¼" conduit. Any
variations to this design are shown in the plans.
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.
Section 12.0 MATERIAL
All material used in construction of major signal components shall be of poly-
carbonate resin. This material shall be such that it will withstand 70 foot-
pounds of impact without fracture or permanent deformation.
Section 13.0 COLORS
The color of signal heads and hardware shall be black. The underside of visors
shall be painted a flat black. Color as specified shall be integrally impreg-
nated in the polycarbonate resin in the molding process.
57
SPECIFICATION FOR PEDESTRIAN ONE-SECTION
SIGNAL HEADS - INCANDESCENT LAMP
Section l.O GENERAL
1.1
These specifications cover the minimum requirements for low energy
lightweight single section pedestrian head. (WinkoMatic Model VI-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.
Section 2.0
2.1
2.2
2.3
HOUSING~ DOORS~ VISOR AND LENS
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 1½ inches of pipe brackets.
The door shall have two hinge lugs casted at the bottom of the door which
shall mesh with two pairs of hinge lugs cast in the bottom of the housing.
Stainless steel drive pins shall connect these hinges to permit the
door to rotate downward. Two reinforced lugs, each with 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 slots. Two pairs of
lugs shall be cast integrally with the top of the housing compartment.
Two 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 ¼" drive pin.
The door shall contain an offset upon which an endless neoprene gasket
will seat, for the purpose of holding the lens and visor and causing a
water-tight fit of door to housing.
Any open end of an assembled signal face housing shall be plugged with an
ornamental cap and gasket.
The visor shall consist of a single unit sun shield egg-type visor and be
attached to the cast door by 4 hinged lugs that will allow the visor to be
removed from the door without the use of any tools. The visor shall sit
58
directly on the door and shall consist of 15 vertical .030" thick
polycarbonate strips and 26 horizontal .030" thick polycarbonate
strips. ~he 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-vandal
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 ¼" 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 4½"
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 1.ight bulb using a 2-7/16" light center.
Section 3.0 REFLECTOR AND LT~MP 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 surface, over-coated for
endurance. One parabolic reflector curve shall sit behind the "DON'T WALK"
legend, and a second behind the 'WALK" 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.
Materials used in the construction of the above parts shall be of rust-
resistant materials and not subject to corrosion.
Section 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.
Section 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.
59
SPECIFICATION FOR
PEDESTAL POLE ASSEMBLY
Section 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 ~n 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
11 square feet of signal head area rigidly mounted at the top of the shaft,
simultaneously with wind load. In addition to dead load, each assembly shall
be designed to withstand wind and ice loads on the specified signal head and
sign area and on all surfaces of the support in accordance with the 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 otherwise
shown in the plans, wind speeds used for design shall be based on a 50-year mean
recurrence interval. Allowable unit stresses in each component of the assembly
shall be as provided in the AASHTO Specifications mentioned. Wind drag coefficient
shall be 1.2.
1.4 Similar parts of units of one manufacturer shall be interchangeable.
1.5 Ail castings shall be true to pattern in form and dimensions, free from
pouring faults, sponginess, cracks, blowholes and other defects in positions
affecting their strength and value for services intended. Surfaces shall have
a workmanlike finish with no sharp unfilleted angles or corners.
1.6 Steel pole assemblies required to be hot-dip galvanized shall be designed
to provide proper filling, venting and drainage during the cleaning and gal-
vanizing process.
Section 2.0 POLE SHAFT
2.1 Steel pedestal shafts shall be fabricated from new 4~-inch O.D. steel
tubing or pipe, and shall be threaded on the bottom end for attachment to the
pole base.
6O
Section 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.
Section 4.0 TRANSFORMER BASE
The transformer base shall be cast of Aluminum Association Alloy 356-T6 or
ASTM B 108-SG70A and furnished with four galvanized anchor washers ~" 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.
Section 5.0 ANCHOR BOLTS AND SHIMS
Four steel anchor bolts shall be furnished for each pole assembly. Each
anchor bolt shall be threaded at the top and fitted with two nuts and two flat
washers. The embedded end of the bolt shall have a standard nut, head or 90
degree bend or an equivalent or better device as may be approved. The anchor
bolt material shall have a minimum elongation in 2 inches of 16 percent or in
8 inches of 14 percent. A set of three (3) "U" shaped galvanized steel shims
1/16 inch thick and three (3) 1/8 inch thick to fit around the anchor bolts,
shall be furnished with each pole to permit proper alignment.
Section 6.0 FINISH
Painted Finish - Ail surfaces at the time of paint application shall be in
accordance with the requirements for Brush-Off-Blast-Cleaning as specified
in Steel Structures Painting Council Specification SSPC-SP7. When shipped,
each assembly shall be coated, ~nside 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 a weight basis, a minimum of 20% binder solids and a
minimum of 25% pigment capable of chemically inhibiting corrosion. A minimum
of 12% of the film shall be a chromate type corrosion inhibiting pigment.
The inside of each assembly may either be coated in the same manner as the 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 brow~ paint specified and approved by the
Engineer.
61
Section 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 24 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.
Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings, shop
fit field connections and proper galvanizing designs, when galvanizing
is required.
The drawings shall bear a fully descriptive and detailed certification
thereon that the assemblies were structurally designed in accordance
with criteria specified in Article 1.0 and as specified in the project
plans.
The drawings shall be submitted to, and approved by, the Engineer prior
to fabrication.
(F)
(o)
62
SPECIFICATION FOR
MAST ARM POLE ASSEMBLY
Section 1.0 GENERAL
1.1 This specification covers steel (as specified in Plans) mast arm and
pole assemblies, which, shall include transformer base. Ail mast arm pole
assemblies, as supplied and installed, must conform to the detailed drawings
and/or to the requirements in the Plans as to height, general design and
finish.
1.2 Drilled shaft foundations for each mast arm pole installation shall be
considered an integral part of the respective mast arm pole assembly, when
loading and wind design factors are applied.
1.3 Each assembly shall be designed to withstand wind and ice loads per
respective signal head(s), s~gn(s) and on all surfaces of the support assembly,
in accordance with the American Association of State Highway and Transportation
Officials "Specifications for Structural Supports for Highway Signs, Luminaires
and Traffic Signals" and other pertinent specifications of this body. Unless
otherwise shown in the Plans, wind speeds used for design shall be based on
a 50-year mean recurrence interval. Wind drag coefficient shall be 1.2.
Allowable unit stresses in each component of each assembly shall be as provided
in the AASHTO Specifications above mentioned.
1.4 Ail castings shall be true to pattern in form and dimensions, free from
pouring faults, sponginess, cracks, blowholes and other defects in any position
affecting their strength and value to service intended. Surfaces shall have a
workmanlike finish, and no sharp unfilleted angles or corners will be allowed.
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.
1.5 All parts of assemblies of the same manufacturer shall be interchangeable.
1.6 Each pole assembly shall be designed to support respective required dead
loads of signal heads, signs and the stresses applied to the exposed areas of
all appurtenances based on wind and ice loads per Section 1.3 above.
Section 2.0 POLE SHAFT
2.1 Pole shafts shall be fabricated to satisfy strength requirements of Sectionl.0.
Welded joints in shafts or arms shall develop the full required strength of the
welded member.
63
2.2 Fabrication. Round continuously tapered shafts shall be formed and
welded, and shall have no more than one (1) longitudinal welded joint and no
horizontal welded (transverse) joints. After forming and welding, the tapered
shaft may be longitudinally rolled under sufficient pressure to flatten welds
and to assure continuous uniform taper (on .10-in/ft. or .14-in/ft.). All
welds shall be smooth so as to attain the external appearance characteristics
of the pole itself.
2.3 All shafts shall meet strength requirements of Section 1.0, and shall be
provided with reinforced handholes if shown on the Plans.
Section 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.
Section 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 galvanized bolts. One or more corrosion
resistant steel plates, conforming to ASTM Designation A 123, shall be
furnished as necessary where the base is subject to abrasive action due to
the rotating capabilities of the assembly. The location is generally considered
to be the supporting ring on the bottom of the transformer base. The interior
side of the hand hole cover shall have a multi terminal (12 min) compression
CV6 Terminal block mounted to it ofr all signal conductor connections. This
is the only point that the splices are to be made.
Section 5.0 ANCHOR BOLTS AND SHIMS
Four steel anchor bolts, and template for proper alignment of bolts in
foundation, shall be furnished for each pole assembly. Allowable unit stress
for each anchor bolt shall be as provided in AASHTO Specifications mentioned
in Section 1.4. Transformer base installations require each anchor bolt to
be top threaded and fitted with one nut and one flat washer. A set of six
(6) "U" shaped galvanized steel shims (3 each, 1/8 inch thick and 3 each, 1/16
inch thick) shall also be furnished with each transformer base. Shoe base
poles require that each anchor bolt be top threaded and provided with two
(2) nuts and two (2) flat washers. The embedded end of anchor bolts shall
have a 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.
64
Section 6.0 SIGNAL HEAD A~q) LUMINAIRE MAST ARMS
Mast arms shall be of the design shown in the Plans and arm and attaching
hardware shall meet strength requirements of Section 1.0. Fastening the mast
arm assemblings to the shaft by use of set screws (which would cut into or
groove the shaft) guys, rods or sway braces will not be acceptable.
Section 7.0 FINISH
Painted Finish - All surfaces at the time of paint application shall be in
accordance with the requirements of Brush-Off-Blast-Cleaning as specified in
Steel Structures Painting Council Specification SSPC-SP7. When shipped, the
outside of each assembly shall be coated in a manner that will assure all
surfaces, at the time of erection, will be coated with a dry, smooth, continuous,
uniform, tightly adhering, nonchalking film that is a minumum of two (2)
mils thick measured over the peaks of the anchor pattern. The dried film shall
contain, on a weight basis, a minimum of 20% binder solids and a minimum of
25% pigment capable of chemically inhibiting corrosion. A minimum of 12%
of the film shall be a chromate type corrosion inhibiting pigment. The inside
of each assembly may either be coated in the same manner as the outside or may
coated by an acceptable red lead primer. After erection of the assembly, the
shop coat shall be touched up with shop primer. After the touch up coat is
thoroughly dry, each pole assembly shall be provided with a one (1) mil
(dry) thick film of paint of brown specified and approved by the Engineer.
Section 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 drawings shall be prepared on sheets 24 X 36 inches in size,
with 1½ inch left margin and other margins of ½ inch.
(~)
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 Speci-
fications, or to other specifications provided minimum yield points
or yield strength and elongations are shown.
(B) Drawings for only one assembly need be submitted for two or more
which are of identical design and dimensions.
65
(~)
(~)
(c)
Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings,
shop fit field connections and proper galvanizing designs when
galvanizing is required.
The drawings shall bear a fully descriptive, detailed certification
thereon that the assemblies were structurally designed in accordance
with criteria specified in Section 1.0 and specified in the Plans.
The dra~ngs shall be submitted to and approved by, the Engineer
prior to fabrication.
66
SPECIFICATION FOR
CONDUIT & PULL BOXES
Section 1.0 CONDUIT.
1.1
1.2
1.3
1.4
1.5
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.
1.6
Unless otherwise shown on the plans, all conductors shall be in conduit
except when in metal poles. Ail 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 accordance with the applicable
requirements of the NEC.
Connecting fittings and attachments shall be fabricated from a material
similar to the PVC. The PVC shall be made of Polyvinyl Chloride,
Schedule 40 and meet requirements of NEMA Standard TC-2 and UL 651.
The Contractor may, at his own expense, use conduit of larger size
than specified on the plans providing that the larger size is used
for the entire length of the conduit run.
Conduit terminating in posts or pedestal bases shall extend vertically,
approximately two (2) inches above the concrete foundation. Field
bends in rigid metal conduit shall have a minimum radius of twelve (12)
diameters of the nominal size of the conduit.
Each length of galvanized rigid metal conduit, where used, shall be
reamed and threaded on each end and couplings shall be made up tight.
White-lead paint or equal shall be used on threads of all joints.
PVC Conduit shall be joined by solvent-weld method in accordance with
the conduit manufacturers recommendation. No reducer couplings shall
be used unless specifically indicated on the plans.
Ail 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 Engineer, the Contractor shall
draw a full-size metal brush, attached by swivel joint to a pull tape
through metal conduit and a spherical template having a diameter not
less than 75 percent of the inside 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. Metal tapes will not be permitted in PVC Conduit.
The conduits shall be placed as shown on the plans or as directed by the
Engineer. 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.
67
1.7
PVC Conduit which is to be placed under existing pavement, side-
walks and driveways shall be placed by first providing a void through
which the PVC Conduit shall be inserted. The void may be accomplished
by either boring or jacking a mandrel. Metal conduit which is to be
placed under existing pavement, sidewalks and driveways shall be placed
by jacking or boring. If it is determined by the Engineer that it is
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 or 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. Where conduit is to be placed under existing asphaltic
pavement, the jacking method is to be used unless written approval
is given by the Engineer for placement of the conduit by boring.
Section 2.0 PULL (JUNCTION) BOXES
2.1 General. The purpose of this specification is to describe a reinforced
concrete mortar, pull (junction) box with cover and extension (if
required) for use in underground traffic signal systems. The box shall
be used for terminating and beginning conduit runs (junctions) of
various sizes and also for accessibility when pulling signal cable.
2.2
2.3
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 two 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 24-inch length, 14-inch width and
12-inch depth. The bottom portion of each will be open, with a sturdy
flange around the perimeter so that the box seats firmly on the top of
the extension. A minimum of two knockouts, 3"x4", one on each end,
shall be provided in each box and extension section.
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 ASTM D-635 flammability test. The
box and cover shall be capable of withstanding a minimum 5,000-pound
single axle load over any lO"xl0" area of exposure.
68
Section 3.0 MEASUR~NT AND PAYMENT
Work performed 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 incldental to the pull box installation.
Please note that where shown 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.
69
SPECIFICATION FOR
CONCRETE FOUNDATIONS
Section 1.0 DESCRIPTION FOR CONCRETE POLE BASE SHAFTS AND CABINET FOUlx~DATIONS.
[
1.1
Concrete materials and their preparation shall be in accordance with the
requirements of Item 421, "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.
Ail concrete shall be "Class A". Ail 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
with lines and depth indicated on the plans. The Contractor will clear all
location from utilties prior to any excavation. Names of utilities representa-
tives to be contacted will be furnished. Ail loose material shall be removed
by the excavation before the concrete is placed. Any water shall be removed
by pumping or bailing. The use of explosives will not be permitted.
(b) Foundations shall be constructed to the dimensions shown on the plans
or directed by the Engineer. Care shall be used to insure that the top of
the finished foundation is exactly level 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 is set. A mechanical vibrator shall be used
for compacting and working the concrete. After the concrete has been placed
and the top struck off, it shall be covered with wet cotton or burlap mats,
for not less than ninety-six (96) hours. 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 strain.
(c) Backfill shall be tamped with mechanical tamps in 6-inch layers to the
density of the surrounding ground. Where excavation is made in the surfaced
shoulder, the shoulder shall be replaced with material equal to the original
construction.
(d) Ail excavated material not required for backfill shall be promptly re-
moved and disposed of by the Contractor outside the limits of the project.
7O
(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-
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
Concrete Cabinet Foundations
(a) Excavation for controller cabinet foundations shall be done in accordance
with lines and depths indicated on the plans. Ail 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.
71