Loading...
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