Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
TR8901-CN 890922
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD; SANDY I,AKE ROAD TRAFFIC SIGNAl, MODIFICATIONS AT MOORE ROAD CITY OF COPPELL JUNE 1989 ~ Prepared By: ~t~, ~.,..~. ....... ..,~.... ....... .~.:..~. ~j JOHN C. KARLSRUHER ~ GINN, INC. ,.'"'~ ...... ~ ............... .~'"'~ Consulting Engineers ~~..~ 17103 Preston Road, Suite 100 Dallas, Texas 75248 PROJECT MANUAL INCLUDING CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD CITY OF COPPELL DALLAS COUNTY, TEXAS JUNE 1989 Prepared By: GINN, INC. Consulting Engineers 17103 Preston Road, Suite 100 Dallas, Texas 75248 TABLE OF CONTENTS COVER PAGE TABLE OF CONTENTS INDEX TO DRAWINGS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00020 - ADVERTISEMENT FOR BIDS 00100 - INSTRUCTIONS TO BIDDERS 00110 - GENERAL INSTRUCTIONS FOR BONDS 00300 - PROPOSAL AND BID FORM 00400 - BID BOND 00500 - GENERAL CONDITIONS OF AGREEMENT (GC-1 thru GC-14) 00510 - STANDARD FORM OF AGREEMENT (SF-1 thru SF-2) 00600 - PERFORMANCE BOND (PB-1 thru PB-2) 00610 - PAYMENT BOND (PB-3 thru PB-4) 00630 - CERTIFICATE OF INSURANCE 00650 - SPECIAL CONDITIONS (Supplementary Conditions) TECHNICAL SPECIFICATIONS DIVISION I - GENERAL REQUIREMENTS 01010 - SUMMARY OF WORK 01050 - FIELD ENGINEERING 01152 - APPLICATIONS FOR PAYMENT 01310 - CONSTRUCTION SCHEDULES 01340 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES 01700 - CONTRACT CLOSEOUT 01720 - PROJECT RECORD DOCUMENTS 01750 - WARRANTIES APPENDIX A - SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD SHEET NO. 0 1 ' 2 3 4 5 6 7 8 APPENDIX A ALTERNATE 1 ALTERNATE 2 INDEX TO DRAWINGS DESCRIPTION Cover Sheet/Location Map Index & Quantity Sheet Belt Line Road/Denton Tap Road Belt Line Road/Cowboy Drive Phasing Diagrams & Interval Charts Detail Sheet Detail Sheet Detail Sheet Detail Sheet SECTION 00020 - ADVERTISEMENT FOR BIDS Sealed proposals addressed to the CITY OF COPPELL, Texas for DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD will be received by the office of the City Secretary at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., July 20, 1989, and then publicly opened and read aloud. The Instructions to Bidders, Proposal Forms, Forms of Contract, Plans, Specifications and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: Ginn, Inc., Consulting Engineers 17103 Preston Road, Suite 100 Dallas, Texas 75248 (214) 248-4900 Dodge Reports 1111 W. Mockingbird, #1200 Dallas, Texas 75247 (214) 630-6111 Texas Contractor 2510 National Drive Garland, Texas 75041 (214) 271-2693 Associated General Contractors 11111 Stemmons Freeway Dallas, Texas 75229 (214) 358-5357 Copies may be obtained at the office of Ginn, Inc. for a payment of $35.00 per set, non-refundable. The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must submit two original Bid Proposals and 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 permanent traffic signals at two intersections. Each consists of eight-phase controllers, controller cabinets, signal heads, mast arm poles and pedestals, detection loops and miscellaneous appurtenances for a complete-in-place installation. Modification of an existing traffic signal installation at the Sandy Lake Road intersection with Moore Road to allow for a protected left turn for Sandy Lake Road traffic. CIT¥-~OE COPPELL / Alan D. Ratliff, ~ City M~5~ger Date Advertisement dates: June 30, July 7, Jul 14, 89 SECTION 00100 - INSTRUCTIONS TO BIDDERS PART l: GENERAL A. Defined Termss TeAms used in these Instructions to Bidders which are in the General Conditions of the Construction Contract, have the meanings assigned to them in the General Conditions. owners Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall understood as referring to the City of Coppell; Coppell, Texas. Engineers Wherever the word "ENGINEER" is used in the specifications and Contract Documents, it shall be under- stood as referring to Ginn, Inc.; 17103 Preston Road, Suite 100, LB 118, Dallas, Texas 75248; phone (214) 248-4900. Inspeotors The authorized representative of the Engineer, assigned to observe and inspect any or all parts of the work and the materials to be used therein. Bidders An individual, fi~m or corporation or any combination thereof, submitting a proposal. Contra=tot: The individual, firm or corporation or any combination thereof, party of the second part, with which the contract is made by the City of Coppell, Texas. Superintendent: authorized to Engineer and construction. The representative of the Contractor receive and fulfill instructions from the who shall supervise and direct the Be Documents: Complete sets of the Bidding Documents may be obtained from the Engineer upon receipt of the required payment as stated in the Advertisement for Bids. The payment is non-refundable. No Bidding Documents will be issued later than two (2) days prior to the date for receipt of bids. If requested, Bidding Documents will be mailed upon receipt of the required payment, plus a $5.00 handling and shipping charge. Plans and specifications may be examined at Ginn, Inc., and copies may be obtained upon providing the required payment. No partial sets of plans, specifications or proposal forms will be issued. Sec. 00100 1 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. Discrepancies: Should a Bidder find any discrepancy, ambiguity, inconsistency, error or omission from the drawings, specifications or project manual or of the site and local conditions, or be in doubt as to their written meaning, it is requested that the Bidder promptly notify the Engineer who then will send a written instruction or interpretation to all known holders of the documents. Neither the Owner nor the Engineer will be responsible for any oral instructions. Addenda: Any addenda to the drawings, specifications, or project manual issued before or during the time of bidding shall be included in the proposal and become a part of the contract. Addenda will be mailed or delivered to all Bidders receiving a complete set of Bidding Documents. No Addenda will be issued later than four (4) days prior to the date for receipt of bids except an Addendum, if necessary, postponing the date for receipt of bids or withdrawing the request for bids. Each Bidder shall acknowledge on bid proposal that he has received all Addenda issued. Bubstitutions: The materials, products and equipment described in the specifications and/or shown on the drawings establish a standard or required function, dimension, appearance and quality as required by the Engineer. Reference is also made to Section 00650, paragraph one (1) for additional discussion on this subject. A. Method of Bi~ding: The proposal provides for quotation of a price, or prices, for one or more bid items, which may be lump sum bid prices, alternate bid prices, or a combination thereof. No payment will be made for items not set up on the proposal, unless otherwise provided by contract amendment. All Bidders are cautioned that they should include in the prices quoted for the various bid items all necessary allowances for the performance of all work required for the satisfactory completion of the project. Sec. 00100 -- 2 Subcontracts: The bidder is specifically advised that any person, firm or other party to whom it is proposed to award a subcontract under this contract must be acceptable to the Owner. It is further required that the name of the mechanical and electrical subcontractors and any other listed subcontractor be noted on the proposal form in the blank space provided. Failure to list these will be sufficient grounds to reject the proposal. 1.3 BID SECURITY A. Bid Security shall be made payable to the City of Coppell in an amount of five percent (5%) of the Bidder's maximum Bid price and in the fo~m of certified or bank check or a Bid Bond issued by a Surety Company holding a permit from The State of Texas to act as surety. B. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Contract Security, whereupon it will be returned; if the Successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within fifteen (15) days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the sixty-first day after the Bid Opening or until a contract is awarded. Bid security of other Bidders will be returned within thirty (30) days of the Bid Opening. 1.4 QUALIFICATION OF BIDDERS A. To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days of Owner's request written evidence of the types set forth in the Supplementary Conditions, such as financial data, previous experience and evidence of Bidder's qualification to do business in The State of Texas or covenant to obtain such qualification prior to award of the contract. B. Additionally, all Bidders shall be prepared to show that they are skilled, experienced in, and have been regularly engaged in the type of construction involved and that they have the necessary financial resources to finish the Work in a proper and satisfactory manner in the time specified. C. The Engineer and Owner reserve the right to require documented evidence of the foregoing from the Contractor prior to award of the contract. Sec. 00100 -- 3 1.5 EXAMINATION OF CONTRACT DOCUMENTS AND SITE A. Conditions of Works Each Bidder must fully inform himself of the conditions relating to construction of the project and employment of labor thereon. Failure to do so will not relieve a Successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible, the Contractor must employ methods or means to cause no interruption of or interference with the work of any other contractor. B. Examination of Site: All Bidders, including the general Contractor and subcontractors shall examine carefully the site of the Work to acquaint himself with working conditions and all difficulties that may be involved therein, and shall examine carefully all drawings, specifications and other Contract Documents to familiarize himself with all of the requirements, terms and conditions thereof. Any information relating to the Work furnished by the Owner or others, or failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, if awarded a contract. Also, failure to visit the site will in no way relieve the Successful Bidder from furnishing any materials or performing any work required to complete Work in accordance with drawings and project manual without additional cost to the Owner. C. Laws, Regulations, Permits and Taxes: The Bidder's attention is directed to the fact that all applicable state laws, municipal ordinances, rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they shall be deemed to be included in the contract the same as though herein written out in full as a part of these documents. Contractor shall secure, and include compensation for, in his proposal, all permits and all required taxes which are levied by governing bodies and which are assessable upon labor and materials entering into this Work. D. Before submitting his Bid each Bidder may, at his own expense, make such investigations and tests of the site as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents E. On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. F. The lands upon which the Work is to be performed, rights-of- way for access thereto and other lands designated for use by Contractor in perfo~,,ing the Work are identified in the Supplementary Conditions, General Requirements or Drawings. Sec. 00100 -- 4 Go The quantities of work or materials as set forth in the proposal form or on the plans are a calculated approximation and are for the purpose of comparing 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 decreased as hereinafter provided. Obligation of Bidder~ At the time of opening of bids, each Bidder will be presumed to have inspected the site and to have read and be thoroughly familiar with the drawings, specifications and the project 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 perfo£~ance of the Work. 1.6 BID pROPOSALS A. Gsnsr&l~ The Bidder shall submit two original Bid ro~ based exactly on the documents as issued. No substitutions, revisions or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Engineer. The proposal form is attached hereto; additional copies may be obtained from the Engineer. Bid proposals must be completed in ink or by typewriter. The Bid price of each item on the form must be stated in words and numerals; in case of a conflict, words will take precedence. The Bid proposal must be signed with the full name of the Contractor and his address; if a partnership, by a member of the fi~m with the name and address of each member; if a corporation, by an officer thereof, the corporate name, and have a corporate seal affixed. B. Forms 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 oral, telegraphic, or telephonic proposals will be considered. Any addenda issued during the bidding shall be noted on the proposal form. Sec. 00100 -- 5 C. Submittal: Each Bidder shall submit his Bid completely and properly on . proposal forms provided. Each Bid, without the ,'Specifications and Contract Documents", shall be enclosed in a separate sealed envelope, with the words "Bid for" followed by the project 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 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face thereof. Specifications and Contract Documents shall not be returned with the Bids. Do Telegraphic Mo4ifications: 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 confi£mation must be received within two days from the closing time or no consideration will be given the telegraph modifications. Ee Withdrawal~ If, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material 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 will be disqualified from further bidding on the Work. 1.7 OPENING OF BIDS A. The City of Coppell, Texas (herein called the "Owner") invites all Bids on the fozm attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner (c/o City Secretary's office) at 10:00 AM, Thursdav, July 20. 1989, at City of CoDDell Town Center. 255 Parkway Blvd., (Post Office Box 478~. and then at saiu location publicly opened and read alou~. The envelopes containing the Bids must be sealed, addressed to the City of Coppell, and designated as "Bid for Denton Tap Road Traffic Signals at Bethel School Road and Parkway Boulevard; and Sandy Lake Road Traffic Signal Modifications at Moore Road" (Request for Proposal No. Q689-01). B. When Bids are opened publicly they will be read aloud, and an abstract of the amounts of the base Bids and major alternates (if any) will be made available after the opening of Bids on a bid tabulation sheet sent to all bidders. Sec. 00100 6 1.8 1.9 BIDS TO REMAIN OPEN Ail Bids shall remain open for ninety (90) days after the day of Bid Opening, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. De CONTRACT AWARD Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive or conditional Bids. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. It is the Owner's intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid form, but Owner may accept them in any order or combination. Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for 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 other persons and organizations to do the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. If the contract is to be awarded it will be awarded to the lowest Bidder whose evaluation by Owner indicated to Owner that the award will be in the best interests of the project. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. Sec. 00100 7 He After award of contract to Successful Bidder, the Contractor shall agree to begin work within ten (10) calendar days after the date of "Notice to Proceed" of the Owner and to fully complete the project within the stated number of consecutive calendar days thereafter as stipulated on the bid proposal and agreement between Owner and Contractor. 1.10 LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT In the event the Bidder's proposal is accepted, and he fails or refuses to enter into the contract and furnish the required Performance and Payment Bonds within fifteen (15) days after he has received notice of the acceptance of his Bid, unless given a written extension of time by the Owner, then the Bidder will be considered as having abandoned his proposal and his Bid Security will be retained by the Owner as liquidated damages, IT NOW BEING AGREED that the specified sum of the Bid Security is a fair estimate of the amount of damages that the Owner will sustain in case the Bidder fails to enter into the contract and furnish the Performance and Payment Bonds within the time stated in the proposal. 1.11 CONTRACT TIME A. The number of days within which, or the date by which, the Work is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the Agreement. The Contract Time for this project is: NINETY (90) C~LENDAR DAYS Be Extension of time of completion will be permissible in accordance with Section 4.02 of General Conditions of Agreement. 1.12 LIQUIDATED DA34AGES Provisions for liquidated damages are set forth in the Proposal. Liquidated damages for this project are: TWO HUNDRED FIFTY DOLL~RB ($Z$0.00) PER C~LENDAR DAY 1.13 SUBCONTRACTORS. ETC. A. If the apparent Successful Bidder, and any other Bidder so requested will within seven (7) days after the day of the Bid Opening submit to the Owner a list of all the subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the Sec. 00100 -- 8 Work as to which such identification is so required. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of qualification for each such Subcontractor, person and organization if requested by the Owner. If Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor, other person or organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase to Bid price. If the apparent Successful Bidder declines to make any such substitution, the Contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. In contracts where the Contract Price is on the basis of Cost-of-the-Work Plus a Fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing to Owner those portions of the Work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the Work with Owner's written consent. No Contractor shall be required to employ any Subcontractor, other person or organization against whom he has reasonable objection. 1.14 PERFORMANCE AND OTHER BONDS Security for Faithful Perfo£mance: Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under the contract and furnish materials in connection with this contract. The surety on such bond or bonds shall be by a duly authorized surety company, satisfactory to the Owner. 1.15 SIGNING OF AGREEMENT When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by at least six unsigned counterparts of the Agreement and all other Contract Documents. Within fifteen (15) days thereafter, Contractor shall sign and deliver at least six counterparts of the Agreement to Owner with all other Contract Documents attached. Within ten (10) Sec. 00100 -- 9 days thereafter, Owner will deliver all fully signed counterparts to Contractor. Engineer will identify those portions of the Contract Documents not fully signed by Owner and Contractor and such identification shall be binding on all parties. END OF SECTION Sec. 00100 -- 10 SECTION 00110 - GENERAL INSTRUCTIONS FOR BONDS pART 1: GENERAL A. 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 usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. 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 fi=m shall execute the bond as individuals. De The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the state in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. FJ The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date 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 Conditions. END OF SECTION Sec. 00110 -- 1 SECTION 00300 - PROPOSAL AND BID FORM FOR: TO: DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY BOU?.RVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD COPPELL, TEXAS (Request for Proposal No. Q689-01) CITY OF COPPELL (hereinafter called "OWNER") c/o CITY SECRETARY'S OFFICE P. O. BOX 478 255 PARKWAY BOULRVARD COPPELL, TEXAS 75019 Gentlemen: The BIDDER, in compliance with your invitation for bids for the above referenced project, having examined the plans and specifi- cations with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, of which this proposal is a part. The undersigned, as BIDDER, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion 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 prescribed and according to the requirements of the Owner as herein set forth. It is 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 prices and material to be furnished may be increased or diminished as 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 as provided for in the Specifications. 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 with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. Sec. 00300 1 BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" by the OWNER and to fully complete the project within 90 consecutive calendar days thereafter as stipulated in the Specifications. BIDDER further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter as hereinafter provided in Paragraph 1.4, E of the Special Conditions. Accompanying this proposal is a Certified or Cashier's Check payable to,he City of Coppell (Bid Bond) in the amount of ($~~), which is five percent (5%) of the greatest amount bi~.~ BIDDER acknowledges receipt of the following addendum: ADDENDA # ADDENDA # ADDENDA #. ADDENDA #. (If non-issued, indicate N/A) DATE DATE DATE DAT SUBCONTRACTORS: BIDDER shall list below principal use on this project: NAME ADDRESS. subcontractors proposed for BIDDER agrees to perform all the work described in the Specifications as shown on the Plans for the following unit prices: (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) Sec. 00300 2 Sec. 00300 Sec. 00500 4 0 C~ Sec. 00300 -- 5 go Sec. 00500 -- 6 ~-~ ~ tHO Sec. 00300 7 The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids. Upon receipt of written noti6e of the acceptance of this bid, BIDDER will execute the formal Contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by the General Conditions. The Bid Security attached in the sum of ($. ) is to become the property of the OWNER in the event the Contract and Bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the OWNER caused thereby. Respectfully submitted, (Firm) By: (SEAL-if bid is by a corporation) Title: ~c~r'~,z7 (Business Address) (Telephone Number) END OF PROPOSAL Sec. 00300 _ 8 International Fidelity Insurance Company 24 COMMERCE STREET NEWARK, N. J. 07102 BBSU # 818377-89-12 KNOW ALLMEN BY THESE PRESENTS: That we, the undersi~ned, Arjang Electric Systems, Inc., P.O. Box 121816, Arlingtc~, TX 76012 as Principal, and THE IN~.RNATI(H~AL FIDELITY INSURANCE C(14PANY, a corporation of the State of New Jersey, as Surety, are held and firmly bound unto City of Coppell in the penal sum of 5% of Amount of Bid Not To ExceedOne Hundred EightyThousandand for the payment of which, well and truly to be made, we hereby Jointly and no/100 ..... severally bind ourselves, our he,rs, executors, administrators, successors and assigns. Si~ned, this 19th day of July 19 89 The condition of the above obligation is such that whereas the Principal has submitted to City of Coppell a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for Traffic Sipnal Installation (a) (b) Z~EREFORE, If said bid shell be rejected, or in the alternate If said bid shell be accepted and the Principal shall execute and deliver a contract in the Form of C~ntract attached hereto, properly completed in accordance with said bid, and shall furnish a bond for the faithful perform-nce of said Contract, and for the payment of all persons performing labor or furnishin§ materials in connection therewith, and shell in all other respects perform the agreement created by the acceptance of said bid; T~EN, THIS OBLIGATION SHAIJ. BE VOID, otherwise the same shell r-m-in in force and effect; it being expressly understood and agreed that the liabil- ity of the Surety for any and all claim- hereunder shall, in no event, exceed the penal --u~_unt of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shell be in no way impaired or affected by any extension of time within which the said bid may be accepted; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereto set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Sisned, sealed and delivered in the presenceof:' ~jang Electric Sys~_~, Inc. ~ Principal ATTEST: ,O ~[ Bid Bond INSURANCE( ' h of the State of New Jersey. and having its principal offioc in the CJI: ' ,,' ? ~:) ? ~"*'i~ '~ ".~ '; 7,,.~:,.~;;q~}." ' :'(. ', ' '~' ':'.i.:~; R;~ ,DAMIANO',:"j'JR.', "BET~Y :'J'. i~M"iANO, '$HARyL, BAILI'' ,'-:~"'PLANo,'!:,T~:XAS~'~',¥::?)~!:- =i'' . '!'i, '" %"' seal and deliver forand on its behalf as surety, any r in the nature thereof, which are or may be allowed required or permitted by l~w;'statute presents, .. fully and amply, to all intent&and purposes, as if the same · This Power of Attorney is executed, and may be certified to and may be revoked, pursuant t~ andb called and heldo :: ;! .-i~~: " :.- ..- -- :";i - 1) To appoint A~tumeys-inrfact, and to anthorize them to execute on b~balf of the Company~ and attach the Seal of the undertakings ~onlracts of indemnity and other writings obligatory in the any such' Attorney-in-fact and revoke the authodt Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolulion o£ the Board . of Fel~mary?9?$ of which,the, f~ol[0wing iJ a frae excerpt: of such officers and the seal of the Company maybe affixed 'ti I any such power of attorney or certilicate bearing such facsimile signatures or facsimile seal shall executed and certified by facsimile signatures and facsimile seal shall be g to which' it is attached , : , ' ; .:. F. :" ' ....., ;' IN TESTIMONY WHEREOF, its authorized officer~ ~: ~,. 51 Executive Vice ] i ,~: ;~i]'.: -- On this.l st day of M~y 1986; before me ~am¢ the i~dividual who executed the preceding instrument, to m* I":: '~ j-~ ,,'.said that,he is the therein described and ~ ,orized off~cer of the INTERNATIONAL FI ~ "' -2 ~ '~ instrument la I of said t apany; that the said Corporate Seal and his s IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed at the City of Newark.'New Jersey the day and year,first above written. CERTIFICATION ~ '-:-~:' I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereb' -- :i, :-"iPower of Attorney and affidavit, and the copy of the Section of the By-Laws of said Corn FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts t. her¢~?,i Power of Attorney has not been revoked and is noy~ in full force and effect ' IN TESTIMONY WHEREOF, l.have hereunto set mY hand this]9 day of ,July . - Assistant Secretary. Traffic & Transportation Supply, Inc. SERVICE CENTER * P.O. BOX 16534 · FORT WORTH, TEXAS 76133 4819-4821 ODESSA AVE. · (817) 923-5331 · METRO 429-0301 July 20, 1989 City of Coppell 255 Parkway Boulevard Coppell, Texas 75019 Re: Traffic signals on Denton Tap Road at Bethel School Road and at Parkway Boulevard. Gentlemen: As required by Section 650, Special Conditions of the above referenced project, Traffic and Transporation Supply, Inc. is providing the following information detailing the Traffic Signal Equipment offered for use on this project for inclusion with the contractors' bid. Per Paragraph 1.22 General Notes, Item 1, TTS is offering the following equipment for use on this project: Controller Unit- Multisonics 820A Conflict Monitor- Eberle Design NSM12L Loop Detector Amplifier- Detector Systems 813-102SS Loadswitches- Eberle Design 810 Cabinet- TTS Model PW820A16PAKM128X Ail of the above equipment will be assembled and tested at our facility in Fort Worth prior to shipment. All equipment offered will be in 100% compliance with the project specifications with no exceptions taken. Per Paragraph 1.22 General Notes, Item 14, TTS is providing the following list of Agencies that currently utilize our services for Signal Maintenance within the Metroplex: Town of Addison City of The Colony City of McKinney State Department of Highways and Public Transportation Dist. 18. To aid as a clarification to Addendum Number 1, Item 3, Temporary Signal installation at Denton Tap Road and Parkway Boulevard, TTS plans to provide a Controller Cabinet Assembly and Signal Heads for temporary use until the permanent signal installation is complete. Pricing for use of this Controller Assembly includes Page Two Coppe 11 Proposal the cost of maintenance of the Controller Assembly for the duration of its use. Due to the fact that utility clearance for the temporary span is uncertain and clearance above the roadway is unknown, the signals will be supplied with span wire mounting hardware for horizontal displays. This will allow the use of a lower span due to the reduction of the overall height of the signals. Bid Alternate #1, #2 and Addendum Number 1, Item 4 reference modifications to the existing signal at Sandy Lake and Moore Road. This shall serve to explain and clarify certain details of this work. Both Alternates for this intersection require the installation of additional signal sections with dual arrow indications. In each case, installation of the modified signal will be made at the approximate mid-point of the span (over the left lane or left-most thru signal). This will increase the overall height of the existing signal assembly by appoximately 13". Due to the fact that the existing 3 secion signals have been struck on previous occasions (due to the low clearance), we have included with the price of the signal sections, new horizontal span wire signal mounting hardware for all of the signals at this intersection. This will allow all signals to be mounted at a uniform height with additional clearance above the roadway. In addition to the signal changes, both alternates require modifications to the existing 4 phase controller at this intersection. This is confusing in that the existing controller is actually a 2 phase controller unit with a 4 phase backpanel and a 3 channel conflict monitor. In the case of either alternate, the Controller Unit will have to be upgraded to allow Multi-phase Operation with a Compatible Backpanel and Conflict Monitor. In order to perform this modification at the lowest possible cost to the City, we are includ{ng within the bid item for the Controller Modification, a Multsonics 820A Controller unit, 8 Position Backpanel, 12 Channel Conflict Monitor, 8 Loadswitches and 4 Transfer Relays. All of this equipment would be installed in the existing Pole Mounted Controller Cabinet. This would then eliminate the need to remove the existing cabinet, relocate the service, relocate the signal conduit, ect.. It also eliminates the unnecessary cost of a controller cabinet and accessories. As a benefit to this approach, the signal will be able to operate as a six phase operation (Alternate #1) or as an eight phase operation (Alternate #2). Due' to the multi-phase approach coupled with the use of the 820A Controller Unit, it will now be possible to add and remove the protected left turn signal operation on a time of day basis. It will also be possible to vary the time allocated to each movement on a time of day basis and to provide a night flash pattern (a highly desirable feature due to the limited amount of detection available). With all factors considered, this approach will Page Three Coppell Proposal signifincantly improve the overall operation of this intersection with a small increase in cost over the specified four phase operation. I look forward to working with you on this project and to be of service in your traffic control needs. Sincerely, Richard M. Campbell President RMC/sal coppell SECTION 00400 - BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby penal sum of held and firmly bound unto as Owner in the for payment of which, well jointly and severally bind ourselves, administrators, successors and assigns. SIGNED, this The Condition the Principal has certain Bid, attached hereto and hereby enter into a contract in and truly to be made, our heirs, day of of the above obligation submitted to we hereby executors, , 19 is such that whereas a made a part hereof to writing, for the NOW, THEREFORE, a. If said Bid shall be rejected, or in the alternate· If said Bid shall be accepted and the Principal shall execute and deliver a contract in the of Contract attached hereto (Properly completed in accordance with said Bid) and shall furnish a bond for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise and same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. Sec. 00400 1 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS W~EREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal (L.S.) Surety Date: By: IMPORTANT - Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the state where the project is located. END OF SECTION Sec. 00400 -- 2 ADDENDUM NO. i PROJECT: DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD OWNER: CITY OF COPPELL BID OPENING: 10:00 AM, THURSDAY, JULY 20, 1989, AT COPPELL TOWN CENTER, 255 PARKWAY BLVD., COPPELL, TEXAS ISSUED: CITY OF COPPELL THIS ADDENDUM NO. 1 IS ISSUED TO REVISE, CLARIFY AND ADD TO THE SCOPE OF WORK OF THE PROPOSAL AS FOLLOWS: Revise the Bid Forms, Drawings and Specifications to require that the 8 phase Traffic Signal Controllers specified for this project shall be Multisonic 820 A. The Bid Forms and Drawings have been revised to include the addition of advance loop detectors for north and south bound Denton Tap Road traffic at the Bethel School Road and Parkway Boulevard intersections. The Bid Forms and Drawings have been modified to include the addition of a TEMPORARY Span Wire Traffic Signal System with two 3-section heads for each approach at Parkway Boulevard. This system is to be installed within ten days of issuance of a Notice-to-Proceed to the Contractor and is to be maintained in fixed time mode by the Contractor until the permanent traffic signal installation is ready for operation. The Bid Forms and Specifications for the Sandy Lake Road Traffic Signal Modifications at Moore Road have been revised as follows: a.) Add to the scope of work the installation of four 6'x40' quadropole loop detectors and appurtenances on Moore Road, as shown on the Drawing for Alternate No. 2 in Appendix A, to allow for traffic activated phasing for both through and left turn traffic on Moore Road. B.) Section 2.0, A.1. and Section 2.0, B·l.b.) have been revised to clarify the scope of work to indicate that the green/amber dual arrow fiber optics turn signal sections to be furnished and installed under this project will replace the existing green sections on the applicable heads. The replaced green sections will remain the property of the City of Coppell. The above revisions, additions and clarifications are indicated on the revised pages from the Contract Documents and Specifications listed below and the revised Drawings listed on the attached Drawing List. One copy of each revised page and Drawing is attached hereto and is a part hereof. SECTION PAGE # DESCRIPTION 00300 3 00300 4 00300 5 00300 7 Index to Drawings Bid Form (items 1, 4 & 5) Bid Form (items 12 & 15) Bid Form (item 25) Bid Form (item 4) APPENDIX A 1 APPENDIX A 2 APPENDIX A 4 Section 2.0, A.1 and B.l.a.) Section 2.0, B.l.b.) Section 2.0, B.l.c.) Section 2.0, B.2.) Drawing: Alternate No. 2 Traffic Signal Modifications Sandy Lake Road at Moore Road CITY OF COPPELL BY GINN, INC. CONSULTING ENGINEERS Joh~ C. Karlsruher, P.E. Project Engineer H. %~ayrfe Ginn, P.E. President JULY 12, 1989 DRAWING LIST ADDENDUM NO. I DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD Drawing Number 1 2 3 4 Description Index & Quantity Sheet Denton Tap Road/Bethel School Rd. Denton Tap Road/Parkway Blvd. Phasing Diagrams & Interval Charts Revision/Date 0/7-10-89 0/7-10-89 0/7-10-89 0/7-10-89 INDEX TO DRAWINGS SHEET NO.. 0 1 2 3 * 4 5 6 7 8 APPENDIX A ALTERNATE 1 ALTERNATE 2 DESCRIPTION Cover Sheet/Location Map Index & Quantity Sheet Belt Line Road/Denton Tap Road Denton Tap Road/Bethel School Road Denton Tap Road/Parkway Boulevard Detail Sheet Detail Sheet Detail Sheet Detail Sheet Revised Per Addendum No. 1 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 ENG1NEER 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 structur~ has been made suitable for use or occupancy or the facility is in condition to serve 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 will 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 for payment and supporting data, determine the amount owed to the CONTRACTOR and approve, in writing, payment to CONTRACTOR in such amounts; such approval of payment to 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 approv.al of an application for payment to CONTRACTOR shall not be deemed as a representatio~ 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 OWNER relating to 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 CO~TRACTOR 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. 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- ees 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 shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all 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 construction, 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. 2.11 SANITATION. Necessary sanitary conveniences for [lie 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 shall 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 assume 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 on the OWNER, unless it can be clearly shown 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 shall be paid for by the OWNER; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the CONTRACTOR proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, 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 same, 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 OWNER 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. 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 shall keep one copy of the sa, Ne constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. Ali drawings, specifications and copies thereof furnished by the ENGINEER shall not be reused on other work, and, with the exception of the signed contract sets, are to be 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 shal! 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 constructin~ or installing such collsteral work as said OWNER may desire. 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 progxess o£ 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. G-5 o ....... ~ ....... .E .... 3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple- 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. therebv 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 iob 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 ail 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 OWNER 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 OWNER 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 been fully discharged, 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 sentence be construed to impose any obligation upon the OVqNER 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 use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee or owner. The CONTRACTOR shah 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 process or the product of a particular manufacturer or manufacturers is specified or required by the ~).WNER; provided, however, if choice of alternate design, device, material or process is alloweti to the CONTRACTOR, then CONTRACTOR shall indemnify and save OWNER harmless from any loss on account thereof. If h: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 alt times 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 wlqere such violations are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary 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 case 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 as part of this contract, to the same effect as though embodied herein. 3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of the ENGINEER, and that no part or feature of the work will be sublet to anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required 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 resnective 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: (1) Is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and, G-7 (2) Is 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 Paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the failure to give directions or instructions by the 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 by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) Workmen's 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 claims 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. 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 work, and estimated dates~of completion of the several parts. G-8 ® ~ ' ............... 4.02 EXTENSION OF TIME. Should the CONq-RACTOR 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 justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the ENGINEER, provided, however, that the CONTRACTOR shall 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. I I 5. MEASUREMENT AND PAYMENT 5.01 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. I I I I i I I I I ! I 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. It 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 make 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 under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any maior 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 '~Maior 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 by 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, equipment 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 pay 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 ~) ~ ........... c ..... 5.04 PARTIAL PAYMENTS. On or before the l0th da>' of each montb, 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 tile preceding month; said statement shall also include tile 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 10 per cent of the amount thereof, which 10 per cent shall be retaiued 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 the 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. The 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 the 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 the Certificate of Acceptance nor the t'inal payment, nor any provision in the Contract Documents, shall 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: i I I I I I (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 satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the 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 OWNE__~ 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 agreed upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "actual field cost" of the work, plus 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, mechanics 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 necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on 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 directed 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- m~nt to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless 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 th~ 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 unless 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 compensation or an adjustment in the construction time, he shall make written request to the ENGINEER for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance, the CONTRACTOR shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to arbitration, as hereinbelow provided. 6.04 TIME OF FILING CLAIMS. It is further agreed by both parties hereto that 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 has given any directions, order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER shall reply within thirty (30) days to such ~ritten ,~xceptions ~y the CONTRACTOR and render his final decision in writing. In case the CONTRACTOR 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 after the date of delivery to CONTRACTOR of the ENGINEER'S final decision. It is further agreed that final acceptance of the work by the OWNER and the acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either party, except where noted otherwise in the Contract Documents. 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 ~ ..................... hy the two arbiters so mlected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by a District Judfe oarvinf the County in which the major portion of the project, is located, unless otherwise specif'md. Should the party demanding arbitration fail to name an arbiter Wit_~i,~ ten (10) days of the demand, his rifht to arbitrate shall lapse, and the dacision of the ENGINEER shall be final and bJndinf on him. Should the other party fail to choose an arbiter Within ten (10} days, the ENGIlq~.F-R shall appoint such arbiter. Should either party refuse or neglect to supply the arbiters with any papers or information demanded in The arbiters shall net with promptnem. The decision of any two shall be binding on both parties to the eontrect. The decision of the arbiters upon any question submitted to arbitration under this contract shall be a condition p~eedent to any r~ht of legal ection. The decision of the arbiter or arbiters may be r'ded in court to carry it into effect. The :arbiters, if they deem the ease 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 at, reement, 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. ?. ABANDONMENT OF CONTRACT ?.01 ABANDONMENT BY CONTRACTOR. In ease the CONTRACTOR should abandon and fail or refuse to resume work ~ithin ten (10) days after w,itten notification from the OWNER, or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER, when such orders are consistent swith 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 receivin~ 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 ~ame, 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 the Surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the OWNER may provide for completion of the work in either of the foHowinf elective manners: ?.01.1 The OWNER may thereupon employ such force of men and use such machinery, equipment, tools, materhls and supplies as said OWNER may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, material~ and supplies to said CONTRACTOR, and expense no char~ed shall be deducted and paid hy the OWNER out of such moneys as may be due, or that ma), thereafter at any time become due to the CONT~AC- 'FOR under and by virtue of this Afreement. In case such expense is Jess than the sum which would have been payable under this contract, if the same had been completed by the CONTRACTOR, then said CON'~CTOI~ shall receive the difference. In case such expense is ~reater than the sum which would have been payable under this contract, if the same had been completed by s~id (~ONTRACTOR, then the COlqTRACTOR and/or his Surety shall pay the amount of such excess to the OWNER; or 7.01.9- The OVeR under sealed bids, after five (5) days notice published one or more times in n lJewspaper havi,~f ~eneral eirculation 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 charred to the CONTI~CTOR and the Surety shall be and remain hound 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 ~ubstantially 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 ir~ued. 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 hi, Surety, or the OWNER az the case may be, ~hall 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 ~tatement of accounts shows that the cost to complete the work is lesz 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 ~ite of the work shall be turned over to the CONTRACTOR and/or his Sure~ty. 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 ~uch notice, such property shall be held at the risk of the CONTRACTOR and his Surety subject only to the duty of the OWNER to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the OWNER may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made at either public or private sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery, equipment, tools,' materials, or supplies, which remain on the work, and belong to persons other than the 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 OWNER shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days 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 stated 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 ~g~eed 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 by the OWNER under the terms of this Azreement 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. G-14 I STANDARD FORM OF AGREEMENT '' As Adopted By TIlE TEXAS SECTION OF TilE 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 TItlS AGIIEEMENT, made and entered into this ~2~day of A.D. 19 ~9 ,by and between City al: Coppcl] I of the County of Dallas and State of Texas, acting through I i Mayor and Com~cil Party of tim First Part, hereinafter termed OWNER, and Arjang li'lcctric Sfstems~ Inc. thereunto duly authorized so to do, Tarrant I I I I I I of the City of Arlington , County of and State of Texas , Party of the Second Part, hereinafter termed CONTF. ACTOR. WITNESSETII: That for and in consideration 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 (OWNEtt) to commence and complete the construction of certain improvements described as follows: ])onion Tap ]load TrafJ-.[c Signals itt Bethel. School Road and Parkway Boulevard; and 5aady Lake Road TrafE:[c Signal Hodificakions at Moore Road 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 arm 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 ~.he conditions and prices stated ill 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 ther. eof, and the Specifications and addenda therefor, as prepared by .,. Gi 1/11, I nc. {']OI1SII] Ii i llg 1Mg i nee rs I I herein entitled the ENGINEEI~., each of which h:m been identified by the CONTRA('TOIt nmi the EN(;INEEIt. t.gether with thc CONTItACFOIt'S writte, l'roposal, the General Conditions of the Agreement. slid the l'erf.rmam'c ami I'aymenl II.mis herelo attnched; all of which are made a part herc. f and c.llectively evidence and constitute the entire eonh'acl. I Thc CONTItACTOR hereby agrces tu cum,hence work within ten (I0) days after the date written notice to do 3o Mlall have been given to him, and to nubstanLially complete the same calendar day~ within 90 ~{~kq~il~::~ll~'y~: after the date of the written notice to commence work, subject to such extensions of time as are provided by tile General and Special Conditions. TIIE OWNER agrees to pay the CONTIt. ACTOR in current funds the price or prices shown in tile proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the co.tract. 1N WITNESS WIIEI{ASOF, the parties to these presents have executed this Agreement in tile year and day first above written. · BOND PREMIUM BASED ON PERFORMANCE BOND ' STA'IEOI, TEXAS ~ ' ' "' / " I COUI~i'Y OF 'l~,llas ] . 1~ NO. 83a361-89 . I IT. NOW ALLMI".N Ill" TIIF~I". I'RI~ENTS: That Arj;,nf. F.l¢.cl:,'i.¢ Hysl'(:m.~, Inc. · ' ' ~' · '- · . of tile City of Afl i.,q,.ton Coulity of. Tarrant , and SLate of Tc. xas ' ' , as I. principal, .nd. Ihtemati0m]' Fidelil:l/ Insurance Ca~'pany ... authoriz~l under the laws of the State of Texas ~o act as surely on bonds for principals, are held 'and firmly bound'unto' City oF £~)~)c11"., ' (Owner), I in the penal sum of One Ikmdrc~l i:orty. $.i..x I'!]ousanS!.' ~.]~rcc I I,~,L~l}~All~)Rllars lot l,e payment ..whereof, ilm Jnnc,p'i¥ an urety /Jm ' ll m lves, and the rheus, I admh, istralors, execut_or~, succes~oa and assigns, jointl:~' and, severally, by these presents: WHEREAS, the Principal bas entered into a certain Written conlracl with tl,e Owner, I dated the 22nd of Se~ ' , 19 89 day to i,~s~:al.I tr;,~£i¢ sil;nals "' '" ~ ' "- ' ~' '" ' 'o, I)cnton I'ap Road at Bethel. $chool Road and I'ark~ay Blwl. al~d I,~di. lYy traE£i.c s.ignals at Sandy I~lkc Road aqd Noorc Road ' I which coalract is referred and made bereo£ and the extent llereby' to part fully to same as ff copied at length herein. I NOW, THEREFORE, TIlE CONDITION OF ~HI$ OBLIGATION I$ SUCH, thai if the i raid I'riu¢ipal si,ail faithfully perfonu said Contracl and shall in all respects duly and faithfully II observe and perform .all and singular tile covenants, conditions and agreements in and by said coalracl agreed aqd covenanted by the Principal to be observed and performed, and according to the true inlent and meaning of said Contract and the Plans and Specifications hereto annexed, ti,eh this obligation shall be ~oid; otherwise to remain in full force and effect; . "I'ItOVIDED, I-IOWEVER, that this bond is executed pursuaqt to tlac provisions of (Article 5160 for Public Work) (Article 5472d for l'ri~ale Work)* of tl,e Revised Civil $latutes o1' Texas as ~ended and all liabilities on ti,is bond shall be determiucd in accordance Wltla tl,e provisions of ~aid Article to the same cxteql as if it were copied at lenglla herci,~." I Surely, for value received, slipulates and agrees £hat ilo change, exlension of time, alteralion or addition lo die terms of lhe conlracl, or to the work performed lhereunder, or lhe plans, speci- I ficatioas, or drawings accompanying the same, Slaall in anyway affecl its obligation on this I I I *Not applicable for fcderal work. Sec "l'he Millcr Act." 40 U.$.C. S270. I'B-i -I bond, aud it docs hereby waive notice of any such change, extenMon of time, alteration or addition to thc reruns o£ the contract, or to the work to be performed thereunder. LN WITNESS WIIEItEOF. the said Principal and Surety have signed and sealed this instru- ment this 22nd day of September , 19 89 Ar~anq Electric S~stems. Inc. Prin¢llml Title ~ ~' "~ ~' '~ ~ Internotional Fidelity ln~lmanc~ C. nmpany Surt't~' /;~ f:.' ,... .> -. Cheryl L/~ Humphrey : ~ /.. Title Attorn~y-i n-Fact ~ .../ Address. 24 Commerce Street Newark, New 2ersey 07102 The name and address of the Resident Agent of Surety is: V.R. Damiano, Or. 101E. Park Blvd. #1021 Plano, Texas 75074 iI BOND PREMIUM BASED ON FINAL CONTPu~,CT PRICE I BONDEXECUTED IN SIX (6) ORIGINALS PA YM F. NT BOND PREMIUM CHARGED ON ANNUAL BASIS STATE OF TEXAS COUNTY OF. BOND NO. 838061-89 ! I I i 1CNOW ALL MEN BY TIIFESE PRESENTS: That Arj;m!; Electric S),.~l-em.~, Inc. .f the City of. Arlin~ton ~unty of Tarr~t ., and State of Texas principal, and I~ati~al Fi~lity Ins~a~ ~ny authorized under the laws of the State of Texas to act aa surety on bonds for principals, are held and firmly bouud unto City of Coppel ] (O~er), ' . One Iltmdred FoI'I' Six Thou%;Iml. 'l'hrce Ihmdr~,llar~ ~146~387.00 m the penal 8UlIi Of ..... -- ..... .____Y _: ..... '- ~ .... ~, ) Ei$,hlv Seven IN)liars ;]mi 00/.I,0 ., , for the payment whereof, the said l"rfilcipal ~h~d Surety bihd themselves aim amir heirs, adminis- trators, executors, successors ami a~aigns, jointly and severally, by these presents: I I I WIIEItEAS, the Principal has entered i.to a certain written contract with tile Owner, dated the_ 22rid day of $o[Yc~'li3or , 19 89 , ~ install tral717i, c s.ignal.s on Denton Tap Road at Bethel. School l(oad and l';lrkway Blvd. ;Iud modi.[y traffic sign;Ifs ;il: Salldy laikc Road and Moore Road. which contract ia hereby referred to aud made a lmrt hereof as fully and to the oame extent as if copied at length herein. I I NOW, TIIEltEFORE, TIlE CONDITION OF TILLS OBLIGATION IS SUCII, that if the said l'riuc;pal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of tile work provided for in amd contract, then, this obligation shall be void; othe,-wiae to remain ill full force and effect; I I I'ltOVIDED, IlOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the I[evised 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 agreea that' Ilo change, extenMon of time. alteration or addition to tile term~ of tile contract, or to the work performed thereundcr, or the plans. ~l~cifications or drawinga accompanyi.g tim same, ehall in auywise affect its obligatiou on this I I bond, oa~d it does hereby waive notice of any sucll change, extcnaion of time, alteration or addition to the terms of the contract, or to the work to be performed thcreumler. ,I IN WITNESS WIIEI[EOF, the said Priucipal and Surety have signed and sealed this inBtru- meat this.. 22nd day of. SEptember ,'19 89 Ar.ian.q Electric S_ys_tems, Inc. l'rlncll,&l Title ?c C C',~ '\c~ x ~% address. ~,C>,~.~' ~ l~I~, International Fidelity In'surance Company /:"'. , /!~_/ Cheryl L: ~um~hrey Title. Attor~y-i n-Fact Address 24 Commerce Street Newark, New 2ersey 07~02 The name and address of the Resident Agent of Surety ia: V.R. Dami ano, ~0~ E. Park Blvd. #~02~ Plano, Texas 75074 TE'..(:0I)6 -7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: 24 COMMERCE STREET NEWARK, NEW JERSEY 07102 BOND NO, KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint V.R. DAMIANO, JR., BETTY J. DAMIANO, CHERYL L. HUMPHREY, SHANE ALLEN HUMPHREY PLANO, TEXAS 6-89 its true and lawful attomey(s)-in- fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article2, - Section 3, of the By-Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 23rd day of December, 1968. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such Attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directo~ of said Company adopted at a meeting duly called and held on the 4th day of February, 1975 of which the following is a tree excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 1st day of May, A.D. 1986~ INTERNATIONAL FIDELITY~INSURANCE COMPANY STATE OF NEW JERSEY County of Essex Executive Vice President On this I st day of May 1986; before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. ~'J~' J~'~J~.lr 7~.,.~lr .~_~--~I°'NthT~ESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, ~a~'~i~--~' City of Newark, New Jersey the day and year first above written. A NOTARY PUBLIC OF NEW JERSEY My Commission Expires April 28, 1992 CERTIFICATION I. the undersigned officer of INTERNATIONAL FIDEI-JTY ~TSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sectio~ofthe By-l~aw~s qf said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAiD COMPANY, an~ithat the same are correct ~ranscripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full~forc~e and'~ffect IN TESTIMONY WHEREOF, I have hereunto set my hand !his ~P~ay of Sep'~ffibel' 1989 Assistant Secretary SECTION 00630 - CERTIFICATE OF INSURANCE After award of contract, Contractor will provide Owner with Certificate of Insurance which will be executed and bound here with final documents. Sec. 00630 -- 1 .~,.RTIFIC.~ff~2-'~9-1£:46 ._C_ZGHA * PaL.LAS REGI0 Certificate of In~uranoe neither afl rmaflvely nor negatively ~e pollciea It ;e~lfloate;,} 9-22-89/dh ~ts b to Certify to Co~su~tin8 Engineer9 17103 Preston Dallas, Texas 75248 the following delcribl~ ~l}ay Or ~oli~iel, [~ued by The Company is coded below. i~vlding I~u?nce only ~9~ hazerd~ check~ by '*X" bllow~hlve been {trued arJan~ Electrical SyeCeme~ P.O. Box 121816 ;to~, Texas 76012' '{~g in accordance with the fermi thereof, et the following lo;etlon(t): /.~ ' , ,,.. Texas ..... TYPE OF POLICY POLICY NUMBER lard Workmen's Compgn~tion & TAC: 050841 Employers' Liability : .' General Liability Premisem-Operattonl (Including "in. eldantel Contraota" al defined beiowJ Independent CentraCtorl Completed Operetlonm/Products Contractual, (~clfle type es deler;b~ In footnote below) Premleel~p~atiOnl (In;luding "lneldentlf Contrletl, es defined ~low} . J~epondent Contractorl Contractual, {iPgcific ty~l al ~e;crib~ in foot~ote below] 'Automobile Liability i 0wried Automobiles Hired Automobilee Non.Owned Automobilea Owned Automobiles Hi~ed Automobilel or lncide~Cal OU~ 'aBa, Only Footnote** Sut:)Ject to all the policy terms itppllcebJa, specific contractual coverage is provided es respects [] a cOntract / greementsI between the In~ured and'. Contracts rNP. ME Gle OTHER PARTY CIGI~ Properly and Coau~lty Componie~. '~... POLICY PERIOD 3-22-89/90 COMPANY CODES [] CIGNA INSURANCE COMPANY [] CIGNA]NS. CO. [] PACIFIC EMPLOYERS iNS, CO, INSURANCE COMPANY [] OF NORTH AMERICA [] CIGNA INS. CO, OF ILLINOIS [] CIGNA INS. CO. OF OHIO [] [OTHER; ~ SPECIFY~ LIMITS OF LIABILITY ~00,000 ;tetutory W, C. One A[=cident end Aggregate Olseese $ Each Potion ~ ~ A~ldent Each ET] Occurrence .$ Aggregate-Completed OperatlonslPr(xiuot$ ~ - & r-I Accident Each I"'10~urrence Aggregate -PremJOper, AggceEete-Protective Aggregetl-Completed OperltlonslPrcxlucts Aggr~gate-C. ontrectual , , ', $ Each Person r"l Accident Each [] Occurrence ~ OCcprrence :~. is include, This provides coverage WC bene~tC~ apply . It' Is the intention of the cool, any that in the event of cancelllfion of the policy or policies by the company, tan (10} days' written notice of loch cancellation will be given tO you at the oddress stated above. f apglicaUla} 'RAGT NO. (If i' (OR JOSl ~ tJon$: "incidental contract" means any written (lJ lease of premises (2) ealefflant egreemeWt, e~cept in connection with construction or demolJtio~ tions on or edjDcent lo e railroad [3) uhdertaklng to indemnify , municipality requijed~y municipal ordinenc~pT in cO~e~n witF Alt, ltltlt. CERTIFICATE OF INSURANCE ,SSUEBATE,MM O,YY) 9/13/89 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Monroe & rvlonroe Tns. Agency EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 2212 Arlington Downs #204 Az'lington, Texas 76011 COMPANIES AFFORDING COVERAGE CODE INSURED SUB-CODE Arjang Electric Systems, Inc. P.O. Box 121816 Arlington, Texas 76012 COMPANY LETTER A Neu Hampshire Ins. Co. COMPANY LEal'ER B COMPANY LETTER C COMPANY LETTER O COMPANY E LETrER I~0V-E~RAGES ; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WItH RE,~PECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, co TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY A CLAIMSMADE X OCCUR. Renewal # of 8/9/89 8/9/90 OWNER'S & CONTRACTOR'S PROT. TGL 6499429 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY NUMBER POLICY EFFECTIVE POUCY EXPIRATION DATE (MMIDD/YY) BATE (MMIDD/YY} AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY OTHER OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY BA 6136992 2/15/89 2/15/90 ALL LIMITS IN THOUSANDS GENERAL AGGREGATE $ 2,00O . PRODUCTS-COMPIOPS AGGREGATE $ 2 ~ 000 PERSONAL & ADVERTISING INJURY $ 1,000 EACH OCCURRENCE $ 1,000 FiRE DAMAGE (Any one fire) $ 50 MEBICAL EXPENSE (Any one person) $ 5 COMBINED SINGLE $ UM~T 1,000, BODILY INJURY $ (Per person) BOBILY INJURY (Per occident) PROPERTY BAMAGE $ EACH AGGREGATE OCCURRENCE $ $ STATUTOR~ (EACH ACCIDENT) (DISEASE--POLICY LIMIT) (BISEASE--EACH EMPLOYEE DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIRESTRICTIONSISPEClAL ITEMS Tra££~c Light Installation Certificat Holdec named as additional insured. CERTIFICATE HOLDER~! !:~i:~i~ City of Coppell & Ginn, Inc. Consulting Engineers 17103 Preston Rd. Dallas, Texas 75248 ACORD 2S-S (3188) CANCELLATION ._.. ~?~ ~:? SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIraTION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL-- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AIITNO~D REPRESENTATIVE~ ©ACORD COR~O~AIION l~SS, SECTION 00650 - SPECIAL CONDITIONS 1.1 INDEX TO SPECIAL CONDITIONS pARAGRAPH 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 GENERAL DEFINITION OF TERMS MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT CONTRACT EXECUTION & ISSUANCE OF WORK ORDER STATE & CITY SALES TAX EXISTING STRUCTURES PROTECTION & RESTORATION OF PROPERTY REFERENCE SPECIFICATIONS SUBSURFACE CONDITIONS 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 GENERAL NOTES PAGE NO. 00650-1 00650-1-3 00650-3-9 00650-10 00650-10 00650-10 00650-11 00650-11-12 00650-12 00650-12 00650-12 00650-12 00650-13 00650-13 00650-13 00650-13 00650-14 00650-14 00650-14 00650-14 00650-14-17 __ SECTION 00650 - SPECIAL CONDITIONS A. These Special Conditions supplement, modify, change, delete from and/or add to the Specifications and the "General Conditions of Agreement". Where any Article of the General Conditions is mgdifie~ _~r. any Paragraph, subparagraph or Clause thtr~of ~,~;f~St%%~deleted by these supplements, the unal=erea proYx~Xu,,= ~ that Arti- cle, Paragraph, Subparagraph or Clause shall remain in effect. DEFINITION OF TERMS Wherever the words, forms or phrases defined herein or pronouns used in their place occur in these Specifications, in the Contract, in the Bonds, in the advertisement, or any other document or instrument herein contemplated, or to which these Specifications apply or may apply, the intent and meaning shall be interpreted as follows: A. 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. B. Engineer: Wherever the word ,,ENGINEER" is used in the Specifications and the Contract Documents, it shall be understood as referring to Ginn, Inc.; 17103 Preston Rd., suite 100, LB 118, Dallas, Texas 75248. C. ~dvertisement: All of the legal publications pertaining to the work contemplated or under Contract. D. Bidder= Any person, persons, partnership, company, firm, association, or corporation acting directly or through a duly authorized representative submitting a Proposal for the work contemplated. E. Contra~t: The written agreement covering the performance of the work. The Contract includes the advertisement, Proposal, Specifications, including special provisions, Plans or working drawings and any supplemental changes or agreements pertaining to the work or materials therefore, and bonds. F. Contractor= The person, persons, partnership, company, fi~m, association, or corporation entering into Contract for the execution of the work, acting directly or through a duly authorized representative. Sec. 00650 -- 1 G. Payment Bonds The approved form of security furnished by the Contractor and his surety as a guaranty for the protection of all claimants supplying labor and material in the prosecution of the work .provided for ~ this Contract; said security shall be in accordance with the provisions of Article 5160, Revised c~vil Statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. H. Performance Bond: The approved form of security furnished by the Contractor and his surety as a guarantee of good faith on the part of Contractor to execute the work in strict accordance with the Plans, Specifications and terms of the Contract, and that the Contractor will maintain the work constructed by him in good condition for the period of time required; said security shall be in accordance with the provisions of Article 5160, Revised civil Statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. I. Pl&n or Plans: All the Drawings pertaining to the Contract and made a part thereof, including any supplementary drawings or addenda as the Engineer may issue in order to clarify other drawings, or for the purpose of showing changes in the work hereinafter authorized, or for showing details not shown thereon. j. Proposal: The written statement or statements duly filed with the city of Coppell of the person, persons, partnership, company, firm, association, or corporation proposing to do the work contemplated, including the approved fo~m on which the formal bids for the work are to be prepared. K. Proposal Guaranty: The security designated in the advertisement and Proposal, to be furnished by each bidder as a guaranty of good faith to enter into a Contract with the City of Coppell and execute the required bonds for the work contemplated after the work is awarded to him, and payment of damages upon his failure to enter into the Contract. forth L. Special Provisions: The special ~laus~s setting . . conditions or requirements peculiar to the ~peclflC project involved, supplementing the Technical Specifications, and taking precedence over any conditions or requirements of the Technical Specifications with which they are in conflict. M. Specifications: The directions, provisions, and requirements contained herein, together with the special provisions, supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the materials to be furnished under the Contract. Sec. 00650 -- 2 1.4 Oe Pe Sureties: The corporate bodies which are bound by such bonds as are required with and for the Contractor. Said sureties engaged to be responsible for the entire and satisfactory fulfillment of the Contract, and for any and all requirements as set out in the Specifications, Contract or Plans. The Work: All work, including the furnishing of labor, materials, tools, equipment, and incidental, to be performed by the Contractor under the terms of the Contract. Working Day: A working day is defined as: a calendar day including Saturdays, Sundays, or legal holidays in which weather or other conditions not under the control of the Contractor will permit the performance of the principal units of work underway for a continuous period of not less than 7 hours between 8 a.m. and 6 p.m. One day will be charged against the Contract working time when weather conditions will pe£mit 7 hours of work as delineated above. A principal unit of work shall be that unit which controls the completion time of the Contract. Nothing in this definition shall be construed as prohibiting the Contractor from working on Saturdays if he so desires and has the approval of the Engineer. Work on Sundays will not be permitted (except in cases of extreme emergency and then only with the written permission of the Engineer). MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT The following designated items of the General Conditions of Agreement are modified as follows: 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 all surveying necessary to lay out the Work. Contractor shall be responsible for establishing all lines and grades necessary to control the Work and shall be responsible for the precise location of all facilities." "The Engineer may make checks as the Work progresses to verify lines and grades established by the Contractor ~o 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 -- 3 B. Paragraph 3.09 - 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 as 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 flagmen at all points where his operations interfere in any manner with traffic flow. Flagmen shall be English speaking, courteous, well informed, physically and mentally able effectually to perform their duties in safeguarding and directing traffic and protecting the Work, and shall be neatly attired and groomed at all times when on duty. Flagmen, when directing traffic, shall use standard flagging procedures set forth in the ~Instructions to Flagmen' published by the Texas State Department of Highways and Public Transportation." "The Contractor shall provide, construct and maintain suitable barricades as 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 flags at points along the project as may be necessary to protect the Work and safeguard all traffic. Ail signs, barricades and working area layouts shall be provided and maintained in accordance with requirements of Part VI of the Manual on Unifozm 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 conjunction with necessary warning signs and barricades will 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 will be made therefore." Sec. 00650 -- 4 C. Paragraph 3.10 - Performance and Payment Bonds is modified as follows: 1. With the execution and delivery of the Contract, the Contractor shall execute and furnish separate Performance and Payment Bonds on the fo~s provided as follows: a. Performance Bon4: A Performance Bond in the amount of one hundred percent (100%) of the Contract price, or only increases or deletions therefrom due to Contract modifications, guaranteeing faithful perfozmance of the work and fulfillment of the obligations of the Contract. The Performance Bond shall guarantee that the Contractor shall repair and/or replace any defects in the work arising from defective or inferior workmanship or materials used therein, for a period of one (1) year from date of final acceptance of the work by the Owner. be 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 all persons supplying labor and materials or furnishing equipment in the execution of the Contract. 2. Performance and Payment bonds shall be from an approved surety company holding a permit from The State of Texas to act as surety or other surety or sureties acceptable to the Owner. D. Paragraph 3.18 - Insurance is modified by the addition of the following · Contractor shall comply with each and every condition contained herein. The Contractor shall provide and maintain, until the work covered in the contract is completed and accepted by the City of Coppell, the minimum insurance coverages as follows: 1. Commercial General Liability insurance at minimum combined single limits of $1,000,000 per-occurrence and $2,000,000 general aggregate for bodily injury and property damage, which coverage shall include products/completed operations, and XCU hazards. Coverage for products/completed operations must be maintained for at least two years after the construction work is completed. Coverage must be written on an occurrence form. Sec. 00650 -- 5 2. Workers Compensation insurance at statutory limits, including employers' liability coverage at minimum limits of $500,000. 3. Commercial ~utomobile Liability insurance at minimum combined single limits of $1,000,000 per-occurrence for bodily injury and property damage, including owned, non-owned, and hired-car coverage. 4. ~11-Risk Builders' Risk insurance at completed value if the contract is for the construction of a structure or building. *Note that the general aggregate limit must be at least two times the per-occurrence limit. A comprehensive general liability insurance fo~ may be used in lieu of a commercial general liability insurance fo£m. In this event, coverage must be written on an occurrence basis, at limits of $1,000,000 per-occurrence combined single limit, and coverage must include a broad form comprehensive general liability endorsement, products/completed operations and XCU hazards. With reference to the foregoing insurance requirement, Contractor shall provide the following endorsements: 1. Named insured wording which includes the Contractor, the city of Coppell and Ginn, Inc., with respect to General Liability, Automobile Liability, and Builders' Risk. 2. Ail liability policies shall contain cross liability and severability of interest clause. 3. A waiver of subrogation in favor of the City of Coppell and Ginn, Inc. with respect to the Builders' Risk Workers Compensation insurance. 4. The policy shall be endorsed to require the insurer to immediately notify the City of Coppell and Ginn, Inc. of any material change in the insurance coverage. All insurance shall be purchased from an insurance company that meets the following requirements: 1. A Best financial grading of A:X or better. 2. Licensed and admitted to do business in the State of Texas. Sec. 00650 _ 6 Ail insurance must be written on forms filed with, and approved by, the Texas State Board of Insurance. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent and shall contain provisions representing and warranting the following: 1. The company is licensed and admitted to do business in the State of Texas. 2. The company's forms have been approved by the Texas State Board of Insurance. 3. Sets forth all endorsements as required above. 4e The City of Coppell and Ginn, Inc. will receive at least sixty (60) days notice prior to cancellation or termination of the insurance. Upon request, Contractor, shall furnish the Owner with certified copies of all insurance policies. The Contractor shall also file with the Owner valid Certificates of Insurance covering all subcontractors in accordance with the insurance requirements set forth herein for Contractor. E. Section 4 - PROSECUTION AND PROGRESS is deleted in its entirety and the following substituted therefore: 4. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 4.01 TIME FOR COMPLETION: The time allotted for com- pletion of all items of work for this project shall be 90 consecutive calendar days. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninter- ruptedly at such a rate of progress as will insure full 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 a reasonable time for the completion of same, taking into considera- tion the average climatic range and usual conditions prevailing in this locality. Sec. 00650 -- 7 4.02 LIQUIDATED DAMAGES: If the said Contractor shall neglect, fail 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 a part consideration for the awarding of this Contract, to pay to the Owner TWO HUNDRED FIFTY DOLLARS ($250.00) FOR EACH CALENDAR DAY, not as penalty, but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and Owner because of the impracticability and extreme difficulty of fixing 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. It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the perfozmance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner; Provided further, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due: a. 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 a Contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather: and Sec. 00650 -- 8 Ce To any delays of subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this article; Provided further, that the Contractor shall within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the Owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. F. Paragraph 5.04 - Partial Payments, is deleted in its entirety and the following substituted therefore: "On or before the tenth of the month, the Contractor shall prepare and submit to the Engineer for approval a statement showing as completely as practicable the total 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 job site of the work that are 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 less five (5) percent of the amount if total project estimated cost exceeds $400,000 or ten (10) percent of the amount if the estimated project cost is less 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 te~ms 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 the 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 fully complete the work and, thereupon, the Contractor shall receive payment 9f the balance due him under the Contract subject only to the conditions stated under ~Final Payment'." Sec. 00650 -- 9 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER It is the intention of the Owner to notify the Successful Bidder in writing, within ninety (90) days after receiving bids, of his acceptance of the Proposal. The Contractor shall complete the execution of the required Bonds and Contract within ten (10) days of such notice. Upon completion of the execution of the Contract Documents, the Owner will issue a "Notice to Proceed with Construction." 1.6 STATE AND CITY SALES TAX The Contractor's attention is directed to A~endment No. 7 to Section 6a, Article 20.01, Chapter 20, Title 122A, Taxation-General of the Revised Civil Statutes of Texas. This amendment provides that all items used or consumed by a contractor, whether incorporated into the project or not, can be purchased free of State and city sales tax when the project is being performed for an exempt agency. Included are equipment rentals and other items which are consumed by the contractor but are not incorporated into the project. Be This Contract is issued by an organization which quali- fies for exception pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax. Ce The contractor performing this Contract may purchase, rent or lease all materials, supplies, and equipment used or consumed in the performance of this Contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying 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 as amended to be effective October 2, 1968. 1.7 EXISTING STRUCTURES The Plans show the locations of all known surface and sub-surface structures believed to be involved in this proposed construction. However, the Owner assumes no responsibility 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 as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the Plans and Specifications, in which case the provisions in the General Conditions of Agreement for extra work shall apply. Sec. 00650 -- 10 1.8 pROTECTION AND RESTORATION OF PROPERTY The Contractor shall be responsible for the preservation from injury and damage, resulting directly or indirectly from the execution of the work under this Contract, of all public and private property adjacent 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 as wires, cables, etc.; within or without the work area. He shall protect and carefully preserve all official survey monuments, properties and section markers or other similar markers until an authorized agent has witnessed or otherwise referenced their location and shall not remove them until directed. When or where direct or indirect damages or injury is done to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the work or in consequences of the nonexecution of same on the part of the Contractor, such property shall be restored at the Contractor's expense to a condition similar or equal to that existing before such damage or injury was done, he shall make good such damage or injury in an acceptable manner. In case of failure on the part of the Contractor to restore such property, or make good such damage, or injury, the Engineer may upon twenty-four (24) hours written notice, proceed to 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. ~.9 REFERENCE SPECIFICATIONS Reference to ASTM, or others as listed .below, shall be considered as referring to the S~eciflcations 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 follows: 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.I ............. 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 (CONTINUED ON NEXT PAGE) Sec. 00650 -- 11 U.L ............... 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 S.S.P.W.C.N.C.T...Standard Specifications for Public Works Construction North Central Texas ~.10 SUBSURFACE CONDITIONS Contractor shall make his own investigation of subsurface conditions. No claims for extra compensation due to unusual soil conditions that are found to exist will be allowed. 1.11 SERVICE OF MANUFACTURER'S REPRESENTATIVE The Contract price for the project shall include the cost of furnishing competent and experienced engineers or superintendents who shall represent the manufacturers and shall assist the Contractor, when required, to install, adjust and test the equipment in conformity with the Contract Documents. After the equipment is placed 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 shall instruct the Owner's representatives in the proper operation and maintenance of such equipment or system. ~.12 PLANS AND SPECIFICATIONS AVAILABILITY The Engineer will provide the Contractor with six (6) copies of Plans and Specifications in addition to the Contract Sets provided for use on the project. 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. 1.13 SUBCONTRACTORS 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. Sec. 00650 -- 12 1.14 CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVICES The Contractor shall make his own investigations and be fully responsible 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 conflict 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 water, sewer, gas, telephone or other utility which inter- feres 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. 1.15 MANUFACTURER'S DIRECTIONS All manufactured articles, materials and equipment shall be applied, installed, connected, erected and used as directed by the manufacturers, unless herein specified to the contrary. Contractor shall furnish copies of all printed directions with the material. ~.16 SANITARY FACILITIES 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 Texas State Health Department and those of any other agencies having jurisdiction herewith. The field toilets shall be cleaned and scrubbed with a disinfectant at least once per day. 1.17 GUARANTEE OF WORK All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for one year from date of final completion and acceptance of the project. Sec. 00650 -- 13 1.18 FINAL INSPECTION When the work is completed, the Contractor shall notify the Owner in writing on which date he will be ready for final test and inspection. Notice shall be given seven (7) days in advance and verified by telephone twenty-four (24) hours prior to the time set for inspection. After the Owner and Engineer are completely satisfied with the work, the Engineer shall make final measurements of all items and approve final estimate and advise the Owner to make final payment to the Contractor. 1.~9 pERMITS AND LICENSES Ail permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Building permit fees shall be waived for this work. 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 project. ~STING All required testing will be paid for by the City of Coppell. Any retesting required will be at the expense of the Contractor. 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. GENERAL NOTES 1. The City of Coppell will award the project to the contractor who submits the best traffic signals 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 Sec. 00650 -- 14 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 plan his work sequence in a manner that will cause the minimum interference with traffic during construction operation. Access to facilities must be maintained at all times throughout the duration of the construction. Before beginning work on the project, the Contractor shall submit for approval by the Engineer a plan of COnstruction Operations. 3. If, at any time during construction, the Contractor's proposed plan of operation for handling traffic does not provide for safe and comfortable movement, the Contractor shall change his operation to the extent necessary to correct unsatisfactory conditions. Any major correction must be approved by the Engineer. 4. The contractor shall provide the necessary signing and warning devices as shown in the plans to protect motorists during construction. Flagmen shall be used if any street is closed to one lane of traffic. Any vehicles which stand in or block any portion of roadway 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 A.M. and 4:00 P.M. 5. Part VI, "Traffic Controls for Street and Highway Construction and Maintenance Operations" of the "Manual on Uniform Traffic Control Devices" shall be adhered to throughout the duration of this project. ,,Construction Ahead" and "End Construction" signs, with the barricades shall be installed at the beginning and end of the project. These signs shall be considered incidental work and will not be paid for as a separate pay item. Sec. 00650 -- 15 6. The Contractor will be held responsible for placing and maintaining all necessary barricades, vertical panels with flashers and signs to provide maximum safety to the motorist. All barricades and signs shall be kept clean and broken ones will be replaced. The Contractor should use good judgment when considering the safety for motorists. Barricades and signs will not be a direct pay item on this project. 7. Prior to the start of construction, it is the responsibility of the Contractor to determine the location of all utilities, whether or not shown on the Plans. The Contractor shall also become familiar with any proposed adjustments to be made by the utility owners and extend full cooperation. Under no circumstances will a claim for extras, due to delay caused by various utility companies be allowed. 8. Any costs resulting from Contractor damages to utilities shall be the responsibility of the Contractor. 9. The Contractor must locate the nearest available power supply and obtain all necessary pe=mits and secure its use. The Contractor shall insure that all electrical installations are in full compliance with applicable electrical codes and receive a green tag signifying this from the City of Coppell Building official for the work. 10. The items under which payment is to be made are as listed in the Summary of Quantities. Any reference to other items in the technical specifications as pay items is hereby deleted. Only the provisions for construction requirements of such items are to be cgmplied with. 11. The traffic signal mast arms and poles shall have a brown painted finish to match the existing poles at the Sandy Lake/Denton Tap intersection. The paint selected for use on this project shall be of a type and color approved by the engineer. 12. If applicable per the plans, any extra conduits required to be installed that are not required to have wiring pulled thru them per this contract must be left with pull string between pull boxes with end plugged. 13. In addition to all other insurance requirements, the contractor shall supply a valid certificate of liability insurance in the amount of $2,000,000.00. 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 I year maintenance period. Sec. 00650 16 14. 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 statement shall list at least 3 agencies in the Dallas-Ft. Worth metroplex where the contractor has previously or is currently providing service of this type. It shall be the contractors 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. 15. 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 performed, the number of inspections on the project, the percentage of work completed and whether or not the project was completed on schedule as required by the plans. 16. 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. 17. Loop detectors which are shown on the plans to be under the area covered by "brick pavers" are to be installed in saw cuts in the concrete slab under the brick pavers. Installation is to be done in the normal process for loop detector installation in concrete pavement. Any alternative arrangement is to be done only with the approval of the Engineer. 18. Within two (2) weeks after the "Notice to Proceed with Construction" is issued, Contractor shall provide the Engineer with a copy of all material purchase order requests (forms). Sec. 00650 17 TECHNICAL SPECIFICATIONS DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD TABLE OF CONTENTS PAGE SPECIFICATION FOR ACTUATED TYPE SOLID STATE DIGITAL TIMED ELECTRONIC TRAFFIC SIGNAL CONTROLLER 1-35 SPECIFICATION FOR VEHICT~ AND PEDESTRIAN DETECTORS: DETECTOR AMPLIFIERS; ?~AD-IN CABLE; PEDESTRIAN PUSH BUTTONS; INSTALLATION PROCEDURES: 36-39 SPECIFICATION FOR MULTIPLE CONDUCTOR AND SINGT,R CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE 40-50 SPECIFICATION FOR SIGNAL POWER SUPPLY AND SERVICE EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES 51-52 SPECIFICATION FOR POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS, 12-INCH, EXPANDABLE, ADJUSTABL~ TYPE 53-59 SPECIFICATION FOR PEDESTRIAN ONE-SECTION SIGNAL HEADS - INCANDESCENT LAMP 60-61 SPECIFICATION FOR MAST ARM POLE ASSEMBLY 62-65 SPECIFICATION FOR CONDUIT AND PULL BOXES 66-68 SPECIFICATION FOR CONCRETE FOUNDATIONS 69-70 SPECIFICATION FOR ACTUATED lYPE SOLID STATE DIGITAL TIMED ELECTRONIC TRAFFIC SIGNAL CONTROLLER 0 1.O PURPOSE AND INTENT The purpose of this specification is to define the minimum design requirements for a digitally timed, completely solid state, full actuated traffic signal contro]]er and cabinet assembly which shall be capable of isolated, coordinated and computer controlled full and semi-actuated operation as described below. The Intent of this specification is to encourage responsive bids from all prospective traffic signal equipment suppliers who can provtde control equipment whlch conforms to these requirements tn ali respects which (hereinafter referred to as the Agency) considers substantial. In order not to preclude responsive bids from those who cannot meet the specification in every detail, proposals which include minor exceptlons to the specification may be submitted for consideration, tf done so In accordance with Sectton 12 below. Allowance or summary rejection of such proposed exceptions shall be solely in the Agency's Judgement and discretlon. 1.1 Basic Size Requirements Unless otherwise required in the bid requisition, A. All pole mounted cabinets shall: l) Be of the 54" "Super M" size. 2) Be provided with an Eight (8) phase timer complete with all three (3) of the NEMA standard "A","B", & "C" front panel connectors and matching cabinet harnesses. 3) Be provided complete with Eight (B) Load Switches and fully wired load switch base positions, as follows: Posttlon Function 4) 5) 1-4 R, Y, & G for phases 1 thru 4, respectively. 5&6 Overlaps A (phase 1+2) and B (phase 2+3) respectively. 7 & 8 Phase 2 & respectively. Be provided with a flasher and four (4) relays, with bases completely wired in. 4 pedestrian, oo flash transfer Be provided with Eight (8) fully wired-in detector harnesses, with: -1- Harness # Wired for Function 1-8 Vehicle phases 1-8, respectively. NOTE: Where only FOUR (4) phase timers and cabinets are required in the bid requisition, Six (6) detector harnesses shall be required, as follows: 1-4 Veh. phs. 1-4, respectively. Wired thru a 24VDC detector switching relay to switch its output from phase 2 to phase 3, when phase 3 is either called or green (Usually used for the O.L.B. (2+3) approach). Spare, with outputs brought to terminals such that it may be convenientely hooked up by the Agency as appropriate for the application. 6) Be provided with three (3) pole mounting straps complete with all related mounting hardware. 8. All base mounted cabinets shall: 1) Be of the "P" or Type 4 size. 2) Be provided with an eight (8) phase timer. 3) Be provided with sixteen (16) Load Switches and fully wired base positions, as follows: Position Function 1 thru 8 R, Y, & G for phases 1 thru 8, respectively. 9 thru 12 R, Y, & G for overlaps A thru D. 13 thru 16 Phases 2, 4, 6 & 8 pedestrian. 4) Be provided with a flasher and six (6) flash transfer relays. 5) Be provided with twelve (12) detector harnesses, with: Harness # Hired for Function 1 thru 8 Vehicle phases 1-8, respectively. 9 thru 12 Spares, with output brought to terminals such that it may be conveniently hooked up by the Agency as appropriate for the application. -2- 6) In Diamond Interchange Controller cabinets, the load switch positions and the first ten (10) detector harnesses shall be connected per Section 3.2 below. All of Section 1.1 above shall meet the requirements of the following specification. THE BID, ITEM DESCRIPTION, AND ANY ACCOMPANYING NOTES, PLANS OR OTHER D(OUMENTATION INDICATING OPERATIONAL REQUIREMENTS FOR SPECIFIC APPLICATIONS. 2.0 CONFORMANCE WITH NEMA STANDARDS All equipment supplled under this specification shall strictly conform to ali of the most recent revisions of the applicable standards of the National Electrical Manufacturers Association ("NEMA"), which standards shall have as much weight and force as they would If the were reproduced in full herein. The Agency shall be the sole Judge of the conformance of any piece of equipment to the NEMA standards for the purpose of determining its acceptability for purchase by the Agency. Further, the Agency shall be the final authority on any questions of correct interpretation of the NEMA Traffic Control System Standards as those interpretations apply to any control equipment proposed for purchase or already owned by the Agency. All of the followlng specifications are intended to describe requirements of the' Agency which are strictly additional to the NEMA Standards in the event of an apparent conflict. 3.0 CONTROLLER TIMER UNIT Unless indicated otherwise on the bid requisition, all controllers shall be provided complete with all components necessary for full etght (8) phase, four (4) overlap operation with volume density and pedestrian timing on all of the eight (Bi phases. This applies to controllers provided in both pole and base mounted cabinets, and includes provisions for all three (3) of the NEMA "A", "B", and "C" connectors, four (4) programmable overlap outputs and all modules necessary to provide the maximum operational capability of the controller. The Signal interconnect board and power supply shall be of adequate design to service the maximum module configuration of the controller. 3.1 Timer Operational Features In addition to all of the NEMA Standard Volume Density and Pedestrian timing functions, the timer shall provide the following additional operational features, EACH OF WHICH SHALL BE OPERATOR SELECTABLE FROM THE KEYBOARD AS THE TIMER IS DELIVERED FRC)M THE FACTORY: -3- Inhibit gap reset after timeout (simultaneous gap termination) enable/disable option. This shall be selectable on a per phase basis. B. Actuated rest in walk operation, selectable on a per phase basis. C. Dual Entry opera~ion with keyboard selectable complimentary phases. D. LAST CAR PASSAGE, WHICH SHALL BE SELECTABLE ON A PER PHASE Eo BASIS. THE LAST CAR PASSAGE AND SUBSEQUENT REST INTERVALS SHALL NOT BE RESETABLE OR EXTENDABLE BY ADDITIONAL VEHICLE ACTUATIONS, EXCEPT IN DUAL RING APPLICATIONS WHERE SIM GAP IS ALSO ACTIVE AND THE OTHER RING HAS NOT YET REACHED LCP OR REST. CONDITIONAL RE-SERVICE OPERATION FOR LEFT TURN PHASES DURING "FREE" OPERATION, AND THE COMPARABLE ABILITY TO BRING UP ANY LEFT TURN MOVEMENT TWICE PER CYCLE, BOTH "LEADING" AND "LAGGING" WHEN IN COORDINATION. "SOFT RECALL" SELECTABLE FOR EACH PHASE, OR PREFERABLY, THE EQUIVALENT ABILITY TO DESIGNATE EACH PHASE AS A "NO REST" PHASE. G. THE ABILITY TO SELECT ANY PHASE AS A "NO SKIP" PHASE, WHEREBY THAT PHASE WOULD ALWAYS BE SERVICED AT ITS APPROPRIATE POINT IN THE SEQUENTIAL ROTATION DESPITE THE ABSENCE OF ANY TRUE CALL OR RECALL THEREON. H. TWO SEQUENCES FOR FIRE OR RAILROAD PREEMPT OPERATION. I. SUITABLE MEANS SHALL BE PROVIDED SO THAT ALL PHASE TIMING AND OPERATIONAL PARAMETERS MAY BE BULK INITIALIZED TO APPROPRIATE VALUES AS A CONVENIENCE FOR TEST BENCH AND NEW SIGNAL TURN-ON WORK. THE SUCCESSFUL SUPPLIER SHALL OBTAIN THE PREFERRED VALUES TO WHICH THE TIMER SHALL INITIALIZE FROM THE AGENCY. MAX II FOR EACH PHASE, WITH BOTH A SEPARATE EXTERNAL SELECT INPUT FOR EACH RING, AND THE ABILITY TO INDIVIDUALLY SELECT MAX II FOR EACH PHASE FROM WITHIN THE INTERNAL TIME BASE COORDINATION CLOCK. Overlaps Refer to the latest NEMA Standards and the following requirements. In addition, as required by the application, the generation of overlap signal indications for controllers expandable to four or more phases shall be programmable and internal to the controller unit and shall provide G-Y-R load switch drivers for each of the four (4) overlap signals. The yellow and red clearance intervals may be determined by either the phase terminating the overlap, or independent adjustment for -4- each overlap signal. The method of programming of overlap signal control shall be by use of an interchangeable plug-in printed circuit board assembly if overlaps are not programmable on the front of the controller directly. EACH OVERLAP SHALL HAVE ITS OWN LAG GREEN. YELLOW AND RED CLEARANCE TIMERS ("TIMED OVERLAPS") FOR USE IN APPLICATIONS REQUIRING DOUBLE CLEARANCES. L. UPLOAD/DOWNLOAD CA~ABILITY A DB25-RS232C PORT AND ALL REQUISITE SOFTWARE AND RELATED I/O BUFFERING DEVICES SHALL BE PROVIDED FULLY INSTALLED AND COMPLETL ON EACH TIMER SUCH THAT ALL OR ANY INDIVIDUALLY SELECTED TIMINu AND COORDINATION PARAMETERS MAY BE EASILY AND ROUTINELY UP Oz DOWN LOADED TO OR FRC)M IT WHILE THE TIMER IS SIMULTANEOUSLY RUNNING COLORS ON-STREET. IN ADDITION, FOR EVERY EIGHT (8) TIMERS DELIVERED, ONE COMPLETE SET OF ALL AUXILIARY DEVICES AND CONNECTING CABLES, ADAPTERS, ETC. REOUISITE FOR I~AKING FULL USs OF THIS CAPABILITY SHALL BE PROVIDED AND QUOTED AS A SEPARAT~ LINE ITEM ON THE BID REQUISITION. ALL CC~4MUNICATIONS, PROTOCOLS. FORMATS, ETC., BOTH WITHIN THE TIMER AND IN ANY RE(:KJISITE EXTERNAL DEVICES SHALL: BE ASCII OR APPROVED EOUIVALENT USUAL INDUSTRY CONVENTION, SUITABLE FOR COMMUNICATIONS TO OTHER UNLIKE EC~JIPMENT. b. SHALL BE FULLY USEABLE WITH A MFR'S "DC HAYES 1200" MODEM OR EOUIVALENT. C. BE PROVIDED TO THE AGENCY PRIOR TO DELIVERY, AND d. BE SUBJECT TO AGENCY APPROVAL. BAUD RATES OF AT LEAST 300, 600, 1200, and 9600 SHALL BE USER SELECTABLE, AND THE PORT SHALL PROVIDE FULL AND HALF DUPLEX CC~4MUNICATIONS. THE COMMUNICATIONS SOFTWARE IN THE TIMER SHALL PROVIDE PASSWORD OR OTHER SUITABLE SECURITY TO PREVEN) UNAUTHORIZED REMOTE ACCESS. ANY AUXILIARY UPLOAD/DOWNLOAD DEVICE SHALL BE A MANUFACTURER'S # TRSSO MODEL 100 OR APPROVED PORTABLE OR HAND-HELD EQUIVALENT. 3.2 Diamond Interchange Operation Where the bid requisition specifies a diamond interchange traffic signal controller, the controller shall be provided complete with the following phase assignments and choice of sequences and options selectable either externally or by the internal coordinator on a per dial and split basis. EXCEPT WHERE SPECIAL PERMISSION IS OBTAINED FROW THE AGENCY TO PROVIDE EXTERNAL SEQUENCE CONTROL LOGIC, ALL DIAMOND OPERATIONAL FEATURES SHALL BE ACCOMPLISHED INTERNAL TO THE CONTROLLER. -5- A. Phase Assignments: RING 1: Phase # Load Switch & Typical or Overlap Conf. Mort. Ch. # Direction Phase 1 ~1 SB thru Phase 2 2 HBSR Phase 3 3 NBLT OLA 9 NB inside . Phase 1+3 Controls first (usually North) half of interchange. RING 2: Phase # Load Switch & Typical or Overlap Conf. Mort. Ch. # Direction Phase 5 5 SBLT Phase 6 6 N8 thru Phase 7 7 EBSR OLA . 10 SB inside Phase 5+6 Controls other (usually South) half of interchange. B. Detector Inputs: A total of ten (10) separate vehicle and four (4) pedestrian detector inputs shall be provided and completely wired up to ten (lO) loop detector harnesses and four (4) PPB field circuit isolation devices (per Spec. Sect. 9.35 below). The vehicle detector inputs for phases 1, 2, 3, 5, 6 and 7 shall be co~nected to their respective inputs in the usual fashion per the phase assignment above. The four additional inputs shall be provided as follows: Detector located on the: 7. OLA inside thru 8. OLB instde thru 9. FAR setback det. on the phase 2 S.R. 10. FAR setback der.on the phase 7 S.R. Shall input to phase 3 ped. phase 5 ped. phase 8 veh. phase 8 ped. The four pedestrian pushbutton circuits shall actuate the pedestrian movements on phases 1, 2, 6 and 7 in the conventional manner. Suitable internal (except where special permission to provide external) detector switching logic shall be provided for detectors 7 thru l0 above. -6- l) The phase 3 ped. detector above shall operate in the presence of a call on phase 2 to extend either phase .1 or phase 3, whichever immediately precedes it in the current sequence. While phase 2 is green, the phase 3 ped. detector shall operate to call either phase I or phase 3, as appropriat~ in the current sequence. 2) The phase 5 ~ed. detector above shall operate tn simtlar fashion wlth respect to phases 5. 6 and 7. 3) The phase 8 vehicle detector above shall operate in the "Figure 4" (TTI) sequence to extend phases 2 & S when they both are green and in the presence of a call on phase 6. It shall also operate to extend phase 2 at appropriate points in the figures 6 & 7 sequences below. 4) The phase 8 ped. detector above shall operate in similar fashion with respect to phases 7, 3, & 1. C. Phase Sequences: Each diamond interchange controller shall provide all 4 of the following sequences, each of which shall be selected for implementation by the internal coordinator or external inputs. The "Figure 4" (TTI) sequence shall be implemented when none of the external sequence control inputs are active (logic low). The "Figure 3" ("Lag-Lag") sequence shall be Implemented when only the Test Input A sequence control is active. Figure 6 and Figure 7 shall be selected by other appropriate combinations of activation of Test Input A and one other sequence control input. These two sequence control inputs shall be hooked up to the Time Base Coordination Unit such that any sequence may be called up by the coordination dial programs or with "free" operation. Flgure Basic Preferential Sequence ("Lag-Lag") Operation: 1. Phase 3 & 5 2. phase 2 & 5 or 3 & 7 (depending on L.T. phase gapout) 3. phase 2 & 7 4. phase 1 & 7, 2 & 6, 3 & 7, or 2 & 5 (depending on Service Rd. phase gapout and Switch option selection). '. 5. phase 1 & 6 6. phase 1 & 5 or 3 & 6 (depending on thru phase gapout) 7. phase 3 & 5 -7- (TTI) Operation: 1. la5 2. 2&$ 3. 2 & 6 interval 4. 3&6 5. 3&7 6. I & 7 interval <non-extendable (non-extendable advance advance Note: a "K-Clearance" formed of phases 3 & 5 shall appear when appropriate during phase skipping. ("Lead-Lag") Operation: 1. 2. 2&5 3. 2 & ? (see Option X) 4. 3 & ? (if phase 2 gaps first) 5. 3&6 6. 1 & 6 (see Option Y) ("Lag-Lead") Operation: 1. la5 2. 1 & 6 (see Option A) 3. 3&6 4. 3&7 5. 2 & 7 (see Option 8) 6. 2 & 5 (if phase 7 gaps first) Option X: When selected causes extension of phases 2 & 5 by the phase 8 veh. det. input (setback detector on the phase 2 service road) and makes the phase 2 & 7 det. interval a non-extendable advance. Option Y: When selected causes extension of phases 3 & 6 by the phase 6 det. and makes the phase 1 & 6 a non-extendable advance. Option A: When selected causes phase 1 & 5 to be extended by the phase 1 det. and makes the phase 1 & 6 a non-extendable advance. Option B: When selected causes phase 3 & 5 to be extended by the phase 8 ped. det. (setback detector on the phase 2 service road) and makes the phase 2-phase 7 interval a non-extendable advance. Each of the above sequences shall have provisions for skipping phases 1.2. 6 or ? in the absence of demand and provide inside clearance intervals where appropriate. All sequences above shall operate in the "dual entry" mode. wherein each of the two rings shall always be in one of its three (3) phases. -8- Note that the NEMA hold, force-off and omit inputs shall still operate in their usual manners, and shall be operable by the internal coordination program described in 4.0 below. Do Additional Operation Information about diamond interchange controllers may be requested from the Agency before the bid opening. However,,by submission of a price proposaJ, the bidder signifies that his understanding of the above requirements is adequate for him to subsequently provide any requested pre-order equipment demonstration and eventual delivery on a t~mely basis. Requests for addltional Information after a bid opening will be responded to, but will not usually be considered grounds for extension of the pre-order demonstration and/or delivery time requirements. 3.3 Hardware Design Requirements 3.31 Component Accesstbtlittes Refer to Part 4, Section 2 of NEMA Standards Publication No. TS1-1976. In addition, the modules shall be removable or replacable from the front of the controller case. One 'piece display and programming panels shall be hinged to the case so as to allow for full opening and easy removability. Special tools shall not be required to remove or replace a module. The module shall not use layered construction of PC boards that would prevent reasonable access to the components within the module. 3.32 Clrcuitry The controller circuitry and all logic or timing circuitry external to the controller shall consist of a high threshold solid state digital electronic design. The circuit components shall be amply derated with respect to dissipating capacity and rated voltage. The circuit components shall be standard production types that are readily available from any industrial electronic supply house. The circuit component design life under continuous duty operation shall not be less than ten years. The design shall not include any vacuum or gaseous tubes. 3.33 Equipment Housings The equipment housing shall be a completely enclosed painted metal fabrication that is easily removed and replaced. The design shall include vent holes. The model and serial number shall be stamped or etched on the outside of the housing. 3.34 Retention of Program Memory ALL PROGRAMMED TIMING AND OPERATIONAL PARAMETERS SHALL BE RETAINED -9- WITHIN ELECTRICALLY ERASABLE PROGRAMMABLE READ ONLY MEMORIES (EEPROM'S), OR EQUIVALENT, NOT REQUIRING BATTERY BACKUP. BATTERIES AND BATTERY BACKUP CIRCUITRY SHALL BE PERMITTED ONLY FOR TIMEKEEPING FUNCTIONS WITHIN THE INTERNAL TIME BASE COORDINATOR DURING PERIODS IN WHICH THE TIMER IS WITHOUT EXTERNAL POWER. ANY SUCH BATTERY SHALL BE EQUIPPED WITH AN ON/OF~ SWITCH BY WHICH IT CAN BE DISCONNECTED TO PREVENT DISCHARGE DURING STORAGE. Any such backup systems shall conform to all applicable NEMA temperature and operating standards and be capable of retaining controller program memory for a period of thirty (30) days when the controller is stored at any temperature and humidity within NEMA range. 3.35 Fuses All equipment shall be individually fused with protection devices that are panel mounted on the front face of the equipment. 3.36 Controller Programming/External Controls Programming the controller shall consist of establishing all timing intervals and selecting the special modes of operation by using adjustments which are directly accessible from the front of the ~o~)~roller. This would preclude portable type programmer/display units contained in any separate case. 3.37 Watch Dog Timer When microprocessor based controllers are supplied, a "Watch Dog Timer" shall be Installed as a responsive device that must activate and deactivate a program check within a time span sufficient to insure program integrity. A failure of the device shall cause the voltage monitor to actuate. 3.38 Printed Circuit Assemblies Refer to NEMA TSI-4.2.02 of NEMA Standards Publication No. TSl-lg76, and the following design requirements. Do All contact or mating surfaces shall be gold over ntckle plate. All components mounted and soldered to the board shall be removeable and replaceable without causing damage to the board or tracks. All components mounted to the board shall have their circuit reference symbol clearly marked on the board or be identifiable by referencing to the pictorial assembly drawings. All boards shall be identified by a serial number stamped or etched on the board. All boards, components and circuitry shall be sprayed with a clear moisture and fungus proof material. -10- 3.39 Internal Software Unless the bidder specificly states otherwise in writing in his bid proposal, the sale of his equipment to the Agency shall include a limited license for Agency personnel to make backup copies of all software and firmware ~icrocomputer programming contained within any device for the Agency's.internal maintenance convenience. FURTHER, ALL INTERNAL SOFTWARE PROGRAM(S) RELATING TO THE COORDINATION REgUIREMENTS OF SECTION 4.0 BELOW SHALL BE SUBJECT TO REJECTION IF, IN ITS SOLE DISCRETION AND JUDGEMENT, THE AGENCY FINDS SUCH PROGRAMS TO HAVE ANY ERRORS~ "BUGS", OR CONCEPTUAL DEFECTS OR DEFICIENCIES. 3.40 Indicators Refer to NEMA TSl-4.3.05 of NEMA Standards Publtcatlon No. TSl-1976 and the following additional and revised requirements: A. All indication lights shall be LED, LCD, or NEON types. All indication lights shall be CLEARLY AND READILY visible in both bright sunlight AND IN TOTAL DARKNESS. Co The cabinet shall be equipped with a door switch to extinguish the indications when the door is closed, AND KEEP THE INDICATIONS ILLUMINATED WHILE THE CABINET DOOR IS OPEN. Do On ali dual-ring controller timers, separate displays shall be provided for each ring, such that the real time timing of the active phase in both rings may be observed simultaneously. Eo Discrete indications shall be provided on the controller front panel such that ALL of the following functions selected by the user may be observed for all phases simultaneously: 1. vehicle call 2. pedestrian call 3. phase on 4. phase next Sufficient indicators shall be provided such that the following selected by the user may be observed for both rings simultaneously: 1. reason for phase termination etc.) 2. Max II timimg. (gapout, maxout, forceoff, 3.50 PROM Programming If the model of controller proposed Includes any features such as -ll- backup timing or ring-barrier configuration uhich might be programmed or modified by the user in PROM, then a suitable PROM programmer and a complete set of all related connecting cables, adapters, prom erasers, etc., shall be provided complete with the delivery of the order. 4.0 COORDINATION EQUIPMENT Except where the bid requisition indicates that coordination capability is not required, each controller, including those provided for Diamond Interchange operation, shall be delivered with an EIGHT (8) CYCLE, TWO (2) SPLIT, and two (2) offset Time Base Coordinator CONTAINED INTERNALLY WITHIN THE TIMER UNIT, and be delivered complete with all related auxiliary harness(es) wired into the cabinet, ready for operation. (NOTE THAT THE EXTERNAL INPUT WHICH WOULD OTHERWISE BE USED TO CALL SPLIT 3 MAY NOW INSTEAD BE USED IN COMBINATION WITH THE OTHER CYCLE CALL INPUTS TO CALL CYCLES 5 THRU 8). COORDINATORS OFFERING ONLY F(TJR (4) CYCLES, BUT OFFERING FOUR (4) SPLITS AND FO(JR (4) OFFSETS PER CYCLE MAY BE AN ACCEPTABLE SUBSTITUTE, BUT THE PROVISION OF SUCH WILL REQUIRE THE APPROVAL OF THE AGENCY. The coordination program provided in these timers .shall include the following features: Cycle length adjustable at least from 30 to 255 seconds, with timing and offset adjustments either in seconds or percent of cycle. Bo The ability to associate the sequence of each of the four (4) left turn phases SEPARATELY FOR EACH DIAL AND SPLIT FROM THE KEYBOARD to be: 1) normal '*leading" sequence (preceeding the opposing thru phase); 2) "trailing" sequence (following the opposing thru phase); 3) to occur TWICE PER CYCLE, BOTH "LEADING" AND "TRAILING"; 4) to be OMITTED during a particular dlal and split, with the calls from its detector input being internally switched to the compatible thru phase in the other ring when and only when the left turn phase is thus being omitted. The ability to associate the desired type(s) of left turn operation with each dial and split combination from the keyboard shall be available for both internal time base and external conventional hard wire system operation. The program shall also include the capability to select these functions for "free" operation. For each controller phase there shall be two (2) force-off points provided and available for use in each coordination cycle, such that left turn phases on both streets may be brought up twice per cycle (both "leading" and "trailing") or such that the main and side street phases may be brought up and forced off twice per background cycle. C. THE COORDINATION PROGRAM SHALL BE OF A TYPE WHEREIN THE SET-UP OF THE -12- "YIELD" AND "FORCE OFF" POINTS WILL REQUIRE THE ENTRY OF NO MORE THAN THREE (3) NUMERIC VALUES IN EACH SPLIT FOR EACH TIME A PHASE Ib PROGRAMMED TO COME UP IN THE BACKGROUND CYCLE. NOTE THA) COORDINATORS EMPLOYING CIRCUIT ANO INTERVAL TYPE CONTROL AND TIMING SCHEMES WILL NOT BE ACCEPTABLE. D. For dual ring and diamond interchange operation, the coordinator shall provide separate and Independently adjustable "yleld" points, or equlvalent, for the major street phase In each ring, such that the termination point of each main street phase may be controlled with adequate precision during "lagglng" left turn phase operation. E. The Internal coordination program shall be of such a design that the controller may be operated in either semi-actuated (major street becomes non-detector extendable and rests tn walk) or full-actuated mode when in coordlnation, as individually selected by the operator for each dial and split combination from the front panel. This design shall include actlvation of the pedestrlan recycle function at appropriate points in the background cycle. F. The coordination program shall feature automatic calculation and implementation of the maximum width of the "permissive" period during which late side street calls may still be servtced within any given background cycle. Where time remaining in the background cycle permits, the coordinator program shall allow the side street phases to be re-serviced more than once in a given coordination cycle. This shall include automatic internal computation of the points at which each phases' vehicle and (separately) pedestrian omits shall be applied an appropriate number of seconds before the occurance of that phase's prtmary force-off (latchlng) point, to insure that no phase will be timing its minimum or pedestrian intervals when Its primary force-off occurs. The second (auxiliary) force-off shall be a non-latching pulse gated to the respective phase on. G. The coordinator program shall Internally provlde all appropriate provisions for operation of the Call to Non-actuated, Maximum Inhiblt, and Pedestrian Recycle functions on a per dial and split basis during coordination control, BOTH BY THE INTERNAL TBC AND WHEN OPERATING AS A HARD WIRE SECONDARY. H. The internal Time Base Coordination event clock shall be capable of calling up Free, Max 2 and Night Flash as keyboard programmed. I. THE PROGRAMMING OF THE INTERNAL TIME BASE COORDINATION EVENT CLOCK INSTRUCTION MAY BE DIRECTLY SHALL BE OF THE TYPE IN WHICH ANY EVENT ASSOCIATED WITH ONE OR MORE DAYS OF THE WEEK OR HOLIDAYS, AND NOT O~ THE TYPE IN WHICH DAY PROGRAM SCHEDULES MUST BE FIRST PROGRAMMED,-.ANU THEN ASSOCIATED WITH THE CALENDAR DAYS TO WHICH THEY APPLY. The scheduled night flash shall be generated either internal or external to the ttmer, and blink the load switch driver inputs Independently of the cabinet (conflict monitor) flash circuitry. It shall be possible to front-panel or swltch program any non -13- conflicting arrangement of amber or red flashing movements and to program exclusive left turn and pedestrian indications to be dark during scheduled flash operation. Sultable circuitry shall be provided to permit the red monitor enable input to the conflict monitor to be deactivated during scheduled flash where requisite. Transfer between colors (stop-and-go) and scheduled night flash operation shall be in a~cordance with the intent of the MUTCD. K. METHOD OF INTERNAL TBC REFERENCE SYNC PULSE GENERATION. The internal Time Base Coordinator shall internally generate the reference sync pulse from which the local offset is calculated either by the method of computation forward from a user programmable reference time of day, or by the method of generating each new cycle's first sync pulse at the time of day the new cycle is called for ("event dependant" mode) AS SELECTED BY THE OPERATOR ON THE FRONT PANEL. IN ORDER TO INSURE EXACT CORRESPONDENCE BETWEEN THE "MASTER" SYNC PULSES AND THE SYSTEM'S TIME-OF-DAY CLOCK, A SYNC PULSE SHALL GENERATED AT ANY TIME THE TIME-OF-DAY CLOCK SHOWS A POINT IN TIM~ WHICH IS AN EXACT NUMBER OF CYCLE LENGTHS AT OR AFTER THE APPLICABLL RESYNC TIME. METHODS WHEREIN CYCLE COUNTERS USED TO GENERATE SYNc PULSES ONLY UPDATE AT THE REFERENCE TIME OF. DAY WILL NOT Bt ACCEPTABLE. L. BACKGROUND CYCLE TIMER DISPLAY Suitable means shall be provided such that the count-up of the local background cycle timer may be observed in dynamic or realtime operation on the front panel display. M. COORDINATION PROGRAM INITIALIZATION Ne Suitable means shall be provided within the coordination program such that a manual command may be entered from the keyboard to relnitiallze all coordination timings and entries to an appropriately inactive or default value, such that the desired program may be subsequently entered without the necessity of individually deleting unused values or entries. Preferrably, when establishing Its offset from an Internal sync pulse, the coordinator should reference only the leading edge of the sync pulse, irrespective of its width. For applications where only an external sync reference is available from non-time base or other unlike types of control equipment ("color-circuit slave-off" systems), as delivered it shall be possible for the coordinator to establish Its offset from an externally input sync pulse while the internal TOD clock and event schedule remains available for the selection of all other schedulable commands, including: Cycle, Offset, Split, Max II, Free, and Flash. -14- P. PRETIMED CONTROLLER EMULATION The coordination program shall be of such a design that it may be programmed from the front panel to precisely emulate the operation of a pretimed controller for applications where no detection is provided. This shall include the ability to cause all pedestrian movements for both main and cross street movements to rest in walk until appropriate potnt~ in each background cycle. Q. EXTERNAL COORDINATION INPUTS REQUIRED In addition to the capability of coordination by internal time base, each controller and cabinet assembly shall be provided wlth an additional ("fourth") connector, together with all related harness(es) and a seperate terminal panel as described below and tn the block diagram of Appendix 1 of this specification completely wired in and ready for operation, having at least the following inputs and outputs for operation of the coordinator both as a master and a secondary in a conventional "g-wire" interconnect system. Operation as master or local for any given application shall be operator and/or Jumper-program selectable. 1) Sync (Reset 1) 2) Cycle 2 3) Cycle 3 4) Night Flash 5) Reset 2 6) Reset 3 7) "System" or "TBC disable" input to permit the presence of external interconnect or backup computer commands to supercede the dial, split, and offset to which the TBC would otherwise call the internal coordinator to operate. 8) Split 2 9) Split 3 lO) An external command enable output from the timer, the deactivation of which in the internal TBC schedule may be used to make certain locally scheduled events non-overrideable by the external interconnect other than computer control by disabling the external command inputs. The following inputs shall be provided and be hooked up in the cabinet to the appropriate outputs of the computer control interface ("gold box harness") in order to facilitate on-line computer control: 11) 12-15) 16) 17-21) A "Free" input connected to the computer control interface "SSTD" output to cause the release of all local cOOrdination during computer control. External lag input commands for phases l, 3, 5, & 7. External Resync input to reset TOD clock to a pre-specified time of day. Appropriate preemption call inputs and status outputs. -15- ' NOTES ON EXTERNAL COORDINATION INPUTS AND OUTPUTq: Ro All coordination inputs and outputs to the timer shall operate at 24vdc ground true, but ten (10) relays with fully wired positions shall be provided on the interconnect panel to interface coordination inputs #l thru I0 above to the external 120VAC conventional interconnect cable. The relay bases and jumper wiring of the panel shall be arranged such that either 24vdc coil relays for master output operation, or 120VAC coil relays for secondary input operation may be inserted in the bases by only simple Jumper program reversal ON THE FRONT PANEL. So Externa) cycle and split commands shall be binarily encoded on the respecttv~ cycle and split input lines such that cycle 1 and split 1 shall be called for by neither of their respective pairs of inputs being active, and cycle 4 and split 4 shall be called for by activation of both the cycle 2 and 3. or split 2 and 3 respectively, inputs. WHERE EIGHT (8) CYCLE CAPABILITY IS PROVIDED, THE BINARY ENCODING SHALL BE SUCH THAT CYCLES 5 THRU 8 ARE CALLED BY ACTIVATION OF WHAT WOULD OTHERWISE BE THE SPLIT 3 INPUT, IN CC)MBINATION WITH THF CYCLE 2 AND 3 INPUTS. Further. the offset selection scheme received from or transmitted to any external interconnect cable by the Interconnect termination panel shall be of the type wherein the synchronization pulse is superimposed upon whichever ONE of the Reset l, 2, or 3 lines is energized at any one time, and not of any type wherein the synchronization pulse ts transmitted on a line separate from the offset selection lines. This Is to insure comparability with many existing interconnect systems in the Agency to which this equipment may be added. However. it may be permissible for the timers supplied to accept other Interconnect conventions provided that: l) all requisite conversion circuitry is provided between the two connectors of the "adapter cable" described in U. below, and: 2) specific Agency approval for any such arrangement is obtained prior to award. On the Interconnect cable terminal panel, any 120VAC coli relay provided for input #7 listed above shall be of the off delay type. adjustable up to 60 seconds, such that the incoming Reset 1 (sync) line can be utilized to provide this function in applications where the existing interconnect cable includes no other discrete line for this purpose. Any RC network or other circuitry providing the equivalent effect will be acceptable subject to Agency approval. THE CABLE TO THE COORDINATION ("FOURTH") CONNECTOR ON THE TIMER SHALl BE INTERFACED AT THE INTERCONNECT PANEL THROLJGH A 57 PIN PLASTIC-SHELL TWIST-LOCK CONNECTOR HAVING AGENCY STANDARD PIN ASSIGNMENTS ("ADAPTER CABLE"), SUCH THAT OTHER TIMERS OF UNLIKE BI,AND AND SERIES HAVING INTERNAL COORDINATION CAPABILITY MAY BE SUBSTITUTED FOR THAT SUPPLIED AND THAT SUCH SUBSTITUTE TIMERS I~LAY BE CONNECTED TO THE COORDINATION INTERFACE PANEL BY THE USE OF ANOTHER SIMILAR -16- "ADPATER CABLE" APPROPRIATE FOR THAT TIMER. EVERY TIMER SUPPLIED UNDER THIS SPECIFICATION, INCLUDING SPARE UNIT% WITHOUT CABINETS, SHALL BE PROVIDED COMPLETE WITH THIS "ADAPTER CABLE"!! THE EXACT CONNECTOR TYPE AND LISTING OF PIN ASSIGNMENTS SHALL BE AS PROVIDED BY THE AGENCY TO THE SUCCESSFUL SUPPLIER IF CLARIFICATIONS ARE REQUIRED TO APPENDIX 1 OF THIS SPECIFICATION, FURTHER, ALL CONNECTIONS FROM THE COORDINATION INTERFACE PANEL TO THE MAIN BACKPANEL SHALL BF THROUGH ANOTHER, 63 'PIN PLASTIC-SHELL TWIST-LOCK CONNECTOR OF AGENCY-SPECIFIED CONFIGURATION (NON-INTERCHANGEABLE WITH THAT FOR THF "ADAPTER CABLE" DESCRIVED ABOVE), SUCH THAT THE ENTIRE PANEL MAY BF READILY REPLACED WITH ANOTHER IN THE FIELD FOR MAINTENANCE PURPOSES. Vo The "free" input above shall also be connected to a local "free" swttch to be provided on the interconnect panel which shall effectively release the local controller to operate in an Isolated, full-actuated manner, when necessary for maintenance purposes. W. Computer Controller Connections All controllers shall be provided complete with a five-harness terminal panel assembly for the connection of a local communication unit (purchased separately) for computer control..The panel assembly shall be appropriately mounted and completely wired-in and ready for computer operation upon the simple connection of the local communication unit. Connector types, input and output pin assignment, and terminal point designation shall be as indicated in Appendix 1 of this specification. -J 4.~I Cc~m'dlnation Control Helrarchy The hookup of the Interconnect panel shall be arranged such that: The Internal TBC shall supervise the coordinated, free, and flash operation of the intersection in the absence of any on-line control exerted by the central computer through the local communications unit described above, and in the absence of any conventional 120VAC interconnect line inputs. When the computer local communication unit operates to bring the intersection on-line, its control shall supersede that of the Internal time base or external conventional Interconnect inputs. An appropriate hookup shall be provided from the computer local co~nuntcatton unit to the external sync. reference input provided on the Time Base Coordinator to remotely call for "free" full-actuated operation of the intersection when on-line despite TBC programming to the contrary. For non-computerized applications where conventional ll5 VAC interconnect lines are present, IT SHALL BE POSSIBLE TO OPERATE THE TBC AND CABINET INTERFACE AS PROVIDED BOTH AS A MASTER FOR THF CONVENTIONAL WIRE SYSTEM, AND WITH THE INTERSECTION AS A LOCAl which will accept conventional Reset, dial 2, Dial 3, free/flash, etc. -l?- commands incoming on the conventional interconnect line. Al1 connections to or from the conventional interconnect line shall be made thru the required interfacing relays described in 4.0 R above. Note that the outputs from the computer control communications interface to the controller shall be complete including hookups to the Call to Non-Actuated, Max Inhibit, Pedestrian Re-cycle, etc., inputs as requisite in. order to effect semi-actuated operation durlng coordinated control. MUTIPLE CONNECTIONS FROM ANY ONE OUTPUT SHALL INCLUDE INDIVIDUAL DIODE ISOLATION TO INSURE AGAINST BACKFEED TO OTHER SUCH CONNECTIONS FROM ANY CIRCUITS ADDED LATER BY THE USER. The internal coordination and upload/download programs required above shall be simultaneously operable and mutually non-interfering. The implementation of revised timing parameters uploaded into the timer shall be programmed to occur only at appropriate points in the controller and coordination cycles. 5.0 SOLID STATE LOAD SWITCHES Refer to Part 5, NEMA TSI-5.01 of NEMA Standards Publication. All load switches shall be "Triple Signal Load Switch" type. Ail load switches provided for this bid shall provide indications for the input side of the load switch. In all cases ALL OF the logic driver and 120 VAC+ inputs to the load switches shall be readily accessible at terminal strip positions such that the functional assignment of each load switch may be readily modified as requisite for each application. ALL LOAD SWITCHES SHALL USE CRYDOM BLOCK #02425 OR EOUIVALENT SWITCH PArS AND OPTICAL ISOLATION. LOAD SWITCH ASSEMBLIES CONSISTING ENTIRELY OF DISCRETE COMPONENTS WILL NOT BE ACCEPTABLE. 6.0 CONFLICT MONITORS 'Refer to Part 6, NEMA Standard Publication dated July, 1978 for the type required by the application. Individual indicators shall be provided to indicate the presence of a conflict or lack of red condition on each channel monitored. Channel compatabtlity shall by determined by a Jumper program card conforming to the applicable NEMA Standards and removable from the front panel. Unless otherwise indicated, the controller shall normally be delivered with a NEMA 12-channel full-programmable monitor installed. INTERNAL OR EXTERNAL TO THE MONITOR, BALLAST LOADING SHALL BE EMPLOYED TO COMPENSATE FOR SINGLE LAMP MONITORING ON ALL LOAD SWITCH OUTPUTS, BUT BE INDIVIDUALLY DISCONNECTABLE FOR EACH OUTPUT. Also, in accordance with NEMA conflict monitor standards, the monitor shall cause automatic reverting to flash operation upon de-energizing of the control equipment circuit breaker. Where conflict monitor capacity permits, each load switch position shall be assigned its own corresponding conflict monitor channel. HOWEVER, ALL FORTY-EIGHT (48) MONITOR INPUT CONNECTIONS SHALL BE INDIVIDUALLY IDENTIFIED AND READILY AVAILABLE ON THE FRONT SIDE OF THE CXJTPUT TERMINAL -18- PANEL SUCH THAT CONFLICT MONITOR CHANNEL ASSIGNMENT MAY BE READILY MODIFIED AS APPROPRIATE FOR THE APPLICATION. THE CONFLICT MONITOR PROVIDED SHALL BE OF A TYPE THAT WILL INDICATE SPECIFICALLY WHICH CHANNEL(S) A LACK-OF-RED INDICATION IS DETECTED, Ah WELL AS EACH INDIVIDUAL CHANNEL ON WHICH A NON-RED INDICATION Ih DISPLAYED. Note that the ~ed monitor enable input shall be wired to the signal bus or flash transfer circuits such as to disable it when the system is put on flash for other reasons. 7.0 FLASHER AND FLASH OPERATION 7.1 Flasher Refer to Part B, NEMA Standards Publication No. TS1 dated September, 1978. All flashers shall be "Type 3" fifteen amperes, dual circuit type. 7.2 Flash Operation Two types of flash operation shall be provided: l) External to the controller there shall be a breakdown flash system which shall flash all-red as delivered, but shall be prggrammable to flash amber to the major street. This system shall be activated by the conflict monitor. The flash control relax(s) shall transfer to and from flashing operation in accordance with NEMA Standards, and use an S-2412-SB connector socket for the plug-tn relays. The flash transfer circuits shall be wired into the cabinet so as to operate in a "fail-safe" manner, such that the on-street signal displays shall automatically revert to flashing operation upon occurrence of any of disconnection or failure of the controller or conflict monitor, or actuation of the signal bus breakers. This circuit design requirement ts intended to minimize the probability of an "all-out" condition whenever cabinet power is available, and the flasher and flash transfer relays are Jacked In. 2) There shall be another type of flash for programmed night or off duty operation, which shall be delivered programmed to flash amber for the ma}or street thru movements, red for the cross street thru movements, and to be dark for the pedestrian and left turn displays, but shall be user modifiable. THIS FLASH MAY BE GENERATED EITHER INTERNALLY OR EXTERNALLY TO THE TIMER, BUT SHALL OPERATE BY BLINKING THE LOAD SWITCH DRIVER INPUTS. It shall be this flash system which the TBC or remote system flash shall operate, and shall be wired thru any auxiliary logic requisite to assure that such time of day OR MANUAL transfer to or from flashing operation shall be made only during the Common ma}or street phase(s) of the controller cycle, in accordance with the intent of the applicable provisions of the Manual on Uniform Traffic Control Devices (MUTCD). -19- 7.3 A three position flash switch, or other CLEARLY 'LABELED means shall be provided such that the technician may switch select either type of flash for manual flash operation. Also, the computer control communication interface shall be wired such that both types of flash may be remotely commanded when under computer system control. 7.4 THE TWO CABINET FLASHER OU.TPUTS SHALL BE WIRED TO THE' FLASH TRANSFER RELAYS SO AS TO: l) provide a roughly even load distribution 2) avoid the display of alternately flashing phases on any single approach. 3) avoid displays of simultaneously flashing ambers which might actuate the conflict monttor: A typical flasher load output in a sixteen load switch cabinet would be as follows: Top circuit: phases 2,3,5,& B, and overlaps A & C Bottom Circuit: phases 1,4,6,& 7, and overlaps B & D AN E(~JIVALENT DISTRIBUTION SHALL BE PROVIDED FOR THE LOAD SWITCH FLASH DRIVERS, IF NOT USER PRO(SRAMMABLE. 8.0 DETECTOR HARNESSES AND TEST SWITCHES An individual harness and connector shall be installed in the cabinet to connect each actuated phase to a loop detector amplifier. The connector shall be MS3106A-Ols with the following pin assignments. Pin C Line 120 VAC Pin A Line Neutral Pin H Chassis Ground Pin D Loop Pin E Loop Pin B Relay Contact Common Pin F Relay Contact Open during no-call condition Pin G Relay Contact Closed during no-call condition Pin I NO CONNECTION Pin J 120 V Delay Override All termlnal connections shall terminate on INDIVIDUAL, READILY ACCESSIBLE terminals, and be clearly identified on BOTH the cabinet drawings AND TH[ TERMINAL PANEL ITSELF. 8.01 Unless indicated otherwise on the requisition, the delay detector override pins (pin J) on the harnesses shall normally be delivered with the left turn phases wired to their respective opposing thru movement load switch output red. Side street thru phase J pins shall be connected to the major street thru (usually phase 2) red. -20- However, all detector J pin connections shall be readily modifiable by the user as requisite for the application. This hookup arrangement is intended to minimize the probability that vehicles placing otherwise valid calls will not be skipped due to a delay being not timed out at their phase se)eot point in the cyc)e. 8.02 Loop Surge Protector For each detector harness provided, there shall be a manufacturer's "SURRESTOR SRA-16C" provided and installed. No substitutes will be accepted except upon specific advance permission of the ~Eineer. 8.1 Detector Test Switches For each DETECTOR HARNESS PROVIDED in the cabinet, and for each pedestrian phase used, there shall be provided a three-position test switch. These test switches shall be toggle type, and no push buttons wtll be allowed. These switches shall provide "NORMAL", "MOMENTARY INPUT" and "DETECTOR DISCONNECT" positions CLEARLY LABELED ON BOTH THE CABINET DRAWINGS AND THE SWITCHES' MOUNTING PANEL ITSELF. 9.0 CABINETS AND TERMINAL FACILITIES 9.1 Oestgn The cabinet shall employ a slant roof design that extends out and over the main door. The cabinets shall not have any exterior mountings (i.e. ventilation system, police panel). The cabinet shall be marked with a permanent o, :al number with reference to the controller and equipment documentation. 9.11 Material The cabinet and door shall be fabricated ONLY from either high grade cast or fabricated aluminum alloy of at least I/8 inch thickness. Vendors wi11 note that steel cabinets are no longer permitted. 9.12 Minimum Outline Dimensions The cabinet shall be of the size indicated in Spec Section 1.1 above unless otherwise indicated in the bid Invitation, &nd be of sufficient size that the the equipment will occupy no more than 60~ of the tnternal cabinet v0)ume and shall conform to the minimum dimensions as outlined in the following table: TYPE WIDTH HEIGHT DEPTH (inches) (inches) (inches) APPROXIMATE OLD LETTER EC~UIVALENT 2 4 38 16 "G" 3 30 54 16 3/4 "SUPER M" 4 38 I/2 54 25 "P" 5 38 1/2 75 25 "R" -21- 9.13 Finish and Surface Preparation Cabinets shall be cleaned, rinsed, and thoroughly treated with a caustic etch. Cabinets shal'l require no paint on the interior or exterior surface. All flash and welding brads shall be removed from the cabinets. Ali internal panels (detector switch panels, circuit breaker panels, termlnatlon panels~ etc.) shall have rounded corners and edges and be free from flash and cutting debrls. Sharp and/or protruding edges will not be accepted. 9.14 Shelves Cabinets shall be complete with rigid shelves for supporting all control and perpheral component equipment. The shelves shall be fabricated from high strength metal and shall be height adjustable. 9.15 Doors The cabinet shall require a main door only. The poltce panel door shall not be required. A. Math Cabtnet Door The cabinet shall have a right side hinged door whlch permits access to all equipment within the cabtnet and visual Inspection of all Indicators, controls and fuses. The door shall have a weatherproof, dustproof seal between the door and cabtnet, and Include any cross-bracing requisite to insure rigidity. 8. Hinges The main cabinet door shall use stainless steel hinge pins.Type 2 cabinets or smaller shall have a minimum of two hinges or a continuous piano type hinge. Type 3 cabinets or larger shall have a minimum of three hinges or a conttnous piano type hinge. The hinge and door assembly shall have sufficient strength to withstand a 50 pound per verttcle foot of door hetght with the load applied to the outer door. There shall be no deformation of the door locking mechanism or door seal functton when the load is removed. C. Ocx~r Stops A door stop shall be provided for all cabinets which securely holds the door open at three positions. A means shall be provided to store the door stop. D. Latches and Locking Mechanisms The cabinet door shall be secured with a Corbin NO. Z lock or equivalent. A mlnlmum of two keys shall be provided with each cabinet door. The latch and locking mechanism shall be adjusted so as not to compress the door seal by more than 50~ of the thickness of the seal. and provide a minimum cross section of 0.25 square inch steel for latching shaft. -22- Fo Door Opening The main door opening shall encompass a minimum of 80~ of the area of the side which the door closes. F. Police Panel Door Thts is not a requirement, and the switches normally located behind this door shall be placed Internally as required. 9.2 Electrical Requirements 9.21 Service, Signal, and Detector Terminal Locations The cabinet shall utilize specific cabinet areas for the following field wire termination Junctions: A. AC Service Incoming AC power service for cabinets shall terminate a minimum of six inches from the bottom of the right hand side wall of the cabtnet, and adjacent to the main power breaker. B. Signal Wire Terminals Signal wires shall terminate in the lower section of the cabinet and be a minimum of six inches from the bottom of a Type 4 or larger cabinet, and a minimum of three inches from the bottom of a Type 3 or smaller cabinet. All field terminals shall be readily accessible from the front of the cabinet. C. Detector The detector terminals shall terminate on the left hand side wall of the cabinet and be a minimum of six inches from the bottom of a Type 4 or larger cabinet, and a minimum of three inches from the bottom of a Type 3 or smaller cabinet. 9.22 Wire All cabinet wires shall be copper, no aluminum wiring shall be accepted. A. Size All conductors used in the controller cabinet wiring shall be stranded No. 22 AWG or larger. Underground AC conductors carrying stgnal lamp current shall be a minimum of No. 14 AWG stranded. Conductors supplying AC to solid state load switches shall be a minimum of of No. 14 AWG stranded wire or larger, and a single No. 14 AWG stranded conductor shall supply AC to no more than TWO LOAD SWITCHES EACH IN EIGHT LOAD SWITCH CABINETS, AND FC)LIR LOAD SWITCHES EACH IN SIXTEEN LOAD SWITCH CABINETS. -23- B. Color Coding The cabinet wiring shall employ an appropriate color code equivalent to the following: 1. Primary power feed (AC+), black. 2. Powerline ne~.tral and signal commons (AC-), white. 3. Chassis common (earth ground), green. 4. All other conductors shall be other color(s) than those used above. C. Insulation Conductors shall conform as a minimum to UL Type TFFN. The insulation shall have a minimum thickness of lO mils. and shall be nylon Jacketed polyvlnyl chloride or equivalent. Conductors of No. 14 AWG and larger may be UL Type THHN. 9.23 AC Service The cabinet shall be designed to operate from 120VAC 60 Hertz single phase alternating current. Distribution of the AC+ throughout the cabinet shall pass through all panel mounted power protection devices specified. A. Service Rating The main AC+ field Input conductor shall be connected to a single pole non-adjustable, magnetic type circuit breaker rated for 120VAC operation with the terminating lug equipped for a minimum wire size of No. 6 AWG stranded. The clrcutt breaker capacity rating shall be 40 amperes. This breaker shall be physically located further inward in the cabinet than the following specific breakers to encourage their use. B. Interrupting Capacity The main circuit breaker shall be capable of manual operation and clearly identified as to ON and OFF positions. The circuit breaker when in the OFF position shall break all power input. C. RIF Filtering Radio interference suppressor(s) adequate in number to filter the power requirements for the cabinet shall be wired In after the main circuit breaker. The RIF shall be designed to minimize interference in the broadcast and aircraft frequency bands and shall meet standards of the UL and EIA specifications. D. Ltghtnlng Protection The cabinet shall be equipped with ONLY manufacturer's "SURRESTOR -24- SHP300-10" surge arrestor. No substitutes will be accepted except upon specific advance approval of the Agency. E. Grounding The main AC-neutral shall be isolated from other grounds. The main AC-neutral bus shall ~e copper and have adequate temtnals, two of which will accept No. 6 AWG conductor. The earth ground bus shall be bonded to the cabinet and isolated from other grounds. 9.24 Power Distribution Within Cabinets The power distribution shall be panel assembly mounted. All components on the panel assembly shall be readily accesslble for maintenance. The main AC power shall be distributed through seven (7) secondary breakers CLEARLY LABELED ON THEIR MOUNTING PANEL all wired after the protection equipment described above, as follows: A. Breaker for fan, cabtnet light and duplex receptacle (10 ampere). B. Breaker for the emergency flasher (15 ampere). C. Breaker for all control and other auxiliary equipment (10 ampere). D. THE SIGNAL BUS PROTECTION SHALL CONSIST OF A SET OF FOUR (4) TEN-AMPERE COMMC)N TRIP BREAKERS, WIRED BETWEEN THE OUTPUT OF THL REC)UIRED SIGNAL BUS MERCURY CONTACTOR AND THE AC+ INPUTS TO THE LOAD SWITCHES. CIRCUIT BREAKER OUTPUTS SHALL BE ASSIGNED TO THE LOAD SWITCIIES SO AS TO EFFECT A ROUGHLY EVEN FIELD LOAD DISTRIBUTION AMONGST THE BREAKERS. A TYPICAL ASSIGNMENT FOR A SIXTEEN (16) LOAD SWITCH CABINET WOULD BE: SIGNAL BUS LOAD BREAKER # TO SWITCH # 2. 3. 4. Phases 1,2,5 & 6 Phases 3,4,7 & 8 OLs A & C, and peds. 2 & 6 OLs B & O, peds 4 & 8, the flash transfer relay coils, the red monitor enable output to the confltct monitor*, and the flash return output to the computer communications interface*. A typlcal assignment for an Eight (8) load switch cabinet would be: Phases 1 & 2 Phases 3 & 4 OLA & ped 2 OLB, ped 4, flash transfer, RME* and flash return.* These sense wires shall be connected at the most appropriate point after the bus breakers, to insure all requisite red monitor disabling and flash return sensing during both cabinet and load switch (night) flash operation. -25- Each signal bus breaker shall be CLEARLY LABELED as to which of the load switches it powers. ALL of the above breakers shall be manually operable with clearly identified "ON" and "OFF" positions, AND PROVIDE A VISUAL INDICATION OF HAVING BEEN TRIPPED. E. In addition, a switch 'with clearly labeled "ON" and "OFF" positions be provided to control power to the timer only. 9.25 Safety Covers Adequate safety shields shall be employed where AC+ may be hazardous to performing maintenance. 9.26 Field Terminal Blocks Except as otherwise specifically approved in writing by the Engineer, all field load output terminal blocks shall be of one piece construction with a 600 volt rating. Each terminal position shall be threaded and use a minimum No. 10 btnderhead screws WITH 7/16" THREADS. The terminal blocks shall be mounted with machine or self-tapplng screws and be replaceable. All terminals for vehicle and pedestrian detector field connections shall be #8 or larger btnderhead screws with 1/4" thread. A total of at least 32 field terminals shall be provided on the detector panel, with the "spare" positions appropriately distributed amongst the vehicle detector terminals for possible use in series connections of multiple lead-ins for a given amplifier. 9.27 Terminals for Internal Connections Except as otherwise specifically approved in writing by the Agency, all terminals for internal logic shall be made up on blocks of one piece construction with a 600 volt rating and #6 screws with 1/4" thread on insulator bases. The terminals shall have threaded contact plates and employ btnderhead screws. All inputs to and outputs from every device in the cabinet shall be brought to terminal positions. NO MC)RE THAN ONE (1) CONNECTION MAY BE BRC),JGHT TO THE REAR SIDE OF ANY TERMINAL POSITION, AND NO MORE THAN THREE (3) OTHERS MAY BE MADE TO THE FRONT SIDE OF ANY ONE TERMINAL POSITION. ALL DEVICE INPUTS AND C)UTPUTS MUST BE INDIVIDUALLY ACCESSABLE FROM THE FRONT SIDE OF THEIR APPROPRIATE TERMINAL PANELS, with the exceptions of only the 120VAC+. neutral, and chassis ground for the detector amplifiers, and the +24vdc. AC-neutral, and chassis ground load switch pins. which may be appropriately bussed to respective common terminals. The load switch outputs of the controller shall be on separate but adjacent terminals from the respective inputs to the load switches, and be ~umpered together on the front side of the panel in order to facilitate implementation of external logic. ALL REAR-SIDE CONNECTIONS ON THE MAIN BACKPANEL SHALL BE MADE BY INDIVIDUALLY SOLDERED DISCRETE WIRES OF THE SIZES SPECIFIED IN g.22 (Al ABOVE. NO PRINTED CIRCUIT BOARD-TYPE LOAD BAYS WILL BE ACCEPTABLE. -26- To the maximum extent feasible, all logic terminations shall be positioned on strips above the load switches, and Include an appropriate number of spares for the possible future addition of minor logic circuit wiring. AC terminations should be below the load switch positions. 9.28 TERMINAL PANEL POSITIONING AND LABELING Unless a functionally equivalent design is gtven written approval by the Engineer, the main load switch output terminals to the field IN ALL BASE MOUNTED CABINETS shall be posltloned no further rearward in the cabinet than are the pull handles of the load switches themselves, and may not be recessed under and behind the fronts of the load switches. This is to maxtmtze ease of access to the field color terminals for testing and maintenance purposes, and may be accomplished by: A. the bending or forming of the main backpanel into an appropriate "L" or "S" shape; B. provision of the load switch output terminals on a panel separate from the main backpanel below the load switches, or; C. other comparable arrangement. BACKPANELS IN POLE MOUNTED SHALL BE OF THE CONVENTIONAL, SUBSTANTIALLY FLAT TYPE. THE MAIN BACKPANEL SHALL BE BOTTOM HINGED TO PERMIT EASY ACCESS TO THE REAR SIDE. ALL HARNESSES SHALL BE TRAINED AND RCXJTED CORRESPONDINGLY. TERMINALS SHALL RUN HORIZONTALLY ACROSS THE PANEL. VERTICALLY MOUNTED FIELD TERMINAL STRIPS WILL NOT BE ACCEPTABLE. ALL electrical terminations in the cabinet, for both internal and external connections shall be CLEARLY LABELED WITH BOTH: 1) A number for reference to the cabinet documentation, and 2) A brief, but clear, functional identification, with particular respect to any rear-side connection to that terminal (example: "phase 1 veh. call"). Further, any additional connections brought to the front side of the same terminal shall be end-sleeved with a simlliar functional identification (example: "phase 1 detector output"). 9.29 Harnesses All timer, conflict ~nitor. and detector harnesses in the cabinet shall meet the following requirements: Ao Each wire in every harness shall carry some suitable means of individual identification. In harnesses where each conductor is not individually color coded, each wire shall be stamped at least every six inches with individual markings which shall be appropriately identified in the cabinet documentation. -27- All such harnesses shall be neatly tratned& laced, and shall be either enclosed in PVC sheathing or wrapped in a comparable protective jacket. 9.3 LOCATION OF COMPONENTS Components of the control system shall be located as follows. The connecting harness cables'sha11 be of sufflctent length to allow for Interchangeablltty with other manufacturer's equipment. A. Left hand side from top to bottom: 1) Detector test switch panel. 2) Detector harness terminals. 3) Vehicle and pedestrian detector field lead terminals. B. Rear wall, top to bottom: l) All shelf-mounted equipment with a minimum of two shelves provided. 2) Controller harness terminals. 3) LOAD BAY, WITH MCUNTING POSITIONS (JACKS) .FOR LOAD SWITCBES, FLASHER AND FLASH TRANSFER RELAYS. LOAD SWITCH BASES SHALL BE POSITIONED IN A SINGLE LINE HORIZONTALLY IN ASCENDING NUMERICAL ORDER FROM LEFT TO RIGHT ACROSS SUBSTANTIALLY THE FULL WIDTH OF THE REAR WALL OF THE CABINET. 4) Signal field terminals, per section 9.28 above. Right wall, top to bottom: l) Control panel, including flash and signals & timer off switches. 2) Power control panel, Including circuit breakers specified In Sect. 9.2 above, required surge suppression etc. THIS PANEL SHALL INCLUDE THE MERCURY SIGNAL BUS CC)NTACTOR, WHICH SHALL BE MO(JNTED ON THE FRONT SIDE OF THE PANEL IN A READILY ACCESSIBLE LOCATION SUCH THAT IT )lAY BE EASILY REPLACED IN THE EVENT OF FAILURE. 3) Buses for AC-neutral, chassis ground and logic common. NOTE: These items may be placed on the rear wall load bay as an alternate location in Type "2" and "3" cabtnets upon approval of a sample cabinet submitted to the department. Inside top of cabinet: l) Fan and thermostat. 2) Florescent light at top front. Dca)r: l) Print sack. 2) Intake vent and filter. 3) Door stop (top or bottom). -28- · 9.'4 COOLING AND VENTILATION A thermostatically controlled ducted fan unit shall be installed in the cabinet to provide forced air ventilation through the cabinet. A. Cabinet Fan and Thermostat The foliowlng minimum ~an ratings shall be used: A IOO CFM for Type 2 cablnet or smaller. A 200 CFM fan(s)for Type 3 or larger. The thermostat shall be mounted in the top of the cabinet and have as a minimum adjustment 90 to 140 degrees F. The thermostat shall be a snap action type and be hermetically sealed. B. Alt Ducts and Fan Mounttng The exhaust duct shall be an tntergral part of the cabinet design. The fan shall be mounted to the inside top of the cabinet. The system shall intake air through filtered vents located near the bottom of the cabinet and exhaust the air through a screened duct located near the top of the cabinet. Exhaust ducts or fans that are external to the cabinet shall not be allowed. C. Filters Fiberglass type dry filters shall be used on all air intakes into the cabinet. These filters shall be of standard dimensions that are available commercially. 9.5 OTHER CABINET FEATURES 9.51 Print Sack A heavy duty plastlc envelope, either self-sealing or with a flap, securely attached to the main door shall be provided. The minimum dimensions shall be ntne inches wide and twelve inches deep. The envelope shall be side opened for access. 9.52 Cabinet Illumination The illumination shall be florescent and mounted near the top of the cabinet. The control shall be a breaker mounted on the power panel assembly and by a main door switch. 9.53 Pedestrian Push Button Circuit Isolation For each pedestrian movement provided, suitable relay or solid state isolation shall be provided In the cabinet to separate the pedestrian detector input circuit to the controller from the pedestrian push button curcuits In the field. The field push button circuits shall be energized by suitable low-voltage AC source. 10.0 CONTROLLER AND CABINET DOCUMENTATION The vendor shall deliver three complete documentation packages with each controller/cabinet assembly purchased. If, because of proprietary -29- control, a complete documentation package cannot be furnished for the entire controller/cabinet assembly, the Agency shall require the vendor to submit in writing to the traffic engineer a proposal for full warranty repair of each piece of undocumented equipment that fails during operation. A complete documentation package shall include as a minimum, the following: lO.1 Cabinet Documentation Detailed pictorial diagrams of the controller cabtnet showing manufacturer, part number and physical location of all components and sub-assemblies. B. All part numbers must be universal, such as JEDEC. RETMA. EIA, or ltst original manufacturers' names in full. C. Detailed electrical schematlc diagrams of complete cabinet wiring. D. A brief but clear operating procedure description summarized on a 8 1/2 x ll" laminated plastic card to assist field operating personnel. E. COMPLETELY UP-TO-DATE AND ACCURATE MYLAR MASTER OF ALL CJ~BINET PRINTS, FROM WHICH ADDITIONAL COPIES MAY BE REPRODUCED BY AGENCY PERSONNEL. A SEPARATE MYLAR MASTER SHALL BE PROVIDED FOR EACH DIFFERING DR. AWING AND AN ADDITIONAL SET OF REPRODUCABLES SHALL BE PROVIDED FOR EACH TEN (10) CABINETS BUILT OR WIRED TO IDENTICAL PRINTS. 10.2 Equipment Documentation A. COMPLETE OPERATIONS MANUAL(S), FULLY DESCRIBING ALL KEYBOARD ENTRIES, SWITCH SETTINGS, ETC. NECESSARY TO ACTIVATE ALL FUNCTIONS OF WHICH THE E(~JIPMENT IS CAPABLE. B. Complete schematic diagrams by circuit function, and separate schematic diagrams by module. Ee Complete block diagrams of equipment circuits. Complete logic dtagrams by circuit function with lndlvldual components of each logic block identified. Logtc symbols used must Comply with the latest Military Standard'B06. Detailed circuit-by-circuit descriptions of the equipment operation that follows component-by-component with the schematic dlagram or block-by-block with the logic diagram. F. COMPLETE MEMORY MAPS OF ALL EEPROMS IN WHICH ANY USER-ENTERED Go PROGRAMMING DATA IS STORED. Complete pictorial diagrams of the equipment case or frame, and each sub-assembly, showlng the physical location of all parts and components. -30- Complete parts listing showing full names of original manufacturers for parts not Identified by universal parts numbers such as JEO£C, RETMA or EIA. All semiconductor devices shall be registered types with second source availability. In-house numbered devices shall not be acceptable. I. Complete performance specifications of the equipment. J. Complete maintenance and trouble-shooting diagnostic programs. Copies of all check lists and other related paperwork Indicating the controller and cabinet assembly's successful passage through final Inspection and qualtty control checkouts which the manufacturer shall perform prtor to shtpment of the equipment. Any modification shall be accomplished by a modification notice and an updated schematic including, if necessary, a new circuit description. !1.0 STATEMENT OF COMPLIANCE AND WARRANTY The vendor shall tnclude all warranties and/or guarantees with respect to materials, parts, workmanship and performance of the equipment provided. A minimum guarantee of one year shall be provided by the vendor. The extent of such guarantee in excess of the one year requirement will not be a factor in selecting the sucessful bidder. 11.1 Formal Training The vendor shall provide with each model or series of models a training seminar at the expense of the manufacturer. The training minimum is thirty-two (32) hours of instruction. The vendor shall conduct the training seminar within twelve months of the award of the bid. 11.2 Turn-on Assistance The equipment supplier shall provide, at his expense, any shop and/or field assistance requested by the Agency at the time of equipment turn-on in order to insure Implementation of a complete and working system utilizing the equipment supplied. Turn-on of the equipment may occur on any working day within twenty-four (24) months from the date of equipment delivery, and at least seventy-two (72) hours from notification of the supplier by the engineer. PRE-ORDER AND DELIVERY REQUIREMENTS 12.1 Inclusion In The As an informal aid to more rapid bid tabulation, vendors are requested to Indicate on the bid form the brand and series numbers of the equipment they are proposing to provide. Where the series number Indicated Is one which the Agency feels It has adequate previous exposure, the Agency may or may not, in its sole discretion, elect to waive the sample demonstration requirements below. -3i- After the bid opening, the vendor may substitute another brand and/or model of controller, but only upon spectflc permission of the Agency. Examples of cases in which the Agency might grant permission to make such a substition include but are not limited to: A. The substitution of another model which the Agency considered superior to that originally proposed. 8. The substitution of another model offered subsequent to a sample demonstration at which the originally proposed model was rejected. Co The substitution of another model Judged by the Agency to be at least equal to or superior to the model originally proposed in order to 1.mprove delivery. Of course, any such substitution would be allowed only with no Increase in price, delivery lead time or change in other terms. If the bidder is bidding with specific exceptions, he shall attach or append a list of them to hts bid. This is the only other inclusion required to be submitted with the bid form. Any other attachments, such as catalog cuts, other descriptive literature, compliance statements etc. are no longer required with .the bid, but are encouraged and may be included at the bidder's option. Bidders should carefully study the delivery time requirements indicated in the bid to insure that their delivery time quotations fall entirely within the delivery required. Time is of the essence in Agency equipment purchases, and delivery quotations in excess of the delivery requirements SHALL BE grounds for bid rejection, even if the proposal is in conformance with the requirements in all other respects. 12.2 Sample Demonstration Requirements The apparent low bidder(s) may be required to demonstrate a working production unit of the brand, type, and series of controller timer he proposes to provide prior to award. If such a demonstration will be required, the bidder shall arrange to render such demonstration at Agency facilities within fifteen (15) working days after being notified of the requirement by the Agency. In order to expedite the the award process, it is recomended that the apparent low bidder initiate contact with appropriate Agency personnnel regarding the possibility of this requirement at his earliest convenience on or after the date of the bid opening. At any such demonstration, the required functions shall be demonstrated to the satisfaction of Agency engineering personnel, in whose sole discretion and Judgement the adequacy of the demonstration shall be determined. However, the Agency reserves the right to further require the the apparent low bidder to produce a complete sample controller, documentation package and typical cabinet assembly for up to two weeks evaluation and bench test at the Agency within two weeks of receipt by the vendor of a request for such. Or, in some cases, the Agency may request that the vendor leave the sample controller timer -32- at the Shops for up to two weeks of bench testing in a Agency supplied cabinet. In all such cases, the sample equipment left for examination is done so at the supplier's expense and risk. At the initial demonstration, the supplier should be prepared to leave suitable descriptive literature, such as the Operations Hanual for the controller timer, catalog sheets or fliers on the conflict monitor, other auxiliary equipment proposed and an example cabinet prtnt for the Agency's more detailed review. As a condition necessary to approval of the sample controller and sample cabinet assembly described above, vendor may be required to submit a signed letter subsequent to inspection describing in detat1 how he proposes to resolve any discrepancies discovered by the Agency between the sample submitted and the requirements of this specification. Compliance with and acceptance under the above sample and document submissions requirements shall not relieve the vendor of responsibility for compliance with or resolution of any discrepancies between the product conflguration supplied and the requirements of this specification which might be discovered by the Agency during the warranty period. If, at the end of the demonstration or evaluation, the Agency ftnds the sample equipment or its functions to be Incomplete or unsatisfactory, the bidder will be notified that thls is the grounds on whtch his bid wtll be rejected, and the above evaluation process will begtn again wtth the next Iow responsive bidder. Likewise, failure to provide a sample and demonstration within the above time requirements shall be considered grounds fo? bed rejection. lZ.30eltquency of Previous Orders If, at the ttme of the award, the Agency finds that the vendor is seriously deltquent In the delivery or completion of any order previously placed by the Agency with him, the Agency shall have the option of rejecting his btd on those grounds. 12.4 Pre-Delivery Inspection ALL DELIVERIES OF E(~JlPMENT PURCHASED UNDER IHIS SPECIFICATION WILL BE CATEGORICALLY REFUSED unless they have first passed an inspection by th~ Agency personnel at the suppller's assembly facilities prior to shipment. This Inspection will be conducted by the Agency personnel upon appointment made by the supplier with the Agency at least five (5) working days in advance. Thls inspection shall tncude a detailed functional and conftgurattonal examination of one or more complete controller and cabinet assemblies, as selected by the inspection team for each bid line item, Including a review of the required documentation package, which controller shall be set up by the supplier and running on bench test for this purpose. All of the other cabtnets Included In this proposed shipment shall be available for Inspection to ensure that all required components and -33- prints are included for shipment complete. At the conclusion of the inspection, the supplier will be informed that the equipment proposed for shipment: A. is found to be complete and in compliance with these specifications, and that shipping may proceed forthwith, or; B. lacks only minor items or revisions necessary to make It complete and to specifications, which the vendor w111 be responsible for correction of prior to shipment, but for which relnspectlon will not be required before shipping, or; C. is disapproved for shipment due to major 1rems lacklng or deviations from these requirements, and that a subsequent reinspection w111 be required before shlpment will be authorized. Whenever feaslble, the supplier shall arrange for the pre-delivery inspection to be conducted at suitable facJllttes In or near the D&llas-Ft. Worth Metroplex area. If the proposed site of inspection ts outside this area the supplfer may be required to provide adequate transportation to and lodging near the inspection site for the Agency inspection team members at his expense. It shall be the vendor's responsibility to submit his request for Inspection sufficiently far tn advance of any delivery deadline that any deficiencies found In the Inspection may be rectified without exceeding deltvery requirements. REJECTION OR RESTRICTIONS ON THE ACCEPTANCE OF THE PROPOSED E(~JIPHENT SHIPMENT HILL NOT USUALLY BE CONSIDERED GROUNDS FOR THE GRANTING OF A DELIVERY TIME EXTENSION. Occaslonally, the Agency may elect to waive the Pre-Delivery Inspection requirement in cases where It knows the equipment proposed for shipment to be Identical to prevlous shipments found satisfactory, or where manpower constraints preclude the staffing of an Inspection team. In such a case the supplier w111 be so notified when he contacts the Agency to arrange for the inspection. 12.5 Delivery and Dockstde Inspection Equipment for which permission to ship has been granted will still be subject to inspection, refusal and return, If found to be Incomplete or not to specifications upon delivery to Agency premises. Particular attention will be paid to any items found tn Sect. 12.4 above to tnsure that Stems brought to the suppller's attentIon durIng the Pre-dellvery Inspection have been properly corrected. The vendor shall notify the carrier who is responsible for delivery that the Agency will require a twenty-four hour advance notice of delivery and SHIPMENTS WILL NOT BE ACCEPTED AT THE AGENCY AFTER 12:00 NOON OF A NORMAL HORKING DAY. 12.6 Policy on Partial Shipments The vendor shall ship only complete controller/cabinet assemblies with -34- complete documentation Included. Partially completed controller/cabinet assemblies wtll not be accepted and will be returned at the vendor's expense and risk. However, upon specific advance request the Agency may permit the supplier to deliver a partial number of the completed controller and cabinet assemblies. Vendors tn a' position to do this should contact Agency offices to discuss the term~ applicable to partial shipments. 12.7 ORDER CANCELLATION OUE TO NON-DELIVERY BY SUBMISSION OF HIS PRICE PROPOSAL, BIDDER SIGNIFIES HIS UNDERSTANDING AND AGREEMENT THAT REGARDLESS OF THE IMPLEMENTATION OF ANY LI(~JIDATEu DAMAGE PROVISIONS RELATED TO ANY EC~JIPMENT ORDERED UNDER THI~ SPECIFICATION, ANY SUCH ORDER SHALL BE DEEMED AUTOMATICALLY CANCELLEu WITH RESPECT TO E(~JIPMENT NOT DELIVERED BY THE (~JOTED DELIVERY DATE, UNLESS THE SUPPLIER HAS OBTAINED WRITTEN AUTHORIZATION FROM THE AGENCY FOR A DELIVERY TIME EXTENSION OF A SPECIFIC PERIOD. END OF SPECIFICATION -35- 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 AMPLIFIER 2.1 2.1.1 2.1.2 2.1.3 2.1.4 2.1.5 Functional Requirements The unit shall be capable of detecting presence of any vehicle with a metal mass, stopped or moving at speeds up to 80 MPH~within the detection zone of an induction loop. Detection shall be purely electonic and shall respond to a change of inductance of the loop caused by the pre,?nee ~,f a v~hicle 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 125t25 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. -- 56 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. -- 37 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 ~arth 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 3.1 3.0 DETECTOR LEAD-iN CABLE~_DETECTOR LOOPS & INSTALLATION PROCEDURES Detector lead-in cable shall be of the 2 conductor shielded type; The cable shall conform to the following: (a) T~o-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. Maximum 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. 3.2 3.3 3.4 Detector Cable Installation Detector cable shall be r~n continuously, without splicing from detector loop connections ~n 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'a 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, aoft 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 aaw slots and returned through the conduit to the box, for connection to lead-in cable. ~.fter splicing is completed and before the slots are sealed, the resistance of the loop and lead-in cable to ground, shall be measured. Afte~ a satisfactory test, which shows a resistance of not less than l0 megohms, the slot shall be sealed with approved asphalt sealing compound. All saw cuts must be of sufficient width and depth (minimum 2") that all loop wire contained in the cut is completely encapsulated when the sealing compound is poured. 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. SPECIFICATION FOR NULT1PLE CONDUCTOR. AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE lj J Section 1.0 CEKERAL This specification covers polyvinyl chloride compound-Jacketed polyethylene- insulated multi-conductor cable, and polyvinyl chloride compound-insulated single conductor wire, rated 600 volt__s, for use in signal systems in under- ground conduit, as aerial cable supported by a ~essenger or for induction loop detector wire. Section 2.0 GEKERAL CONSTRUCTION this ecification shall he ,o~posed of tmcoa~ed_c.opper_co~d~tors Cable under _ap .... th lene ~ultX-conOuc~Or~ a 1 insulates w~th heac atlbilized po.lye y individu 1 y -- -- '-~--le comtuctor) as specified herein. or ~lth olyvinyl chlor~oe compoun~ ,~ o - - P laid in* compact ism, bounu ulti le insulated conductor~ shall be u~ H P ...... ._._~ with~olvvinyl chloride co~pound. with suitabAe tape, anu ja~.x=~=~ r ~ Section 3.0 CONDUCTORS ductors shall, before insulating, confozm to the require- 3.1 The copper con . - ~ · .... . -.=~-ion for soft annealed copper ~ents of ~ Dead,natron ~-~. ~0 .......... _ .... wlre~ and ASTg B-8 for concentric lay, at, andes copper wxx=. 3.2 The conductors Shall be stranded tmlzss otherwise specified in the plans and specifications- - 3.3 The number and size of the conductors shall be ~s specified in the plans and specifications- Section &.O INSULATION &.l ~ulti-Conductor Cable. The insulating compound before application to the be heat-stabilized polyethylene conforming to the require- conductors shall . - ..~o ~ ~- 1 Class B, Grade &. The_ ~e~ts Of ASTZt Designation v i~#~, ---. '~' · Insula- a lied concentrically abOUt the conductor. insulation shall be pP _ .~- .~,,~rn sh 1 ~eet the rolls,ring tion after the applicat ..... ~..~. ~it the procedures given _~AS.TH equire~enta when tested 4~ i~c ........ ~-;~ ~.Li~.=tt &70, xatest xevisicm. J 40 ] J 4.2 4.3 6.4 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 Ce Cold Bend Test, 1 hour at -55°C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). The nominal thickness of the insulation shall be not less than that specified in Table I. The minimum thickness of the insulation shall be not less than 90 percent of the nominal value. Moisture Absorption. a. After a twenty-four hour immersion in tap water at 50°C plus or minus 1°C, the specific indUctive capacity of the insulation shall be not more than 2.5. After a continued fourteen day immersion, the specific inductive capacity shall be not more than 1.5 percent higher than the value determined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. b. ~he moisture absorption tests shall be conducted in accordance with methods specified in IPCFA S-61-602, NEMA WCS, latest revision. Electrical Properties. 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. be Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still im~ersed, shall comply with the insulation resistance requirements of Table I. 41 L I IL !L The Dielectric Strength and Insulation Resistance Tests shall be conducted in accordance with the require~ents of ASTM Designation D 4?0, latest revision. ! Conduotor Size, AWG TABLE i INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RF..SISTANCE lnsulaLion Resistance Insulation Test at $0~'F. Megohms - Thiekne~% ~ch Voltage 1000 Feet 20 .025 2500 15,000 19 .025 2500 15,000 18 .025 2500 15,000 17 .025 2500 15,000 16 .025 2500 14,800 15 .025 2500 13,700 14 .025 2500 12,600 13 .030 3000 13,200 12 .030 3000 12,100 11 .030 3000 11,000 10 .030 3000' 10,100 9 .030 3000 9,200 8 .030 3000 8,300 1 l 1 4.5 4.6 Single Conductor Cable: The insulation shall be tough, durable, stabilized polyvinyl chloride coapound meeting the requirements of Under~riter's Laboratories Type TH~. The physical characteristics of the insulation shall be as given in Table II. Tests of these characteristics shall be made in accordance with AS1TI Designation D &70, latest revision. J 43 '/ 4.7 TABLE 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 Thickness, Diameters and Weights a. The completed conductor shall conform to the requirements of Table IlL b. The thickness of the insulation shall be not less than 90% of the nominal value in Table IIl. e. The minimum spot thickness shaU be not less than 70% of the nominal thickness. L L · Conductor Size AWG TABLE H1 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 44 SECTION 5.0 5.1 CONDUCTOR COLOR CODING Multi-Conductor Cable: Standard color co<ting 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. 1 2 3 4 5 6 ? 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Base Color Black White Red Green Orange Blue White Red Green Orange Blue Black Red Green Blue Black Wrdte Orange Blue Red Orange First Traeer Black Black Black Black Black White White White White Red Red Red Red Green Green 45 L l l l l iI 'l L .5.2 The color sequence may be repeated as necessary. Color code sequence applies when cable is composed of' mixed sizes. 5.3 Special color coding, when specified in unpaired conductor cables, shall consist of black for ell 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 ~ven 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 s~g~al and power circuit common. Red covering shall be used for detector posiLive. Blue covering shall be used for detector circuit common. Covering colors shall be obtained by use of colored polyvin¥1 chloride. SECTION 6.0 CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE) . 6.! Two-Conductor Cable a. Two-conductor cables shall have a max/mum len~h of lay not more than 30 times the insulated conductor diameters. b. Two-conductor cables shall be oi the round, twisted type. c. Fillers shall be used where necessary to form a two-conductor round twisted cable. 6.2 Multi-Conductor Cables Having More Than Two Conductors a. In multi-conductor cables having more than two conductors, the single conductors shall be laid up symmetrically in layers with lay not exceeding the following: 46 1 Number of Conductors 3 4 $ or more Maximum Length of Lay 35 Umes insulated conductor diameter 40 times insulated conductor diameter 15 times assembled core diameter be 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-ha~d 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 s~iral wrapping of a moisture-resistant tape applied so as to lap at least 10 percent of its width. SECTION ?.0 JACKET (MULTI-CONDUCTOR CABLE) ?.1 Over the taped conductor assembly there shall be applied a tightly fitting polyvinyl chloride compound jacket which shall meet the following require- merits 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 47 7.2 FJongation at rupture percent, minimum 250 b. After 5 days in air oven at 100 degrees C: Tensile Strength percent of original, minimum 85 FJongation at rupture percent of original, minimum 60 e. Head Shock Test, Air Oven, ! 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 1 g. After 4hours in ASTM No. 2 oil at 70 C. Tensile Strength, percent of original, min. 80 Elongation at rupture, percent of orig~nai, min. 60 The nomina] thickness of the jacket shall be as specified in Table V. The average thi'ckness shaLt be not le~ than 90% of the specified thickness. The minimum thickness sbA1! be not less than 70% of the nominai thickness. TABLE V Caieulated 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 45 Jacket Thickness Mils 45 60 80 110 140 L SECTION 8.0 IDENTIFICATION 8.1 Each shipping length of multi-conductor cable shall have a tape showing the name of the manufacturer and the year in which the eable 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 sha:l 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 shall meet the voltage and insulation resistance requirements of Section 4, except that the final electrical test on multiple conductor cables may be made without immersion in water. Each conductor of a multiple conductor cable shall be tested against all other conductors and shield if present. 9.4 Sample Tests - One sample for establishing conformity to this specification sbe]l 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 ease of any failure on the retest, the lot shall be rejected. Section lO.O PACKING AND .%M1KING FOR SHIPHENT 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 opt_ion. 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 Euar~anty will not be a factor in selecting the successful bidder. Section 12.0 CONSTRUCTION METHOD The conductors shall be i~stalled in accordance with the details on the plans or as directed by the Engineer. Conductors shall be continuous, without splices, from terminal to ter~inal. Splicing will be permitted only in transformer bases as sho~n 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 PAYHE~T 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. SO l SPECIFICATION FOR SIGNAL POWER SUPPLY AND SERVICE EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES Section 1.0 POWER SUPPLY AND SERVICE EQUIPMENT 1.1 1.1.1 1.1.2 Power Connection. 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. Unless otherwise called for in the plans, the power connection ~h~ll 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 EauiDment Requirements. Power service equipment shall meet the following requirements: (a) 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. (b) All miscellaneous hardware, i.e., conduit, conductors and weatherhead, shall be installed as shown in the Plan details. Conductors shall be of the size indicated and be type THW meeting applicable ASTM Specifications. (c) 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. ~lle 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 /n 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. J J J J J J. 2.~ 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. All ~ire and cable shall conform to the requirements sho~zn 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 Wirins. Except for span wire suspended cables and electrical · rlring ~ithin steel signal poles, all cables and single conductor wire within twenty-one (21) feet above the ground surface shall be enclosed in approved metal conduit. Power-tap lines carried do~n poles shall be placed in metal conduit. The po~er entrance to the controller shall be made through underground polyvinylchloride conduit only. 2.7 Identification of Si~nal Wires. The Contractor shall identify each cable and wire ends in the controller and signal-pole-base terminal boxes. 2.8 Silual and Controller. The signal housing, controller housing, signal common and service co~on shall be grounded. All grounding shall be as sho~n on the plans and/or as may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the quirements of the National Electric Code. The service common at the pole from ~hich the po~er is taken shall be grounded. 2.9 Conduit and Signal Posts. Hetal 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 vith the National Electrical Code. 2.11 The sealing compound used shall have a melting point of not less than t~o hundred (200) degrees Fahrenheit, and shall not be adversely affected by the surrounding.atmosphere or moisture. 2.12 Cable at Pull Box. Minimum 3' slack loop at all tXlllbOxes and trans-' £ormer bases. SPECIFICATION FOR POL¥CARBONATE RESIN TRAFFIC SICNAL ~EADS 12-INCH, EXPANDABLE, ADJUSTABLE TYPE Section -1.0 1.1 1.2 1.3 CENERAL The traffic control sisal heads shall be in accordance ~ith the latest revision of ITE Technical Report No. l. excep£ as noted below. c si ns1 face shall consist of a number of identical signal Each traffi g ....... - - --nner as to present a sections rigidly fastened together zn su~- - --- . continuous pleasing appearance. The left-turn and right indication~r~ll he d~splayed ~th the use of · dual arrow fiber optics lens (~inko~atic Hodel APO-12, or equal) rigidly fastened together ~ith a standard 3-section head. nd o tical syste~ of the signal head ahall, unless The el~trlcal.~.. P._ ~--~--ed for o~eration fr~ a ~r supply, of othe~se speclI~eo, v= ~-~,,. ..... i ..... ~ ~ and 60-150 watt ramps coCa.nE to the latest I~ Stanaaro ~o~ ~----- ~ · Co~ractor shall f~ish and install traffic siE~1 la~s of vattate spe~f/ed. (Acceptable brands are ~rot~t or ~ratronics.) .., Section 2.0 2.1 2.2 SIG'~L FACES ~ SIGNAL HEADS Signal faces and Signal l~e~ds shall be as shown in the plans. ~ulti le way signal heads shall be rlgtdl~ attached, radiating fr~ hubs at the vert~n~ - nner that ~11 assure pe~ent aliment of attached thereto ~n · ~_ ~.~ -~all be desired to confo~ to the the separate housings. ~=-~'~-~ -rovision sh~l be ~de for caru- of =o~tinE attac~ent_s~ecl[~u_~.[ in the suppor~n~ a~.t~ in the leads fr~ ~ch no~szns_~,,~--~_ A ...~.v ~v be ueed zn z~eu ~ted sisal heads. ~ F r ,,. units of the aso~bled head s~ll ~e _ threaded crosses, n~t.elv~'_..~ ded and shall be const~cted ~ter~als not at~ecceo oy ~ atmospheres. 53 i 1 1 i 1 t 1 ! Section 3.1 3.2 3.3 3.4 3.5 3.0 HOUSINGSt DOORS~ VISORS AND LENSES 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 nun.) 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 lO). 19~e 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-armor span-wits fittings. Provision shall be made for accommodation of the parr. tcular 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 st~ci~gth. Fittings and accessories shall be of rust resistant umterials 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 b~ so attached to its supporting arm that it will be adjustable by rotation about its vertical axis in such manrmr 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. Traffic control signal housing cases shall be of the sectional adjustable expandable type. The assembled housings for each signal face shall consist of three or more individual sections each designed for housing a single complete optical unit (including the dual arrow fiber optical unit), rigidly connected by means of bolts extending through each section or by individual connectors between sections and forming a single "Signal Face". Both the top and bottom of each section shall be provided with an opening to accommodate 1~" 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 54 3.6 locking ring designed to fit into notches. The lock~ng 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 with an ornamental cap and gasket. Section 4.1 4.2 6.0 HOUSING DOOR The housing door of each signal section shall be a one piece polycar- bonnie resin material. The door shall be attached to the housing by means of two stainless steel hinge pins, or by polycarbonate hinge pins which are an integrally molded part of the housing door. Two stainless steel 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 8oug£ng of the housing door by the wing screws. Wing screws shall remain captive in the housing door when the door is open. Design of door, housing, and visor shall be such that no light is visible in the profile view of the signal face. 1 1' 1 1 J Section 5.1 5.2 5.3 5.0 OPTICAL SYSTEM Each lens shall be provided with an optical unit consisting of a reflector assembly with leads to the terminal block (which is to be furnished in each complete housing) together with all bolts, nuts, screws, clips, hinges, lugs and incidentals necessary for mounting the various parts of the optical assembly. 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. 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 ~l) and the American Standards Association tD-10.1-1958UDC656.05~ optical specifications. J 55 l i i J 5.5 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 un it. 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 6.1 6.2 6.3 6.4 6.0 REFLECTORS The reflector shall be approximately parabolic in section, made of high quality clear glass, reasonably free from chips, bubbles, streaks, and wrinkles. The outer surface shall be silvered by a chemical or electrical deposition to such thickness that the lighted filament of a 200 watt incandescent lamp will be invisible through the silvered coating and shall then be protected by an electrically deposited copper coating. The silver coating shall be so applied that no foreign substance (solid, liquid, or gas) can penetrate between the two materials amd 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. Alzak reflectors will be accepted as alternates. These reflectors shall be made of specular Alzack aluminum the thickness of the anodid coating to be a minimum of 0.0001 inches, or its equivalent, spun or drawn from metal not less than 0.025 inches thick equipped with a bead or flange on the outer edge to stiffen the reflector and insure its being held true to shape. Polycarbonate reflectors will not accepted as alternates. The reflecting surface shall be totally free of flaws, scratches, defacements or mechanical distortion. Section 7.1 7.0 I~ RECEPTACLE 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 S6 7.2 place the filament of a standard 150 watt lamp in the proper focal position with respect ~o 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. Haterials 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 8.1 8.0 ~'IRING Each reflector assembly shall be provided with two flexible insulated color coded leads not smaller than Ho. 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 ~rlre 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 White w/R & Y Tracer White w/¥ Tracer White w/G Tracer White w/B Tracer White w/B & R Tracer White w/B & Y Tracer Section 9.0 9.1 9.2 VISORS Each signal door shall be equipped with a detachable standard tunnel {unless other~ise sho~ra in the plans), polycarbonate resin visor fastened at four or more points to the door. The visor shall have a do~nward tilt of 3h to 5 degrees and shall encom- with · ~ha11 pass approximately 300 degrees of the lens. Heads may be shipped visors detached. If heads are shipped ~rlth visors attached, v~oys be easily removed and replaced without damage to visor or signal nea· L- Section 10.1 10.2 10.3 10.4 Section 10.0 TEP~INIL BLOCKS Each optical unit (or section) of each signal head shall be ~rlred 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 veather-proof construction, and be equipped vith identified terminals for signal (interior) and field vires. Binding screws shall be provided for field vires. Solderless connectors or binding screws shall be provided for interior ~rlring to the optical unit. In addition to individual terminal blocks described above, each multiple- section signal (head) rill be provided vith a common terminal block mount in the top section of each signal head. Each assembled signal head shall be ~rlred by the supplier to the co.on terminal block. If specified, an additional terminal block located ~ithin a compartment shall be provided for co.on ~rlring of multiple signal heads located on a single pole or pedestal. The terminal compartment shall be weather- proof vith cover and molded-construction terminal block ~rlth separate, identified terminals for signal and field vires. A sufficient number of terminals shall be provided to handle all optical unit~rlres. A minimum of twelve connector sets shall be provided. Color coding of leads shall be maintained, indivi~ually, from each optical unit lampholder to respective terminal in the compartment. Colons from each housing shall be grouped and carried to one terminal in the compartment. Use of terminal compartment described in 10.3 does not eliminate the requirements for those specified in 10.1 and 10.2. 11.1 11.0 MOUNTING ATTACHMENTS All mounting attachments shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continued exposure to sunlight or corrosive atmospheres, particularly salt air. Any non-metallic hardware shall be polycarbonate material impregnated vith glass fibers. Provision shall be made for carrying the signal leads enclosed in the mounting attachment. The mounting attachment, together ~rlth supporting arms snd assembled housings, shall comprise a dust-and- moisture-proof enclosure for optical units and lead wiring. Hounting attachments shall be of one of the following types as specified for the particular head on the plans. (a) Hast-ArmHounting. Mast-arm signal head mounting shall be as sho~n on the plans. (b) Side-of-Pole Hounting. Supports for side-of-pole mounting of the signal head in a vertical position shall be lb" (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 58 (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/i" from and at right angles to the axis of rotational adjustment of the signal head. Both supports shall have running threads at least lk" long at the pole connection end. Provision shall be =adc for carrying the ~rlring from the signal head enclosed in the bottom support and an outlet tilted do~rnward for the ~rlring shall be provided, adjacent to the pole connection end, tapped and plugged for 1~" conduit. Any variations to this design are sho~n in the plans. Top of Pedestal Hounting. 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 bo:tom pipe-arm assemblyt for attachment around the top of a ~" 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 HATERIAL All material used in construction of major signal components shall be of poly- carbonate resin. This material shall be such that it ~r~ll ~rithstand ?0 foot- pounds of impact ~r~thout fracture or per~anent 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 shal~ be integrally impreg- nated in the polycarbonate resin in the molding process. S9 i 1 1 1 1 1 1 SPECIFICATION FOR PEDESTRIAN ONE-SECTION SIGNAL HEADS - INCANDESCENT LAMP Section 1 1.1 1.2 1.3 · 0 GENERAL These specifications cover the minimum requirements for low energy lightweight single section pedestrian head. (WinkoMatic Model VI-2L-AC) 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. 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 HOUSINGt 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 accou~nodate the electrical and optical elements of the pedestrian signal. There shall be a neoprene gasket permanently at- tached to the perimeter of the housing. The top and bottom exterior of the housing shall have openings two inches in diameter to permit entrance of 1~ inches of pipe brackets. 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. T~o 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 housidg lugs with the use of a stainless steel ~" 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 l l i / J 2.4 directly on the door and shall consist of 15 vertical .030" thick polycarbonate strips and 26 horizontal .0B0" thick polycarbonate strips. The strips shall be slotted such that they fit together in a cross-hatch fashion. Two anti-vandal metal rods shall be laced into the polycarbonate strips in such a manner that they do not interfere with the legend on the sign. The metal rods shall be firmly fastened to the visor frame thereby producing an anti-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 ~". The lens shall consist of a two-piece k" molded pigmented glass optical unit with the legend mast on the first surface and a molded prismatic surface on the second (inside). The lens material is molded glass with the standard ITE colors molded in the glass. The top lens consisting of the legend DON'T WALK in 4~" letters, shall be Portland Orange and the bottom lens consisting of letters, indicating WALK shall be molded in lunar white letters. The inside prismatic surface shall be m~ted to the parabolic reflector so as to form an even distribution of light without hot spots. The entire lens and reflector assembly shall be designed for any wattage light bulb using a 2-7/16" light center. Section 3.0 REFLECTOR AND LAMP RECEPTACLES The reflector shall be a one-piece die cast aluminum reflector creating a double parabolic unit. Polycarbonate reflectors are strictly prohibited. The reflector shall have a metalized silver 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. 61 SPECIFICATION FOR MAST ARM POLE ASSEMBLY L L L L L L Section 1.0 GENERAL 1.1 This specification covers steel (as specified in Plans) mast arm and pole assemblies, which, shall include transformer base. All mast arm pole assemblies, as supplied and installed, must conform to the detailed 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 sha£1 be considered an integral part of the respective mast am 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), sign(s) and on all surfaces of the support assembly, in accordance with the American Association of State Highway and Transportation Officials "Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals" and other pertinent specifications of this body. 9nless otherwise shown in the Plans, ~rlnd 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 All castings shall be true to pattern in form and dimensions, free from pouring faults, sponginess, cracks, blowholes and other defects in any position affecting their strength and value to service intended. Surfaces shall have a 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,rind 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. -- 62 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) jgints. 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. Trgnsformer 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 oft 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. 63 Section 6.0 SIGNAL HEAD AND LUMINAIRE MAST ARMS Mast arms shall be of the design shown in the Plans and arm and attaching hardware shall meet strength requirements of Section 1.0. Fastening the mast arm assemblings to the shaft by use of set screws (which would cut into or groove the shaft) guys, rods or sway braces will not be acceptable. ± 1 1 1 l Section 7.0 FINISH Fainted Finish - All surfaces at the time of paint application shall be in accordance with the requirements of Brush-0ff-Blast-CleaninE as specified in Steel Structures Painting Council Specification SSPC-SPT. %4hen shipped, the outside of each assembly shall be coated in a manner that will assure all surfaces, at the time of erection, ~rlll 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 piE"~nt. 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 thorou§hly 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 d~awings shall be prepared on sheets 2~ X 36 inches in size, with 1% inch left margin and other margins of ~ inch. (B) Each sheet aha11 have a title in the lower right hand corner which includes the na~es of the Contractor, Fabricator and sheet numbering. (C) All 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) Draftings for only one assembly need be submitted for two or more which are of identical design and dimensions. 64 (E) Approval of the drawings shall not relieve the Contractor of the responsibility for correctness and completeness of the drawings, shop fit field connections and proper galvanizing designs when galvanizing is required. (F) The draftings shall bear a fully descriptive, detailed certification thereon that the assemblies were structurally designed in accordance with criteria specified in Section 1.0 and specified in the Plans. (G) The drawings shall be submitted to and approved by, the Engineer prior to fabrication. 1 ! Section 1,1 1.2 1.3 1.4 1.5 1.6 SPECIFICATION FOR CONDUIT & PULL BOXES 1.O CONDUIT. 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. Unless otherwise shown on the plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans and shall meet the requirements of the National Electrical Code and shall be listed by Underwriters Laboratories, and shall be marked in 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 conguit and a spherical template having a diameter not less than 75 percent of the indide 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 other~ise shown on the plans or directed by the Engineer, conduit placed in an open trench shall be placed at least eighteen (18) inches deep imbedded in sand. -- 66 J J J 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 P¥C Conduit shall be inserted. The void may be accomplished by either boring or Jacking a mandrel. Metal conduit vhich 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. Heav~ Jacks are to be used for Jacking. Boring is to be done by mechanical means providing a one-inch overcut for the conduit to be placed, and use of water or other fluids in connectionwith the boring operation will be permit£ed only to the extent to lubricate cuttings. Water Jetting will not be permitted. Where conduit is to be placed under existing asphal~Lc pavement, the Jacking method is to be used unless ~rritten 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 Con~rol" shall be integrally cast into the top surface of the cover, and the cover $hall 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, l&-inchwidth 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 ~ one on the extension. A minimum of two knockouts, 3"x6" each end, shall be provided in each box and extension section. Material and StrenRth Requirements. The pull box, cover and extension shall be of reinforc§d plastic moA~ar, and be designed and tested to temperatures of --50 F., meeting ASTM D-635 flam=ability test. The box and cover shall be capable of withstanding a minimum 5,000-pound single axle load over any 10"xl0" area of exposure. 67 Seetion 3o01~._..ASUREMENTAND PAYI~ENT Work performed and material furnished as prescribed by this item ~ill be measured and paid for by linear foot along the main line of the conduit and per each pull box installed. A 5-foot allowance for the PVC is permitted for all foundation connections. The fitting within the pull boxes will be considered incidental to the pull box installation. Please note that where sho~n on plans as 2--2" PVC or 2--3" P¥¢ 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. J / 68 L SPECIFICATION FOR CONCRETE FOUNDATIONS Section 1.0 DESCRIPTION FOR CONCRETE POLE BASE SHAFTS AND CABINET FOUNDATIONS. 1.1 Concrete materials and their preparation shall be in accordance with the requirements of Item 421, "Concrete for Structures", Standard Specific&tions for Construction of ~ighways, 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 ~ith 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. All 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 sho~m 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 vorking the concrete. After the concrete has been placed and the top struck off, it shall be covered with vet cotton or burlap mats, for not less than ninety-six (96) hours. Ail 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 ~ith mechanical tamps in 6-inch layers to the density of the surrounding ground, l~here excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original construction · (d) All excavated material not required for backfill shall be promptly re- moved and disposed of by the Contractor outside the limits of the project. 69 L L L L L L L L (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 60OF, when such placement is permitted by the Engineer, shall be in accordance with the requirements of the Standard Specifications Item 621, "Concrete for Structures". 1.3 Concrete Cabinet Foundations (a) Excavation for controller cabinet foundations shall be done in accordance ~,rlth lines and depths indicated on the plans. All loose material shall be removed from the excavation before concrete is placed, l~ater shall be removed by pumping or boiling. Foundation and front access pad shall be constructed as sho~m 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. / / 1 1 70 DIVISION I GENERAL REQUIREMENTS DIVISION 1 - GENERAL REQUIREMENTS Mention herein or indication on the Drawings of items, materials, operations or methods, requires that the Contractor provide and/or install each item mentioned or indicated of quality or subject to qualification noted; perform according to prescribed; and provide supplies and incidentals. Requirements of the conditions stated each operation all necessary labor, equipment, General Conditions, Supplementary Conditions, and Addenda, if issued, shall apply under this Division of Work as if herein written. Separation of these specifications into Divisions and Sections is for convenience only and is not intended to establish limits of work. 01010 - SUMMARY OF WORK 01050 - FIELD ENGINEERING 01152 - APPLICATIONS FOR PAYMENT 01310 - CONSTRUCTION SCHEDULES 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01700 - CONTRACT CLOSEOUT 01720 - PROJECT RECORD DOCUMENTS 01750 - WARRANTIES DIVISION I General Requirements 1 SECTION 01010 - SUMMARY OF WORK 1.1 DESCRIPTION AND LOCATION OF WORK Work covered by the Contract Documents includes the furnishing of all labor, materials, tools, equipment, taxes, services, transportation and other items necessary to perform and complete all of the work for the construction as indicated on the drawings and as herein written. 1.2 WORK SPECIFIED ELSEWHERE: A. General conditions of Agreement, and Standard Specifications. Special Conditions 1.3 START OF WORK ae Work shall be started immediately upon issuance of a notice to proceed order. Prior to this, all contracts and beginning documents will have been executed and insurance in force. 1.4 COMPLETENESS OF WORK: ae The drawings and specifications describe the various items of work, character of materials and quality of workmanship and finish. Any appurtenances, parts, finish of work essential to the entire completion of the work, though not specifically shown or specified, shall be provided by the Contractor and included in the Contract Sum. Time of Completion: The completion of this work is to be on or before the time indicated in the Owner and Contractor Agreement. 1.5 EXISTING UTILITIES, STRUCTURES, AND OTHER PROPERTY: Prior to any excavation, it shall be the Contractor's responsibility to determine the locations of all existing water, gas, sewer, electric, telephone, telegraph, television and other underground utilities and structures. Obtain location drawings and other assistance from the various local Utility Departments and other applicable agencies, and make other investigations as required to accomplish this. After commencing work, use every precaution to avoid interference with existing underground and surface utilities and structures, and protect them from damage. 01010 -- 1 Ce Where the locations of existing underground and surface utilities and structures are indicated on the drawings, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. It shall be the Contractor's responsibility to determine the exact locations of all items indicated, and the existence and locations of all items not indicated. 1.6 CONTRACTOR'S DUTIES: A. Except as specifically noted, provide and pay for: Ce Labor, materials, equipment. Tools, construction equipment, and machinery. Water, heat, and utilities required for construction. Other facilities and services necessary for proper execution and completion of work. Pay legally required sales, privilege and other taxes. consumer, use, payroll, Secure and pay for, as necessary execution and completion of work, and as at time of receipt of bids: for proper applicable Permits Fees Licenses De Fe Give required notices. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on performance of work. Promptly submit written notice to Engineer of observed variance of contract documents from legal requirements. It is not the contractor's responsibility to make certain that drawings and specifications comply with codes and regulations. Appropriate modifications to contract documents will adjust necessary changes. Assume responsibility for work known to be contrary to such requirements without notice. Enforce strict discipline and good order among employees. Do not employ on work, unfit persons or persons not skilled in assigned task. 1.7 SUB-CONTRACTOR'S LIST: ae The prime general contractor will submit a list of all sub-contractors to be used on the project at the time of submitting his bid proposal. Any subcontractor listed must beacceptable to the Owner. 01010 -- 2 1.B 1.9 1.10 1.11 COORDINATION: A. The prime general contractor is responsible for the coordination of the total project. All other prime contractors and all sub-contractors will cooperate with the prime general contractor so as to facilitate the general progress of the work. Each trade shall afford all other trades every reasonable opportunity for the installation of their work. CONTRACTS: A. Construct work under a single prime general contract. WORK SEQUENCE: A. Be Construct work so as to provide the least interruption of service to traffic and businesses situated along the construction area. At all times throughout construction, existing water, sewer and gas facilities shall remain in use. No discontinuation of service for any extended period of time will be allowed. CONTRACTOR'S USE OF PREMISES: Contractor shall limit his use of the premises for work and for storage to the rights-of-way limits or other areas allowed by property owners. B. Confine operations at site to areas permitted by: 1. Law 2. ordinances 3. Permit 4. Contract Documents 5. Owner Do not unreasonably encumber site equipment. Coordinate use of Owner/Engineer and property owners. with materials or premises with D. Assume full responsibility for protection and safekeeping of products stored on premises. E. Move any stored products which interfere with operations of Owner or other contractors. F. Obtain and pay for, use of additional storage of work areas needed for operations. 01010 -- 3 1.12 1.13 MATERIAL AND WORKMANSHIP: All material under this contract shall be new and as specified, suitable for the purpose and subject to approval by the Engineer. The workmanship shall be first-class and subject to the approval of the Engineer as equal to best standard practice. Contractor shall furnish labor which in no way will conflict with other labor working on the site. The Contractor shall at all times enforce strict discipline and good order among his men and shall not employ any unfit persons or anyone not skilled in the work assigned to him. The work shall be protected from action of the weather and damage from workmen. Surfaces shall be clean and free from defects. Ce The Contractor shall remove at his own expense any work or material condemned by the Engineer as defective and not in accordance with the additional compensation. Failure to do so shall be deemed as violation of contract and shall be subject to the procedure established for such case. Any omission or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to be an acceptance of any such defective work or material. INSPECTION OF WORK: ae Ail the work of the contract shall be subject to the inspection of the Engineer and his authorized representatives, and the Contractor shall afford every facility for the inspection of materials and workmanship. Such access shall include such portions of the place of manufacture or fabrication as may be necessary to complete inspection. The Contractor shall notify the Engineer in writing, in ample time, to permit inspection at the place of manufacture should the Engineer so desire. Materials shall be delivered on the job properly marked for identification and whether previously inspected or not shall be subject to reinspection and final acceptance or rejection at the site of the work. If the specifications, Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if inspection is by another authority than the Engineer, of the date fixed for such inspection. 01010 -- 4 1.14 Ce ae Ce Re-examination of the questioned work may be ordered by the Engineer and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of the re-examination and replacement. If such work is found not in accordance with the Contract Documents, the Contractor shall pay such cost unless he shall show the defect in the work was caused by another Contractor and, in that event, the party responsible shall pay such costs. SUSPENSION OF WORK - DELAY: On order of the Engineer, the work may be suspended for any substantial cause, such as, but not limited to, unfavorable weather conditions, failure, refusal or neglect on the part of the contractor and his employees to comply with the terms and conditions of the Contract documents. The use of, or attempted use of materials or methods not in accordance therewith, interference of the work with other work of a public or private nature necessary to be done prior to the work herein contemplated or for any cause of like nature, and the work so suspended shall not be resumed except with the consent of the Engineer. During the time of such suspension of the work, if it is to be a considerable time, the Contractor shall have all material neatly piled or removed from the line of work, and all equipment shall be located so as to least interfere with public convenience and traffic. Should the Contractor refuse or neglect to take proper care of such materials and equipment, the Engineer shall cause the same to be properly cared for and an amount equal to the cost of so doing shall be deducted from any monies which may be or may become due to the Contractor. The Contractor may file proper claims for loss or damage on account of delays incurred by the Owner. If any delay is caused by any act of the Owner, or results from causes hereinbefore mentioned, the Contractor will be granted an extension of time for the completion of the work, sufficient to offset such delay if a claim is made by the Contractor in writing to the Engineer within seven days from the date upon which such delay is started. No extension of time shall be granted for time lost during suspension of the work due to the Contractor's failure to comply with the conditions or terms of the contract. 01010 5 1.15 1.16 CHANGES IN THE WORK: NO extra work or change shall be made without a written order from the Owner, in which event the Contractor shall proceed with such extra work or change, and no claim for an addition to the Contract Sum shall be valid unless so ordered. Be However, the Engineer shall have the authority, by instructions, to make minor changes in the work, not involving extra cost and not inconsistent with the purposes of the project. If the Contractor claims that any such instructions to make minor change do involve extra cost under the contract, he shall notify the Engineer in writing, within a reasonable time after receiving the said instruction and, in any event, before proceeding with the work as changed thereby or be barred from making any claim against the Owner for such extra costs. C. Compensation for the work covered by the approved change order shall be dete~uined by an agreed lump sum. LATENT CONDITIONS: ae If, in the performance of the Contract, latent conditions at the site are found to be materially different from those indicated by the specifications or unknown conditions not usually inherent in work of the character specified, the attention of the Owner and Engineer shall be called immediately to such conditions before they are disturbed. Upon such notice, or upon his own observations of such conditions, the Engineer and Owner shall promptly make such changes in the specifications as they find necessary to conform to the different conditions, and any increase or decrease in the cost of the work resulting from such changes shall be adjusted as provided under Article 6, General Conditions, EXTRA WORK AND CLAIMS, as amended in the Special Conditions. 01010 6 ~ECTION 0~050 - FIELD ENGINEERING 1.1 GENERAL: A. Contractor shall provide and pay for field engineering services required for the project and include in his bid the necessary allowance to cover same, including: Survey work required in execution of the project. Civil, structural, or other professional engineering services specified, or required to execute Contractor's construction methods. B. The Engineer will identify existing control points indicated on the drawings, as required. 1.2 QUALIFICATIONS OF SURVEYOR OR ENGINEER: A. Qualified engineer or registered land acceptable to Contractor and Engineer. surveyor 1.3 BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS: ae The Contractor will carefully maintain all bench marks, monuments, and other reference points. If destroyed or disturbed, the reference points will be replaced, by the Contractor, to their original positions. In any case in which a reference point is disturbed, the Contractor shall notify the Engineer. 1.4 PROJECT SURVEY REQUIREMENTS: A. The Contractor shall accurately stake out all components of the project and will be held entirely responsible for any errors in these lines and levels. B. The Contractor shall verify all grades, lines and levels and shall report any inconsistencies to the Engineer before commencing work. 1.5 RECORDS: ae Contractor shall maintain a complete accurate log of all control and survey work as it progresses, copies which shall be available to the Engineer if requested. Sec. 01050 1 1.6 SUBMITTALS: A. If requested by Engineer, Contractor shall submit: 1. Name and address of surveyor and/or professional engineer. 2. Documentation to verify accuracy of field engineering work. 3. Certificate signed by registered engineer or surveyor certifying that elevations and locations of improvement are in conformance, or non-confozmance with Contract Documents. Sec. 01050 _ 2 SECTION 01152 - APPLICATIONS FOR PAYMENT GENERAL: A® Contractor to submit Applications for Payment to Engineer in accordance with the schedule established by Special Conditions, paragraph 1.4, F, Partial Payments. 1.2 FORMAT AND DATA REQUIRED: A. Submit itemized applications typed on Application and Certificate for Payment, as approved by Engineer. 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT: A. Application Form: 1. Engineer shall supply the application fo£~, to the Contractor. 2. Fill in required information, including that for Change Orders executed prior to the date of submittal of applications. 3. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. 4. Execute certification with the signature of a responsible officer of the Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of work, with item number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored. 3. List each Change Order Number, and description, as for an original component item of work. 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS: ae When the Owner or the Engineer requires substantiating data, Contractor shall submit suitable information, with a cover letter identifying: 1. Project 2. Application number and date 3. Detailed list of enclosures 4. For stored products: a. Item number and identification as shown on application b. Description of specific material Submit one copy of data cover letter for copy of application. each Sec. 01152 -- 1 1.5 SUBMITTAL PROCEDURE: A. Be Submit Applications for Payment to Engineer stated in Special Conditions. at times Number: Six (6) copies of each Application. Sign each copy and have each copy properly notarized. When Engineer finds the Application properly completed and correct, he will transmit three (3) copies of the certificate for payment to the Owner and one (1) copy to the Contractor. Sec. 01152 -- 2 SECTION 01310 - CONSTRUCTION SCHEDULES 1.1 GENERAL: A. Within 15 days after award of the Contract, the Contractor shall prepare and submit to the Engineer an estimated construction progress schedule for the Work, with dates on which he will start the salient features of the work and the contemplated dates for completing the same. Submit revised progress schedules with each application for payment. Submit two (2) copies. Failure to submit these will be cause for payment to be delayed. 1.2 FORM OF SCHEDULES: A. Prepare schedules in the fo~m of a horizontal bar chart. 1. Provide separate horizontal bar for each separate item or operation. 2. Horizontal time scale: Identify by week, month, year, etc. 3. Minimum sheet size: 8 1/2" x 11". B. Fo~,at of listings: The chronological order of the start of each item of work. 1.3 CONTENTS OF SCHEDULE: A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for the beginning, and completion of, each major element of construction. 3. Show projected percentage of completion for each item, as of the first day of each month. 1.4 PROGRESS REVISIONS: A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule. 01310 1 SECTION 01340 - SHOP DRAWINGS, pRODUCT DATA AND SAMPLES 1.1 GENERAL: ae Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: ae Be As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: A. Provide samples as indicated in these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data submission. other parts of prior to Sec. 01340 -- i B. Determine and Verify: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with specifications. C. Coordinate each Shop Drawing and/or Project Data submittal with requirements of the work and of the Contract Documents. Begin no work until return Engineer. which requires Shop Drawing submittals of approved Shop Drawings from the E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: ae Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: For shop drawings and product data: Submit the number of copies which the contractor requires, plus four which will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on resubmittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. CONTINUED ON NEXT PAGE Sec. 01340 -- 2 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a registered engineer on all structural submittals. D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the Contractor of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for acceptance. 1.7 RESUBMISSION REQUIREMENTS: Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. Sec. 01340 -- 3 SECTION 01700 - CONTRACT CLOSEOUT 1.1 GENERAL: ae Contractor shall comply with requirements stated in Conditions of the Contract and specifications for administrative procedures for closing out the work. B. Related requirements specified in other sections: 1. Record Documents: Section 01720 2. Warranties: Section 01750 1.2 SUBSTANTIAL COMPLETION: A. When Contractor considers the work is substantially complete, he shall submit to the Engineer: 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. Within a reasonable time after receipt of such notice, Engineer will make an inspection to detezmine the status of completion and shall furnish the Contractor a complete list of items of work to be completed or corrected. The list so developed shall, in no way, release the Contractor, or subcontractors from furnishing and installing or correcting items or work required by the Contract Documents. C. Should Engineer determine substantially complete: that the work is not 1. Engineer will promptly notify the Contractor in writing, giving the reasons therefor. 2. Contractor shall remedy the deficiencies in the work, and send a second written notice of substantial completion to the Engineer. 3. Engineer will reinspect the work. D. When Engineer concurs complete, he will: that the work is substantially 1. Prepare a Certificate of Substantial Completion accompanied by Contractor's list of items to be completed or corrected, as verified and amended by the Engineer. 2. Submit the Certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them in the Certificate. 01700 -- 1 1.3 FINAL INSPECTION: A. When Contractor considers the work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been te~ted in the presence of the Owner's representatives and are operational. 5. Work is completed and ready for final inspection. Engineer will make an inspection to status of completion with reasonable after receipt of such certification. verify the promptness Ce Should Engineer consider incomplete or defective: 1. 2. that the work is Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Engineer that the work is complete. When the Engineer finds that the work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER: ao Upon final acceptance by the Owner, and completion of all work, the Contractor shall submit to the Owner, through the Engineer, the following data: 1. Certificate stating that all accounts for labor, equipment and material are paid in full; or in the case of outstanding accounts because of this work, the Contractor shall furnish a release of claims by the individual or concerned party. This certificate shall be notarized and signed by the Contractor. 2. The Contractor's Bonding Company shall furnish a release to the Owner, that it is with their consent that final payment be made to the Contractor. 3. The Contractor shall furnish a letter guarantee of all workmanship to be free of defects for a period of one year, unless required longer by any division of the specifications, and should any defects arise, then such defects shall be restored to the original condition at no expense to the Owner. This shall include all necessary cutting and patching as may be required to correct the defective work. 01700 -- 2 4. The Contractor shall submit accurate and detailed "As-Built Drawings" covering all changes to the work. Submit two (2) copies. 5. The Contractor shall submit all guarantees, warranties, brochures, and operating instructions as required by the different divisions of the specifications. 6. The Contractor shall submit a request for final payment, which shall include an audit of the account of the contract and said audit shall fully cover amounts paid by the Owner to the Contractor, and amounts due Contractor because of this work, all of which shall be fully covered by the contract documents and approved change orders. 1.5 FINAL PAYMENT: Final payment shall be recommended to the Owner by the Engineer upon submission of the documents called for above, and as covered under the general conditions and any modification thereto. 01700 -- 3 SECTION 01720 - PROJECT RECORD DOCUMENTS 1.1 GENERAL: A. Contractor shall maintain at record copy of: the project site one 1. Drawings 2. Specifications 3. Addenda 4. Change orders and other modifications to Contract 5. Reviewed shop drawings, product data and samples 6. Test records the 1.2 MAINTENANCE OF DOCUMENTS: A. Maintain documents in neat, clean legible condition and in good order. B. Make documents available at all times for inspection by Engineer. 1.3 RECORDING: A. Record information concurrently with construction progress. B. Drawings; legibly mark to record actual construction: 1. Finished elevations 2. Horizontal and vertical locations of underground utilities and appurtenances. 3. Field changes of dimension and detail. 4. Changes made by field order or by change order. 5. Details not on original contract drawings. C. Specifications and Addenda; legibly mark each section to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by change order. 1.4 SUBMITTAL: At Contract close-out, deliver one set of reproducibles and two sets (blue line prints) of record documents (as-built) to Engineer for the Owner. Cost of reproducibles and blue lines will be borne by the Contractor. 01720 -- SECTION 01750 - WARRANTIES 1.1 GENERAL: Contractor shall guarantee materials and workmanship for a period of one year from date of completion except where additional guarantees or warranties are required under the technical sections of the specifications. Before final payment is made the General Contractor shall deliver to the Engineer all material and equipment guarantees or warranties in writing from sub-contractors and suppliers. Co The General Contractor shall also deliver to the Engineer before final payment three complete bound sets of manufacturer's instructions, service and parts manuals on each piece of equipment furnished under this contract. 01750 -- i APPENDIX A SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD 1.0 GENERAL The city of Coppell intends to modify the existing traffic signal system on Sandy Lake Road at Moore Road to allow a protected left turn for east and west bound traffic on Sandy Lake Road. This section will present two basic alternates for modification of the existing system. Upon receipt of bids the City of Coppell will review and evaluate the bids for the traffic signal modification alternates and determine which alternate it wishes to include in the Contract. 2.0 SCOPE OF WORK ae ALTERNATE NO. 1 Furnish all labor, equipment and material required for: The complete furnishing and installation of one green/amber dual arrow fiber optics turn signal section (Winkomatic Model AFO-12 or equal) replacing the bottom sections of heads Number 5 and 7 as shown on the Drawings for Alternate No. 1 included with this Appendix A (a total of two new sections). Note: The bottom of each signal head must be at least 17' above the pavement surface. The complete modification of the existing four phase controller to operate on fixed time on phases 1,2 and 3 is as follows: Phase 1 - westbound Sandy Lake Road through traffic and left turn traffic from west bound Sandy Lake Road to south bound Moore Road Phase 2 - eastbound Sandy Lake Road through traffic and left turn traffic from eastbound Sandy Lake Road to northbound Moore Road Phase 3 - northbound and southbound traffic on Moore Road Phase 4 - is not to be used for this Alternate No. 1 Note: Emergency flashing operation shall be red in all directions. BJ ALTERNATE NO. 2 1. Furnish all labor, equipment and material required for: * Revised as Per.Addendum No. 1 3.0 * a.) * b.) 2e Installing additional loop detectors, span wire, wire, cables and repositioning the existing signal heads to achieve the layout shown on the Drawing for Alternate No. 2 using the two (2) existing signal poles and furnishing and installing new poles. The complete furnishing and installation of one green/amber dual arrow fiber (Winkomatic Model AFO-12 or equal) turn signal section replacing the bottom sections of heads 2, 4, 5 and 7 as shown on the Drawing for Alternate No. 2 included with this Appendix A (a total of four new sections) and; *c.) The complete installation of 4-6'x40' quadropole loop detectors and appurtenances as shown on the Drawing for Alternate No. 2 to allow for traffic activated phasing of through and left turn traffic on Moore Road. Note: The bottom of each signal head must be at least 17' above the pavement surface. The complete modification of the existing four phase controller to operate on fixed time on phases 1, 2 and 3 and on loop detector actuation for phase 4 is as follows: Phase 1 - Fixed time phasing - westbound Sandy Lake Road through traffic and left turn traffic from westbound Sandy Lake Road to southbound Moore Road Phase 2 - Fixed time phasing - eastbound Sandy Lake Road through traffic and left turn traffic from eastbound Sandy Lake Road to northbound Moore Road * Phase 3 - Traffic activated phasing - northbound and southbound traffic on Moore Road Phase 4 - Traffic activated left turn phase for northbound and southbound traffic on Moore Road (activated by existing loop detectors in left turn lanes on Moore Road) Note: Emergency flashing operation shall be red in all directions. DRAWINGS (See following two pages) * Revised Per Addendum No. 1 r 8 I ?, - SANDY ,- AAK~., -NOAD FIELD 2 I SANDY -LAt~£ 6 4 FIELD LOCATE