Loading...
TR0001-SP020513T H F • C t T Y • O F ADDENDUM NO.1 MAY 13, 2002 for TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 Plans and specifications for the installation of a Traffic Signal at Natches Trace and Denton Tap Road, Project No. TR 00 -01 for the City of Coppell, Texas, on which bids are to be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., May 20, 2002, are hereby modified as follows: On May 13, 2002 a pre -Bid conference was held on the referenced project. Based on discussion at the Pre -Bid Conference, Addendum No. 1 is being issued. Remove pages 1 -18 through 1 -28 of the Bidding Documents and replace with pages 1 -18 through 1 -30. The changes include the following: a. 1" PVC Conduit - Trenched (item I -1); b. Signal Cable - 7 Conductor #14 AWG (item I -9); c. Clarification on the Controller Foundation as being 24 inches above ground (item I -18); d. Clarification on the City supplied signal poles and mast arms that they are to be installed by the contractor and that they will be delivered to the site prepainted. The bid item has been changed to reflect those comments and also to provide an opportunity for the contractors to provide a bid price on the installation (items I -19, 1-20,1-21, and I -22); e. Inclusion of Pedestrian Signal Assembly 2 Indication (item I -26); f. Inclusion of PED Push Button (item I -27); g. Inclusion of Detector Lead -in Cable - 2 Conductor #14 AWG (item I -12); h. Inclusion of Loop Detector Installation, saw cut and wired (item I -13); i. Inclusion of Digital Loop Detector Vehicle Detection 2 Channel (item I -14); In all, seven additional bid items were added causing item numbers to change on all previous items. 2. Page 6 -31, paragraph 7.0, Finish - on the thirteenth line change the word "cost" to "coat ". 3. Page 6 -36, paragraph 6.0 Reflectors — in the heading change the word "No" to "Not" 4. Page 6 -39, paragraph 14.1 — on the fifth line change the word "Heads" to "Sections ". 5. Page 6 -58, paragraph 12.4.1 — on the third line change the 3 /8ths to 5 /8ths. 6. During the printing of the specifications four pages were omitted. Those pages were 5 -11, 6 -28, 6 -62, and 6 -64. Those four pages are included with this addendum. 7. Include specifications entitled "Vehicle and Pedestrian Detectors; Detector Amplifiers; Lead -in Cable; Pedestrian Push Buttons; Installation Procedures" in the Technical Specifications & Description of Pay Items as pages 6 -66 through 6- 72. 8. Construction Plans Sheet 3 of 4 - the conduit for the power source from the handhold to the controller should be a two -inch PVC. 9. Construction Plans Sheet 4 of 4 -in the conduit and cable quantities and the conductor and cable summary the lead -in cable should be a #14 not a #12. 10. Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in the Proposal, on the outer envelope of their bid and by faxing back the "Transmittal of Addendum Acknowledgement Sheet' to the City of Coppell Purchasing Department at (972) 304 -3645. TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item Quantity Unit Description and Price in Words Unit Total No. Price Price I-1 66 LF I" PVC Conduit— Trenched Complete in Place Dollars and Cents per LF.. I -2 790 LF 2" PVC Conduit — Trenched Complete in Place Dollars and Cents per LF.. I -3 81 LF 2" PVC Conduit — Bored Complete in Place Dollars and Cents per LF. I -4 116 LF 3" PVC Conduit —Bored Complete in Place Dollars and Cents per LF. I -5 66 LF 3 Conductor #6 XHHW Complete in Place Dollars and Cents per LF. I -6 675 LF Electrical Condtr. #8 XHHW Complete in Place Dollars and Cents per LF. 1-18 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item No. Quantity Unit Description and Price in Words Unit Price Total Price 1 -7 635 LF Signal Cable - 16 Conductor #12 AWG Complete in Place Dollars and Cents per LF. 1 -8 521 LF Signal Cable - 5 Conductor #14 AWG Complete in Place Dollars and Cents per LF. I -9 264 LF Signal Cable — 7 Conductor #14 AWG Complete in Place Dollars and Cents per LF. 781 LF Opticom Cable - 3 Conductor I -10 #18 AWG Complete in Place Dollars a nd Cents per LF. EA 3M Opticom Detector I -11 4 Complete in Place Dollars and Cents per EA. 1 -19 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item Quantity Unit Description and Price in Words Unit Total No. Price Price I -12 5609 LF Detector Lead -in Cable — 2 Condtr. #14 AWG Complete in Place Dollars and Cents per LF. I -13 1237 LF Loop Det. Installation (saw cut & wired) Complete in Place Dollars and Cents per LF. I -14 6 EA Digital Loop Det.Vehicle Det. 2 Channel Complete in Place Dollars and Cents per EA. I -15 1 EA Naztec TS2, Type 2 Controller, Model #980 w /Cabinet & Access. Complete in Place Dollars and Cents per EA. I -16 26 LF Foundation Type 30 -B (including casing) Complete in Place Dollars per LF. 1 -20 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item Quantity Unit Description and Price in Words Unit Total No. Price Price I -17 30 LF Foundation Type 36 -A (including casing) Complete in Place Dollars and Cents per LF. I -18 1 EA Controller Foundation as per TxDOT Dallas District Standards (24" Above Ground) Complete in Place Dollars and Cents r EA. 1 -19 1 EA Installation of City Supplied Prepainted Signal Pole w/44' Mast Arm Complete in Place Dollars per EA. I -20 1 EA Installation of City Supplied Prepainted Signal Pole w /40' Mast Arm Complete in Place Dollars and Cents per EA. 1-21 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item Quantity Unit Description and Price in Words Unit Total No. Price Price I -21 1 EA Installation of City Supplied Prepainted Signal Pole w/35' Mast Arm Complete in Place Dollars per EA. I -22 1 EA Installation of City Supplied Prepainted Signal Pole w /30' Mast Arm Complete in Place Dollars per EA. I -23 44 EA Traffic Signal Sections 12" Complete in Place Dollars and Cents per EA. I -24 8 EA Traffic Signal - 3 Section Head Backplate Complete in Place Dollars and Cents per EA. I -25 4 EA Traffic Signal — 5 Section Head Backplate Complete in Place Dollars and Cents per EA. 1 -22 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1 -26 8 EA Pedestrian Signal Assembly 2 Indication Complete in Place Dollars and Cents per EA. I -27 8 EA PED Push Button Complete in Place Dollars and Cents per EA. I -28 1 EA Service Meter Installation Complete in Place Dollars and Cents per EA. I -29 4 EA Type A Ground Pull Box Complete in Place Dollars and Cents per EA. 1 -23 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item Quantity Unit Description and Price in Words Unit Total No. Price Price I -30 1 EA Type C Ground Pull Box Complete in Place Dollars and Cents per EA.. I -31 1 EA Upload/Download Device Complete in Place Dollars and Cents per EA. I -32 1 EA Intersection Display Panel/Board Complete in Place Dollars and Cents per EA. I -33 158 LF Pavement Marking - 24" Solid White Line Complete in Place Dollars and Cents per LF. 1 -34 125 LF Pavement Marking "Puppy Tracks" Complete in Place Dollars and Cents r LF. 1 -24 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I Item Quantity Unit Description and Price in Words Unit Total No. Price Price I -35 2 EA Traffic Sign — R -3 Lane Use Sign/Dual Lefts Complete in Place Dollars and Cents r EA. I -36 0 EA Traffic Sign - R4 -7 Keep Right Sign Complete in Place Dollars and Cents er EA. I -37 1 EA Traffic Sign — W3 -3 Signal Ahead Sign Complete in Place Dollars and Cents per EA. 1 -38 4 EA Street Name Sign D -3 on Mast Arm 12" Letters/18" Blade Complete in Place Dollars and Cents per EA. 1 -25 Bidding Documents TRAFFIC SIGNAL INSTALLATION Natches Trace at Denton Tap Road Project # TR 00 -01 UNIT PRICE BID SCHEDULE SECTION I TOTAL BID ITEMS I -1 thru I -38 TANGIBLE PERSONAL PROPERTY COST $ 1 -26 Bidding Documents BID SUMMARY *CALENDAR TOTAL PRICE DAYS TOTAL BID ITEMS BASE BID I -1 thru I -38 In Words: * NOTE: Traffic Liaht must be operational by Aueust 19, 2002. 6. BIDDER agrees that all Work awarded will be completed within Calendar Days. Contract time will commence to run as provided in the Contract Documents and as per Section 8 of the Bidding Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED ON Signature: 1 -27 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared who after being by me Name duly sworn, did depose and say: "I Name Name of Firm foregoing on behalf of the said am a duly authorized office /agent for and have been duly authorized to execute the Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: Telephone: ( ) by: Title: Signature: SUBSCRIBED AND SWORN to before me by the above named on this the day of 2002. Notary Public in and for the State of 1 -28 Bidding Documents If BIDDER IS: An Individual By doing business as Business address (Individual's Name) IM A Partnership B y (Firm Name) (General Partner) Business address Phone No. A Corporation By (Corporation Name) (State of Incorporation) (Name of person authorized to sign) (Title) (Corporate Seal) Business address (Secretary) No. A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1 -29 Bidding Documents PREVAILING WAGE RATES The City of Coppell is the contracting agency for this project. The following statue requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid. Vernon's Texas Civil Statutes -Article 5159a: "Construction of Public Works in State and Municipal or Political Subdivisions; Prevailing Wage Rate to be Maintained. " Air Tool Operator . ............................... 9.00 Asphalt Raker ..... ............................... 9.55 Asphalt Shoveler .. ............................... 8.80 Batching Plant Weigher ........................11.51 Crane, Clamshell, Backhoe, Carpenter .......... ............................... 10.30 Concrete Finisher - Paving ......................10.50 Foundation Drill Operator Crawler Mounted..... Concrete Finisher - Structures ................... 9.83 Concrete Rubber .. ............................... 8.84 Electrician .............. ..........................15.37 Milling Machine Operator ........................... Flagger.................. ........................... 7.55 Form Builder - Structures ........................ 9.82 Form Liner - Paving and Curb .................. 9.00 Form Setter - Paving and Curb .................. 9.24 Form Setter - Structures ......................... 9.09 Laborer - Common . ............................... 7.32 Laborer - Utility .... ............................... 8.94 Mechanic .......... ............................... 12.68 Oiler............... ............................... 10.17 Servicer ............ ............................... 9.41 Painter - Structures ............................... 11.00 Pipe Layer ......... ............................... 8.98 Blaster ............. ............................... 11.50 Asphalt Distributor Operator ..................10.29 12.00 Asphalt Paving Machine ..................... 10.30 Broom or Sweeper Operator .................... 8.72 Bulldozer ........ ............................... 10.74 Concrete Curing Machine ...................... 9.25 Concrete Finishing Machine .................. 11.13 Concrete Paving Joint Machine ...............10.42 8.965 Concrete Paving Joint Sealer .................. 9.00 Truck Driver Lowboy/Float ................... 10.44 Truck Driver- Transit Mix ...................... 9.47 Truck Driver- Winch ............................ 9.00 Vibrator Operator -Hand Type .................. 7.32 Welder ............ ............................... 11.57 Concrete Paving Saw . ............................... 10.39 Concrete Paving Spreader . ..........................10.50 Slipform Machine Operator .......................... 9.92 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel ........................... 11.04 Foundation Drill Operator Crawler Mounted..... 10.00 Foundation Drill Operator Truck Mounted ....... 11.83 Front End Loader ...... ............................... 9.96 Milling Machine Operator ........................... 8.62 Mixer ................... ............................... 10.30 Motor Grader Operator Fine Grade ............... 11.97 Motor Grade Operator ............................... 10.96 Pavement Marking Machine ......................... 7.32 Roller, Steel Wheel Plant -Mix Pavements ......... 9.06 Roller, Steel Wheel Other Flatwheel or Tamping.......... ............................... 8.59 Roller, Pneumatic, Self - Propelled .................. 8.48 Scraper................... ............................... 9.63 Tractor - Crawler Type ............................... 10.58 Tractor - Pneumatic ..... ............................... 9.15 Traveling Mixer ........ ............................... 8.83 Wagon - Drill, Boring Machine ..................... 12.00 Reinforcing Steel Setter Paving .................... 13.21 Reinforcing Steel Setter Structures ................ 13.31 Steel Worker- Structural ............................ 14.80 Spreader Box Operator .............................. 10.00 Work Zone Barricade .. ............................... 7.32 Truck Driver - Single Axle Light ..................... 8.965 Truck Driver - Single Axle Heavy .................... 9.02 Truck Driver -Tandem Axle Semi Trailer ......... 8.77 1 -30 Bidding Documents VEHICLE AND PEDESTRIAN DETECTORS; DETECTOR AMPLIFIERS; LEAD -IN CABLE; PEDESTRIAN PUSH BUTTONS; INSTALLATION PROCEDURES 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 requirement for detector components within a traffic signal system. 2.0 LOOP DETECTOR AMPLIFIER 2.0.1 All loop detector units supplied for this project shall meet the latest NEMA requirements. 2.0.2 The loop detector units provided shall be digital. solid state devices designed for 120 VAC operation and stand alone shelf mounting. 2.0.3 The loop detector units shall be dual channel units and operate in three modes - delay, extension, and normal. 2.0.4 The loop detector unit shall also provide the following features: "Failsafe" open loop recognition responds to broken loop/lead -in connections with a continuous call and indication. "Remote Reset" is a ground level signal which resets presence indications of suspicious calls. Open loop memory shall not be lost, and an open loop indication cannot be reset. "Open Loop Test" feature allows the detector to continue to operate on intermittently open loop systems. A momentary open (broken wire, poor splice, loose connections) will be stored in memory. 2.1 Functional Requirements 2.1.1 The unit shall be capable of detecting presence of any vehicle with a metal mass, stopped or moving at speeds up to 80 MPH within the detection zone of an induction loop. 2.1.2 Detection shall be purely electronic and shall respond to a change of inductance of the loop caused by the presence of a vehicle in the field of influence of the loop. 6-66 Technical SpecUlcadons & Description of Pay Items 2.1.3 Inductive tuning to loops of various configurations shall be automatic, the unit accommodating loop circuits in the range of 0 to 2000 microhenries. Tuning controls of any kind of this function will not be acceptable. Each unit or detection channel shall be self tuning on initial turn -on and self returning within 10 seconds of reactivation or restoration of electrical power. 2.1.4 In each unit or detection channel the method of measurement shall be crystal referenced digital period counting. Multiple channels within the same unit shall operate on a sequential scanning basis, that is, only one channel per unit shall be active at any point in time. 2.1.5 Each unit or detection channel shall be capable of operation in one of two front panel switch selectable modes: a. Pulse Mode - A vehicle passing over the loop shall cause a programmable output pulse of from 15 to 236 millisecond duration. In this mode the detector shall rephase 2 seconds after initiation of the above described output pulse. The rephase sequence shall allow detection of the smallest detectable vehicle, three seconds subsequent to detection of a stopped automobile in the loop field. b. Presence Mode - Continuous output based on continuous occupancy of the loop field. Minimum hold time for smallest detectable vehicle shall be four minutes. Hold time for automobiles shall be no more than 120 minutes and no less than 60 minutes with a 3 turn compact loop and minimum cable lead -in. 2.1.6 At least three (3) front panel switch selectable levels of sensitivity shall be provided in each unit or detection channel, for each mode described in paragraph 2.1.5. Sensitivity range shall be adequate to detect both the smallest and the largest detectable vehicles stopped or passing over various loop configurations, with lead -in cable length up to 1000 feet. 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 either of the two types described below. Type determination shall be based on practical application and space utilization within the controller cabinet. a. Shelf - mounted, self - powered units shall include two detection channels and operate on input voltage from 95 VAC to 135 VAC, (Power supply contained 6.67 Technical Specicadons & Description of Pay Items in unit). Single channel units shall interface with a 10 -pin (MS- 3106A18 -1S) mating connector. Dual channel units shall interface with one 19 -pin (MS- 3106A2214S) or two 10 -pin (MS- 3106A18 -1S) connectors. 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 either: (a) An output relay (250 V @ IA or 28 V @ 2A resistive load), (b) An optically isolated Darlington transistor (30 VDC @ 50 MA). Selection of one of the above output options shall be based on practical application to the type of signal controller used. 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 selectable as either a detection or "no detection ". 2.2.5 Each detection channel shall have circuit board programming capability to modify performance for particular applications as follows: a. Pulse Mode: Output duration of pulse shall have for programmable nominal values of 15, 19, 118 and 236 milliseconds. b. Presence Mode: Gradual adapt hold time shall be programmable such that an automobile on a 3 -tum 6'x 6' loop will be held in one of three ranges; 1/2 to 1 hour, 1 to 2 hours or 2 to 4 hours. 2.2.6 Each detection channel shall be protected against lightning strikes. It shall be capable of withstanding the discharge of a two (2) microfarad capacitor charged to 1000 volts across the loop terminals and from each loop terminal to earth ground. 2.2.7 The detection system(s) shall operate properly at temperatures from -350EIF 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, electrical and mechanical. d. Complete parts list including names of vendors for parts not identified by universal part numbers (JEDEC, RETMA or EIA). 6.68 Technical Specifications & Description of Pay Items 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 Guaranty If it is normal trade practice for the manufacturer to furnish a guarantee for the work provided herein, the Contractor shall turn this guarantee over to the Engineer for potential dealing with the guarantor. The extent of such guarantee will not be a factor in selecting the successful bidder. 3.0 LOOP DETECTOR INSTALLATION 3.1 Description 3.1.1 This section specifies the Contractor's responsibility for loop vehicle detector installation. This item shall govern for furnishing and placing of detector loops of all configurations and dimensions shown on the plans, loop wire, attachments, loop testing, and incidentals necessary to properly install detector loops. 3.2 Materials 3.2.1 Loop wire conductors shall be #12 AWG, soft drawn, stranded wire, Type THHW or Type XHHW, rated for 600V. 3.2.2 Detector lead -in cable shall be a twisted 100% shielded pair of No. 14 AWG stranded wire and a No. 16 AWG stranded drain wire in a chrome vinyl jacket. (Beldon 8720 or an approved equivalent shall be used). 3.3 Detector Loop Installation 3.3.1 The installation of loop detectors shall occur as indicated on the plans "Detector Details." 3.3.2 The layout of the loop detector shall be performed by the Contractor in the presence of the Engineer. The Engineer shall be notified in advance of installation at a particular site location and will verify the spotting by the installation crew. In the event that it is not possible for the Engineer to be available as specified above, the Contractor shall proceed with the layout task. Detector loop locations relative to the back of curb as shown on "Layout Plans" shall be maintained, unless written permission is received from the Engineer. 6-69 Technical Specifications & Description of Pay Items 3.3.3 Slots shall be cut in the roadway, as shown in the plans, into which the loop wire shall be installed. The saw slots shall be cleaned thoroughly with clean dry air from an air compressor. The saw slots shall be checked and cleared of any debris and jagged edges before the loop wires are placed. The loop wires shall be placed in the saw cut with a non -blunt object. 3.3.4 Slot sealant shall be a one -part formula, requiring no mixing, as Type 3M detector loop sealant, or approved equal. All saw cuts must be of sufficient width and depth, that all loop wire contained in the cut is completely encapsulated when the epoxy sealant is poured. 3.3.5 Loop wire cable shall run continuously, without splicing from the ground box, through the 1 to connecting conduit to the loop configuration in the pavement and returned through the conduit to the ground box, for connection to lead -in cable. 3.3.6 The successive turns of loop wire for each different loop configuration is shown on the "Detector Details." The two lead -in wires shall be twisted together to form a symmetrically twisted pair. The loop lead -in shall be twisted a minim of five (5) turns per foot. 3.3.7 Where two or more loop lead -ins enter a ground box, a minimum separation of one (1) foot shall be maintained between loop leads underneath the pavement surface. 3.3.8 A minimum of 2" loop wire slack shall be provided at each expansion joint in the concrete pavement. 3.3.9 The loop wires shall be connected to the detector lead -in cable in the pullbox adjacent to the loop location. Each individual connection shall be a waterproof splice in which the conductors are soldered and wire nutted. The drain wire in the lead -in cable shall be left open a he splice and grounded at the cabinet terminals only, unless other is re c recommended y the detector manufacturer. The methods of reinsulating shall have a dielectric strength at least equal to the original insulation. The specific method of splicing shall be demonstrated to the Engineer for approval. 3.4 Detector Loop Testing 3.4.1 Prior to pouring the slot sealant, the loop shall be checked in the pullbox for continuity and resistance. Series resistance shall not be more than 10 ohms. In addition, the integrity of the insulation shall be checked by applying a megger between each end of the loop lead -in and the nearest reliable electrical ground (e.g., street light, fire hydrant, etc.). In the event that no available ground exists, a suitable ground shall be established for the measurement (e.g., driven metal spike). The megger reading shall not be less than 10 megohms under any condition. The Contractor shall document the results of the megger test and submit documentation to the Engineer for approval. Tests shall not be performed without prior notification of the Engineer. 6-70 Technical Specy7catlons & Description of Pay Items 3.4.2 After the slot sealant has been placed and the detector lead -in cable has been spliced to the loop wire and the spliced sealed, the Contractor shall repeat the tests as described in Section 3.4.1 except that the tests shall be performed in the controller cabinet. The Contractor shall document the results of this "after" test and submit documentation to the Engineer for approval. If the loops do not meet the test requirements, the Contractor shall find the cause for the test failing and correct the fault to the satisfaction of the Engineer and retest the loop and lead -in all at the expense of the Contractor. 4.0 PEDESTRIAN PUSH BUTTONS Pedestrian push buttons, when required, shall be mounted 3' 6" above the ground or sidewalk and shall be of the type that have permanent type signs within the detector unit or signs permanently attached to the unit which explain the purpose of the push buttons and indicates which crosswalk signal is actuated. Push buttons shall be of the direct push contact type, entirely insulated from the case and be of brass or other corrosion resistant material. The assembly shall be sturdy, weatherproof and secure against electrical shock to the user. The case of the unit shall be tapped for 1/2 inch pipe, for appropriate conduit connection. 4.1 The push button shall be activated by a minimum 1 1/4" convex plunger. A protective shroud shall encircle the plunger to deter vandalism. The shroud shall be east as part of the housing cover. The plunger shall protrude beyond the protective shroud a distance adequate to accommodate the switch travel. 4.2 While staking the pole locations, the contractor along with the engineer shall verify the location of the push buttons and the direction of the arrows on the signs prior to installation. 5.0 MEASUREMENT AND PAYMENT 5.1 Loop Detector Amplifiers Loop detector amplifiers will be measured per each (channel) unit. (Multi- channel amplifiers measured per each channel). Loop detector amplifiers, installed in place, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for famishing and installing amplifier unit including wiring harnesses and required power supply, surge voltage protectors and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 5.2 Loop Detector Installation Detector loops will be paid for at the unit price bid for "Detector Loop ", of the types and sizes specified in the bid items. These prices shall each be full compensation for furnishing and installing all detector loops, including marking locations of loops, saw 6-71 Technical Speccadons & Description of Pay Items cuts, loop wires, sealant, attachment devices, and for all labor, tools, equipment, and incidentals as necessary to complete the work. 5.3 Detector Lead -in Cable Detector lead -in cable will be paid for at the unit price bid for 'Detector Lead -in cable, 2C #14 AWG" as shown in the plans. These prices shall be full compensation for furnishing and installing all detector lead -in cable including the splicing and testing and for all labor, tools, equipment, and incidentals as necessary to complete the work. 5.4 Pedestrian Push Buttons Pedestrian push buttons will be measured per each. Materials required and used in installation, such as supplemental signs and mounting hardware shall not be paid for directly, but shall be considered subsidiary to the Item 'Pedestrian Push Buttons ". Pedestrian push buttons, installed in place, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing push buttons, supplemental use signs, and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-72 Technical Specifications & Description of Pay Items a. Overlaps A through D - standard overlaps for special display left turns. b. Overlaps E through H - additional overlaps available on output pins provided by otherwise unused pedestrian load switch positions or other appropriate arrangement as approved by the engineer. Coordination Requirements Each controller shall be delivered with a four (4) cycle, four (4) split, and three (3) offset time base coordinator contained internally within the timer unit, and be delivered complete with all related auxiliary harnesses) wired into the cabinet, ready for operation. Overlaps shall be keyboard programmable or programmed through an interchangeable plug - in printed circuit board assembly. The coordination program provided in these timers shall include the following features: a. Cycle length adjustable at least from 30 to 255 seconds, with timing and offset adjustments either in seconds or percent of cycle. b. 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 (preceding 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 dial and split, with the calls from its detector input being internally switched to the compatible thru phase in the other ring when and only when the left turn phase is being omitted. The ability to associate the desired type(s) of left turn operation with each dial and split combination from the keyboard shall be available for both 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 feature automatic calculation and implementation of the maximum width of the "permissive" period during which late side street calls may still be serviced within any given background cycle. Where time remaining in the background cycle permits, the 5-11 Genera! Notes do Specy7cadtons All capabilities from the controller keyboard shall be capable remotely through a computer interface through a communications modem connection. 2.12.3 The controller shall allow any of its detector inputs to be used with the system operation. The system shall report volume and occupancy counts based on a user - selectable time period for each detector. Storage of this data may take place at either the local or master controller, as specified within TS -3.4. 6-28 Technical SpeclOcadons & Description of Pay Items RETROREFLECTIVE PREFABRICATED PAVEMENT MARKINGS SECTION 1.0 SCOPE OF WORK AND GENERAL CHARACTERISTICS 1.1 This specification shall govern the materials, composition, application, measurement, and payment of pavement markings of the color, length thickness, and width as specified in the Plans and in accordance with the lines and positions shown on the Plans or as established by the Engineer. It is the object of this specification to insure the installation of tightly adherent, defect - free pavement markings of quality, visibility, and durability, to either asphaltic or portland cement road surfaces. Markings to be installed on roadways under traffic operation conditions shall be placed with a minim of interference to the operation of the facility. 1.2 Pavement marking material shall be a beaded/pigmented film product especially compounded for traffic markings. Each container or roll shall be clearly and adequately marked to indicate color, weight, type of material, and lot or batch number (a lot or batch shall be defined as each individual blend or mix that produces a finished product ready for use). 1.3 The materials shall have the following characteristics: a. When in place for use, the markings shall not be slippery when wet. b. The material shall have adhesion to the surface sufficient to prevent tearing, roll -back, shrinkage and lifting under all weather conditions. C. When in place, the material shall not exhibit a tacky or sticky surface. d. Cold ductility of the material shall permit movement of same with the normal shifting of the road surface without chipping or cracking. e. The markings shall retain their original color, dimensions, and position (relative to surface) under normal traffic conditions at road surface temperatures from O °C (+ 32 °F) to 70 °C (158 °F). f. When applied, the film material shall be 0.012" thick and essentially have a uniform cross section with uniform density and material quality throughout the thickness. The material shall be 95 percent free of voids and holes and virtually free of blisters. g. Markings in place shall be reflectorized internally (premixed glass beads imbedded in film). Texas Test Method Tex -828 -13 shall show uniform retrodirective reflectance throughout the markings. 6-62 Technical Specifications & Description of Pay Items 3.1.4 Apply marking material in accordance with manufacturers specific recommendations making sure all edges are firmly adhered and no material is overlapping. 3.1.5 Tamp or roll the applied markings with a minimum 200 lb. load. 3.2 It is the intent of the equipment requirements specified above to insure the placement of pavement markings meeting the requirements of this specification. All markings placed that do not meet the requirements of this specification and fail to adhere to the road surface properly shall be completely removed and replaced at the expense of the Contractor. 4.0 CONSTRUCTION METHODS 4.1 a. The Contractor shall use a crew experienced in the work of installing pavement markings and shall supply all the equipment and materials necessary for the placement of the pavement markings. b. The pavement marking material shall be applied within the material temperature limits recommended by the supplier. C. The pavement upon which the pavement markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. d. Cleaning shall be by any effective method approved by the Engineer, that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. When blast cleaning is required by the Plans or by the Engineer, the blast cleaning shall be done in accordance with State of Texas Special Specification Item 'Blast Cleaning." Portland cement concrete surfaces shall not be cleaned by grinding. e. Portland cement concrete surfaces shall be further prepared after cleaning by complete sealing with a methylmethacrylate sealer or primer with an adhesive or adhesion promoter, approved by the Engineer, prior to placement of the markings. Methylmethacrylate sealers, adhesives, or adhesion promoters shall match infrared spectra and/or other data of approved materials of file at the Materials and Tests Laboratory in Austin, Texas. f. When deemed necessary by the Engineer, asphaltic' surfaces exhibiting polished aggregate shall be primed with a sealer, adhesive, or adhesion promoter meeting the requirements specified for sealers, adhesives, and adhesion promoters to be used on portland cement concrete surfaces. 6-64 Technical Specy1cadons do Description of Pay Items