TR0001-CN020528TABLE OF CONTENTS
Page #
Section 1 -
Bidding Documents
—
Notice to Bidders
1 -4
Instructions to Bidders
1 -5
Proposal/Bid Schedule
1 -18
—
Prevailing Wage Rates
1 -28
— Section 2 -
Contract Documents
Standard Form of Agreement (Contract)
2 -2
Certificate of Insurance
2 -8
—
Instructions for Bonds
2 -9
Performance Bond
2 -10
Payment Bond
2 -12
Maintenance Bond
2 -14
For this project, the Standard Specifications for Public
Works Construction - North Central Texas, as prepared
by the North Central Texas Council of Governments and
the City of Coppell Standard Construction Details shall
_
govern all work to be done, together with any additional
Supplementary Conditions, Specific Project
—
Requirements, General Notes or Description of Pay Items
included herein.
— Section 3 -
City of Coppell's Supplementary Conditions
3 -1
to the NCTCOG General Provisions
— Section 4 -
Specific Project Requirements
4 -1
Section 5 -
General Notes & Specifications
5 -1
Section 6 -
Technical Specifications & Description of Pay Items
6 -1
SECTION I
BIDDING
DOCUMENTS
T X 6 • C I T Y • O F
COPPELL
e x'a iga
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the installation of a Traffic Signal at Natches Trace and
Denton Tap Road, Project No. TR 00 -01. Plans and Specifications may be obtained for a non-
- refundable cost of $25.00 from the Purchasing Agent, 255 Parkway Blvd., Coppell, Texas, or
telephone (972) 304 -3698. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas,
_ for the installation of a Traffic Signal at Natches Trace and Denton Tap Road Project No. TR
00 -01. Bids will be received in the Purchasing Office at the City of Coppell Town Center, 255
Parkway Boulevard, until 10:00 a.m., May 20, 2002, and then publicly opened and read aloud.
Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q -0402-
02 designated clearly on the exterior of the bid envelope.
A Pre -Bid conference has been scheduled for this project at Coppell Town Center, 255 Parkway
Blvd. at 2:00 p.m. on May 13, 2002. The conference is not mandatory; however, all interested
bidders are strongly encouraged to attend.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE
A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible
personal property to be incorporated into the project. (Note: This procedure may not be used,
however, for materials which do not become a part of the finished product, such as, equipment rental
or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal
property, the contract shall separate and provide separate charges for materials to be incorporated
into the project from charges for labor. The City will provide the Contractor with an exemption
certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a
sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal
property) in the space provided on the bid form. The successful bidder's bid form will be used to
develop a separated contract and determine the extent of the tax exemption.
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas latest addition, as prepared by the
NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to
them in these General Conditions. The term "Bidder" means one that submits a Bid directly
to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term
"Successful Bidder" means the lowest, qualified, responsible Bidder to whom the Owner (on
_ the basis of the Owner's evaluation as hereinafter provided) makes an award. The term
"Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form,
and the proposed Contract Documents (including all Addenda issued prior to receipt of bids).
Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell, P.O. Box 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This work shall consist of the installation of a traffic signal at the intersection of Natches
Trace and Denton Tap Road. Work shall include all components necessary for the "turn key"
construction of the traffic signal as shown in the plans for TR 00 -01, including but not
_ limited to: signals/signal heads; controllers and cabinet, conduit, opticom, wiring, loop
detectors, pavement markings, pullboxes, pole /mast arm foundations, etc. In general, the
work shall consist of the installation of the traffic signal, along with all related work
necessary to complete the project as detailed in the plans and specifications. Please note that
the City's standard poles and mast arms have been previously ordered from JEM
Engineering and will be supplied by the City. Anticipated delivery is the week of July 8 d `,
2002. Work shall consist of the installation of City supplied poles and mast arms.
3. Copies of Bidding Documents.
3.1 Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at the
office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00. The
following general requirements pertain to the Bidding Documents:
1 -5 Bidding Documents
A) No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B) After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents at no charge. Additional sets over five (5) will be famished for
$15.00 per set.
C) Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. The required information to be submitted shall consist of, but shall not
necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment.
_ The Bidder shall provide a list of equipment, which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
1 -6 Bidding Documents
D. Financial.
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an audited
certified financial statement (current within the last six (6) months of bid date). This
information will be used to confirm that the Bidder has suitable financial status to
meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial interest,
direct or indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
— ownership of stock in a corporation involved, provided such stock ownership amounts to less
than one percent (1 %) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The Contractor
— represents that no employee or officer of the City has an interest in the Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site shall be from street and right -of -way at the perspective intersection. It
shall be the contractors responsibility to provide necessary and adequate traffic control.
Prospective Bidders shall respect all improvements. It is the responsibility of each Bidder
before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site
to become familiar with local conditions that may affect cost, progress, performance or
finnishing of the Work, (c) consider federal, state and local Laws and Regulations that may
affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate
Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts,
errors or discrepancies in the Contract Documents. Failure to make these examinations shall
in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the
contract, without additional cost to the OWNER.
1 -7 Bidding Documents
6.2 Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
responsibility for the accuracy or completeness thereof. All existing structures,
— improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where construction
comes in close proximity to existing structures or utilities, or if it becomes necessary to move
— services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's
responsibility to notify and cooperate with the utility or structure owner. The utility lines and
other existing structures shown on the plans are for information only and are not guaranteed
— by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's
responsibility to verify locations and depths sufficiently in advance of construction such that
necessary adjustments may be made to allow for the proper installation. The Contractor shall
be liable for damage to any utilities resulting from the construction of this project.
6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
— additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or furnishing of the Work and which Bidder deems necessary to
determine its Bid for performing and furnishing the Work in accordance with the time, price
and other terms and conditions of the Contract Documents.
6.4 On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes, clean up and restore the site to its former conditions upon completion of such
explorations.
6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are
identified in the Contract documents.
6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that
— Bidder has complied with every requirement of this Article 6, that without exception the Bid
is premised upon performing and famishing the work required by the Contract Documents
_ and such means, methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and
— conditions for performance and furnishing of the Work.
7. Interpretations and addenda.
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the
Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing
Agent in response to such questions will be issued by Addenda mailed or delivered to all
bidders recorded as having received the Bidding Documents. Questions received less than
1 -8 Bidding Documents
two days prior to the date for opening of Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect. Each Bidder shall acknowledge on the bid
proposal that all Addenda issued have been received.
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
8. Contract Time.
8.1 The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed.
8.2 It is imperative that the tra ffic Haht be operational by Aueust 19, 2002. The project
will be awarded at the May 28, 2002 City Council meetin¢. The low bidder should
have all necessary and insurance in place so that the contract can be executed
immediately.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are: Five hundred dollars ($500.00) per day.
10. Substitute or "Or- Equal" Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
"or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
that a substitute or "or- equal" item of material or equipment may be furnished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the Effective Date of the Agreement. No substitutions should be
considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
— Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
1 -9 Bidding Documents
experience statement with pertinent information regarding similar projects and other
evidence of qualification for each such Subcontractor, supplier, person or organization if
requested by the Owner. If the Owner, after due investigation, has reasonable objection to
any proposed Subcontractor, Supplier, other person or organization, may, before the Notice
of Award is given, request the apparent Successful Bidder to submit an acceptable substitute
in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's
Bid price may be increased (or decreased) by the difference in cost occasioned by such
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest qualified, responsible Bidder that proposes to use
acceptable Subcontractors, Suppliers, other persons and organizations. The declining to
make requested substitutions will not constitute grounds for sacrificing the Bid security of
any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item of
work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the organization
is chartered. Bids which are signed for a corporation shall have the correct corporate name
thereof, its post office address, and the signature of the president or other authorized officer
of the corporation, manually written below the corporate name in the following manner: "By
If the bid is made by an individual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the managing
member of the firm or partnership shall be given or the bid may be signed by an attorney -in-
fact. If signed by an attomey -in -fact, there shall be attached to the bid a power of attorney
evidencing authority to sign the bid, executed by the members of the firm or partners.
1-10 Bidding Documents
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this project,
may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
— The quantities listed in the Bid Form will be considered as approximate and will be used for
the comparison of bids. Payments will be made 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 the materials may be increased or decreased as provided for
in the Contract Documents.
— 15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478, Coppell,
Texas 75019 until 10:00 a.m.. May 20, 2002 and then publicly opened and read aloud. Two
_ identical copies of the bid enclosed in an opaque sealed envelope and marked with the
Project title, City of Coppell Bid No. 0- 0402 -02 and the name and address of the Bidder
shall be submitted. 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
Installation of: Traffic Signal at Natches Trace and Denton Tan Road Proiect #TR 00-01 "
on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas.
16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further
bidding on the work.
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to
waive any irregularities in the bids as received and to reject any and all bids without
qualification(s). More than one bid from an individual, firm or partnership, corporation or
1 -11 Bidding Documents
association, under the same or different names, will not be considered. Reasonable grounds
for believing that a Bidder is interested in more than one such bid may cause the rejection of
all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced
may be rejected.
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
19. Award of Contract.
19.1 The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject
the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the
_ indicated sum of any column of figures and the connect sum thereof will be resolved in favor
of the correct sum.
19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not
the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the Notice of
Award.
19.3 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers,
or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to
the Notice of Award.
19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the
_ evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perform and famish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the prescribed time.
19.5 If contract is to be awarded, it will be awarded to the lowest, responsible and best qualified
Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the
best interests of the Project.
1 -12 Bidding Documents
19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
20. Execution of Agreement.
Within six (6) calendar days after written notification of award of the contract, the Successful
Bidder shall execute and finnish to the Owner three (3) original signed contracts and a
Certificate of Insurance. Therefore, apparent low bidder should begin process of securing
necessary bonds and insurance after bid opening.
21. Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
22. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor
work any illegal alien.
23. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall commence
work within ten (10) calendar days after the date of Notice to Proceed.
24. Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials to be
incorporated into the project from charges for labor. The City will provide the Contractor
with an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost
of materials to be incorporated into the contract (tangible personal property) in the space
provided on the bid form. The successful bidders bid form will be used to develop a
separated contract and will determine the extent of the tax exemption. Upon execution of the
construction contract, the successful bidder shall provide a per item breakdown of 1)
materials incorporated into the project; and 2) labor, equipment, supervision and materials
not incorporated into the project.
1 -13 Bidding Documents
25. Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description concerning any point, shall be regarded as meaning that only the
best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
26. Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the contract
will be made in writing by the Owner.
27. Assignment.
The Successfiil Bidder shall not sell, assign, transfer or convey this contract, in whole or in
part, without the prior written consent of Owner.
28. Venue.
This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Dallas County, Texas.
29. Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to final
payment by the City.
1 -14 Bidding Documents
BID FORM
PROJECT IDENTIFICATION:
Traffic Signal Installation
at Natches Trace and Denton Tap Road
Project # TR 00 -01 in Coppell, Texas
BID OF , ,
" D Cc" " ` DATE
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c% Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q- 0402 -02
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days
after the day of Bid opening. BIDDER will sign and submit the Agreement with other
documents required by the Bidding Requirements within six (6) calendar days after the date
of OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a) BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No:
Date:
Rec'd:
1 -I5 Bidding Documents
(b) BIDDER has familiarized itself with the nature and extent of the Contract
_ Documents, Work, site, locality, and all local conditions and Laws and Regulations
that in any manner may affect cost, progress, performance or furnishing of the Work.
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of the
contract documents. CONTRACTOR may rely upon the accuracy of the technical
data contained in such reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTORS
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with respect to subsurface conditions
at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating to
existing surface or subsurface structures on the site, which are contained in the
contract documents and which have been utilized in preparation of the contract
documents. CONTRACTOR may rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTORS purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
(d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests and
studies (in addition to or to supplement those referred to in (c) above) which pertain
to the subsurface or physical conditions at the site or otherwise may affect the cost,
progress, performance or furnishing of the Work as BIDDER considers necessary for
the performance or frnishing of the Work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents; and no additional examinations, investigations, explorations, tests
reports or similar information or data are or will be required by BIDDER for such
purposes.
(e) BIDDER has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground Facilities
are or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents.
(f) BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
1 -16 Bidding Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
_ discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
(i) It is understood and agreed 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.
It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER 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, except as provided for in the Contract
Documents.
4. It is understood and agreed that all work under this contract will be completed within the bid
calendar days. Completion date will be established in the Notice to Proceed and as
noted in Section 8 of the Bidding Documents
5. BIDDER will complete the Work for the following price(s):
1 -17 Bidding Documents
TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 00-01
UNIT PRICE BID SCHEDULE
SECTION I
Item Quantity Unit DesaiptimaodPrice in Wards Unit Total
No.
Prioe Pd=
I-1 66 LF 1"pVCConduit— Trendied O 3�
m place - vs
Dollars
and lf7 Ccuw
per LF_
1-2 7% LF 2" PVC Cam —Ti nftd
5
and � t Cep
>e
I -3 81 LF 2" PVC Conduit—Bored
M
x �� Dollass
and o c�
per LF.
1-4 116 LF 3" PVC Conduit — Bored
ca ;n � �� 3v?D
and 4 0 Ceats
pQ LF-
I -5 66 LF 3 Condacoor p6 XH HW
Complete in pbw
zod o Ceps
perlF.
I-6 675 LF E1ecticsl Caodlr. #9 xf m
Come in place D � � �, s =
v DoHws
and FT Coats
Per IF-
1 -18 Bidding Documents
U
TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 04-01
— UNIT PRICE BID SCHEDULE
SECTION I
1 -19 BiddingDocuments
Quan
t Demon and Prix in W0"h
Unit
Price
Total
Pnim
Si gnal Cable -16 Condudor
fLF
rI-7635
#12 AWG
Co�lexe in Plax
- & - in_
As
7 Dollars
and r ` ` —V&b
per LF.
1-8
521
LF Signal Cable - 5 Con&x2w
#14 AWG
in dace
Dollars
c7o
o,ilF
and
per IF.
264
IF Signal Cable— 7 Cond>aor
I-9
#14 AWG
C
E Dollars
and .4
per LF.
I -10
781
IF Optioom Cable - 3 Condwk r
#18 AWG
Dollars
per LF.
4
EA 3M Optioom Detector
I -11
CCOVIete m P lace tilt
27�
per EA.
1 -19 BiddingDocuments
TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 00-01
UNIT PRICE BID SCHEDULE
SECTION I
Item
Quantity
Unit
Daxdp6m and Ptic a in Wads
Unit
Trial
No.
Price
Price
I -12
5609
LF
Detectm Lead-in Cable — 2
Cotdtc #14 AWG
Comp�Nap
Dollm
and RI-r Cabs
per IF.
I -13
1237
LF
Loop Der Izatalladon
(saw cat & wired)
Complete in Place
and A Cents
per IF.
I -14
6
EA
Dual Loop DeLVelricie Der. 2
Channel
C oop o
loo =°
X66
and O Cents
pa E+-
I -15
1
FA
Nazboc M Type 2 CaftollQ
Model #980 w/Cabinct & Access.
i "
ou
?
/Nit�u f�aw i7oueers ¢one.
/
and il/o Cep
pQEA-
I -16
26
LF
Foundation Type 30-B
(umh
/,1j=
3. 7710
Comphae m Plam rG 9vu�.s
S,mei
per LF.
1 - 20 BiddingDomnemb
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
30 LF Famadation Type 36-A
( P2)
C XMP IM /kl7 , Y vt
and i
_ per LF.
I -18 1 EA � �Stamdards
(24" Above Ckoond)
m Plac nu ev
O e
Dallas
and- __f✓Q - -CCnts
per
I - -19 1 EA Installation of City SupP)iod
prcpainled Signal Pole
w /44' Most Arm
Compere in Place 14 K L �
i erEA.
I -20 I EA Ia�llatim of Cary Supplied
prepaioted Signal Pole
w 14W Mast Amt p o
mpbft inPbw ,,� Fr ✓L f ��i ¢/J
,,,�e �73olldrs C f .
and —Ccnts
per SA.
1 - 11 BlMng Docwnents
1 -22 BWft Dwwnew
TRAFFIC SIGNAL INSTALLATION
_
Natches Trace at Denton Tap Road
Project 0 TR 00-01
--
UNIT PRICE BID SCHEDULE
SECTION I
— Irty
Unit D and Price in Words
Unit
Price
Trial
Pace
-
EA hoWlatian of Ctty Supphed
ftgninkd Signal Pole
nP�
_
> erF.A-
I -22
1 EA Instillation of City Supper
ft si Pd6
—
w fW Mast Arm
Comgkte in Place
per
— ] -23
44 FA Traffic Signal Sect' m 12"
Pbwe
00
9a
_
and Cents
Pa FA
1 -24
g EA Tiamc Signal - 3 Section Head
-
inPlaoe
Go
d
_ six Doilaia
—
and
PQF-
— 1 -25
4 EA TtaffcS*d- 5Sedi
Badcplam
VA �'C in DoMma
—
and f W cents
Per F-
1 -22 BWft Dwwnew
TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 00-01
UNIT PRICE BID SCHEDULE
SECTION I
Item
Quantity
Unit
Des�pfim and Prig in Woub
Unit
Price
Total
Price
No.
I -26
8
EA
Pedes>oan SWd Assembly 2
Indication
iaPbx �,t �
,v,/4.d sfdg
��S°
3S�o °°
a d N ceab
lerFA-
1 -27
8
EA
PEED Push Button
Complese r
flo
and �o Cea>s
J L �
perEA-
1-28
1
EA
Savice Meter lnsW]atim
sad N� Cep
per F-
1-29
4
EA
Typo A Caamd Pall BaK
_
� ao
9,0
Dolls�s
and .✓0 - Ccub
paw
1 -23 BlddingDocwnmu
TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 00-01
UNIT PRICE BID SCHEDULE
SECTION I
Item
Qaau&y
Unit
Descriptim and Ptioe in Wads
Unit
Trial
No.
Price
Price
11-30
1
EA
Type C CkoondPull Box
�� mPlaoe
ar,d /_ cams
ph
ierEA-
I -31
1
EA
U0owYDowulaedDevice
4r sm " E Diia * �*
and A Ceps
perEA.
I -32
1
EA
bAccoection Day PandlBowd
and _ID Cents
11 crEA-
I -33
158
LF
Pavcmeot Maddug - 24' Solid
WWft Line
Complet
V —
�? �
and �� Cis
per LF.
1 -34
125
L,F
PavemcaotMaWM
"POWTacie
7s
Complete inp
/
—
OW& Dollars
an ✓ r Cents
per IF.
I -24 BiddWgDomunenU
TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 00-01
UNTr PRICE BID SCHEDULE
.W1 PION I
Item
Quantit
Unit
Desmiption and Pcioe in Wank
Unit
Total
No.
Pnce
Pdw
1 -35
2
EA
Traffic Sign —R 3
Lane Use Sigo/Dud Left
Ca000piete in Place „��r y �i ✓E
a, �0u-0
i e G
/�
and o Ceara
EA.
I -36
0
EA
Tuft Sign -R4-7
Keep Rig& Sip
Compkw in Place
Dollars
-----
and Cetus
EA.
1-37
1
EA
Trafic Sign— W3-3
Signal Ahead $ign
m
and 4AQ Cents
per EA.
I -38
4
EA
Shad Name Sign D-3
on Mast Ann
12" I.etoa Blade
�
in Pb
m � //T
i6
aod�r�� Cents
per EA-
! - ?S Bl"MgDocumenis
TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 0"l
UMT PRICE BID SCHEDULE
SECTION I
TOTAL BID ITEMS I-1 thru I-M
TANGIBLE PERSONAL PROPERTY COST
, i
m I, lempl,
1 -26 BiddmgDomawnu
BID SUMMARY
*CALENDAR
TOTAL PRICE DAYS
�j �s
TOTAL BID ITEMS BASE BID I -1 thm I.38 S `
In words: �£ &,#7- �i ��/r T,� v �!/A/6 ,srd d ak:"o Tzv
Jo -1 �xiD C ✓e G�vtS .
* NOTE: Tra L ight must be oueratlonal by Autrast 19 ZOOZ.
6. BIDDER agrees that all Work swatded will be completed within �✓� Calendar
Days. Contract time will commence to mn 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 signatue page.
8. BIDDER understands that the Owner is esernpt fiom State limited Sales and Use Tax at
tangible p eclanal propety to be inoaporafxd into the pwject. Said taxes are not included in
the Contract Price (see Instructions to Bi u=e
9. The terms used in this Bid which are defined in the General Conditions of the Conmwfio
in
Contract inchtded as part of the Contract Documents have the meanings assigned to flum
the General Conditions.
The City of Coppell reserves the tight to delete any portion of this project as it may deem neoesmY
to stay within the City's available finds. Should the City elect to delete any portion, the contract
quantities will be sdjosted acoord'm91Y.
SUBMITTED ON
Signature:
ou' e7
C ;vvC2
1 -27
Bidding Docw m&
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 fiuther certifies and agrees to furnish any and/or all
commodities upon which prices are extended at the price o8ered, 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 / L'C ,5 COUNTY BEFORE
ME, the undersigned andwrity, a Nobry Public i and v r he . on this day
Personally' aPpcete !�� -
Name
_ duly sworn, did depose and MY
a Jbt 2 5 am a duly authorized offiWagent for
me
A Na GI - e C E /C TiJC and bave been duly authorized to execute the
Name of Firm �/ /
foregoing on behalf of the said �'! 22L yC — 1 `r'� C �v
Now 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 opmiag of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) raooth% direcdY or Whecdy
concemed in any pool, agreement or combination thereog to control the price of services/
commodities bid on, or to mflawoe any individual(s) to bid or not to bid thereon."
Name and Address of Bidder
Telephone: ( ,fl 7 ) '42 o ' - by R ul •
Title U ^ `t1�i15 i si g nature:
SUBSCRIBED AND SWORN to before me by the above named r' (l'" 11 �
_ on thisthe cQ-I )-t k% day of tl A -Q— 2002.
Notary Public in and for the state o 4 X—g `
KATHEFDE SUE cure
W
1 -28 Bidding Doom ua
If BIDDER IS:
An Individual
By. (Seal)
(Individuai's Name)
doing business as
Business address
P lane No.
A Partnership
By (Seal)
(Firm Name)
(General Partner)
Business address
P hone No.
A Corporation
By
(Corporation Name)
to sign)
Business address �())L�''�� l ( ��-
r - L. "l ) �,L d _Plane No.
A Joint Venture
By
(Name) (Address)
BY
(Name) (Address)
(Each joint vmhse must eiga. The mmmr of siping for each individual, partnership and cmporadon that is a partner to
_ the joint venture should be in the manner huHcamd above.)
1 -29 Bidding Document*
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
Carpenter .......... ...............................
10.30
Concrete Finisher - Paving ......................10.50
Concrete Finisher - Structures ...................
9.83
Concrete Rubber .. ...............................
8.84
Electrician .............. ..........................
8.62
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
PipeLayer ......... ...............................
8.98
Blaster............. ...............................
11.50
Asphalt Distributor Operator ..................10.29
13.21
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
9.02
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
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
SECTION 2
CONTRACT
DOCUMENTS
T H ! • C I T Y • O F
COPPELL
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the 423 t ' day of in the
year 2002 by and between the City of Couoell. Texas a municipal corporation (hereinafter called
OWNER) and Sharrock Electric. Inc. (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This work shall consist of the installation of a traffic signal at the intersection of Natches
Trace and Denton Tap Road. Work shall include all components necessary for the "turn
key" construction of the traffic signal as shown in the plans for TR 00 -01, including but not
limited to: signaWsignal heads, controllers and cabinet, conduit, opticom, wiring, loop
detectors, pavement markings, pullboxes, pole /mast arm foundations, etc. In general, the
work shall consist of the installation of the traffic signal, along with all related work
necessary to complete the project as detailed in the plans and specifications. Please note
that the City's standard poles and mast arms have been previously ordered from JEM
Engineering and will be supplied by the City. Anticipated delivery is the week of July 8'
2002. Work shall consist of the installation of City supplied poles and mast arms.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
_ TRAFFIC SIGNAL INSTALLATION
Natches Trace at Denton Tap Road
Project # TR 00 -01
Article 2. ENGINEER
The Project has been designed by the City of Coppell Engineering Department. Contract
administration will be provided by the City of Coppell Engineering Department who is hereinafter
called ENGINEER and who is to act as OWNER's representative, assume all duties and
responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract
Documents.
2 -2 Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 75 Calendar Days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions. Please note: traffic signal must be operational by August 19, 2002.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the time specified in paragraph 3.1 above, plus any extensions thereof
allowed in accordance with Item 1.36 of the General Provisions. They also recognize the
delays, expense and difficulties involved in proving in a legal or arbitration proceeding the
actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead
of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Five hundred
dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for
Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1.OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents in current funds subject to additions and deductions by Change Orders
as provided in the contract documents in accordance with the unit prices listed in Section 1
Proposal and Bid Schedule.
The contract sum shall be the amount of $78,922.05 The total tangible
personal property cost included in the contract sum is $55,958.55 .
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in the
General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract
_ Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, each month during construction as provided below. All progress payments
will be on the basis of the progress of the Work measured by the schedule of values
_ established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based
on the number of units completed) or, in the event there is no schedule of values, as
provided in the General Provisions.
2_3 Contract Documents
5.1.1. Prior to Completion, progress payments will be made in an amount equal to. the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with
Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract
Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface
conditions and drawings of physical conditions which are identified in the Supplementary
Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination
set forth in Item SC -1.20 of the Supplementary Conditions of the extent of the technical
data contained in such reports and drawings upon which CONTRACTOR is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations, tests,
reports, and studies (in addition to or to supplement those referred to in paragraph 7.1
above) which pertain to the subsurface or physical conditions at or contiguous to the site or
otherwise may affect the cost, progress, performance, or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Item 1.3 of
the General Provisions; and no additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data are or will be required by CONTRACTOR
for such purposes.
2 -4 Contract Documents
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and furnish the Work at the
Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive).
8.2. Certificate of Insurance and Bonds (pages 2 -8 thru 2 -15, inclusive).
8.3. Notice of Award.
8.4. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.5. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3 -2
thru 3 -10, inclusive).
8.6. Specifications bearing the title: "Construction Specifications and Contract
_ Documents for "Traffic Signal Installation: Natches Trace at Denton Tap Road
Project # TR 00 -01 for the City of Coppell ".
8.7. Drawing entitled: TR 00 -01
2 -5 Contract Documents
8.8. The following listed and numbered addenda:
ADDENDUM No. 1 May 14, 2002
8.9. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.10. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.11. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.12. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions
-- will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
'- Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due
and moneys that are due may not be assigned without such consent (except to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2 -6 Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER an d CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on 2 $ 2002.
OWNER: City of Coppell CONTRACTOR: Sharrock Electric, Inc.
255 Parkway Boulevard 6801 Old Randol Mill Rd.
Coppell, TX 75019 Ft. Worth, TX 76120
rZ
TITLE:
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of Engineering/Public Works
(If OWNER is a public body, attach
— evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
A
Address for giving notices:
SHARROCK ELECTRIC, INC.
P.O. BOX 8360
FT. WORTH, TX. 76124
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2_7 Contract Documents
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.
2-8 Contract Documents
General Instructions For Bonds
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.
B. The 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 firm shall execute the bond as individuals.
D. 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.
F. 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.
2.9 Contract Documents
PERFORMANCE BOND
STATE OF TEXAS } BOND. No.. 060,989 683
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That QHARROM RE- WMIC rNc
whose address is PO BOX 8360 F ORr wARTR� �ci�n
hereinafter called Principal, and UNIMPSaL SURE TZ T A - ,a
corporation organized and existing under the laws of the State of =xw , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
_ CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called 'Beneficiary", in the penal sum of SEIYENTY E THOUSAND
NXNE HUNDRED TWENTY MD 051100 ----------------- - - - - -- DOLLARS
($ 78 9.92 na: ) in lawful money of the United States; to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the 28TH of
MAY , A.D. 2002, which is made a part hereof by reference, for the construction of
certain public improvements that are generally described as follows:
Installation of Traffic Signal
Natches Trace at Denton Tap Road
Project No. TR 00 -01
Bid No. Q- 0402 -02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by Owner, and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary
all outlay and expense which the Beneficiary may incur in making good any default or deficiency,
then this obligation shall be void; otherwise, it shall remain in full force and effect.
2 -10 Contract Documents
I—
r
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the specifications accompanying the same shall in anyway
affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19 - of the insuran Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 3 copies, each
one of which shall be deemed an original, this the 2-8TH� day of MA Y , 2002.
PRINCIPAL SURETY
SHARROCX )MECTRIC INC. UNIVS r
By: ` By:
Title: /gk�luXw7 Titl
ATTEST• / C I AT T:-
I
W VIRGINIA HOIXSS
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME: x & S GROUT INC
ADDRESS: 4400 N. CENTRAL sxPRSsswAY suITE 9 5o vALLAS TsxAs 7K237
NOTE. • Date of Performance Bond must be date of Contract 1f Resident Agent is not corporation, give person's name.
2 -11 Contract Documents
PAYMENT BOND
STATE OF TEXAS }
BOND NO. 060 989 683
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That sauaocx Erscrxrc, Iwc.
W110Se address 1S 70 Moir Rif O Ft7T fdt7RT77� 792XAC 7f77/f ,
hereinafter called Principal, and �XVER,AL svHETY OF A4WRXCA ; a
corporation organized and existing under the laws of the State of MKAS , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called 'Beneficiary", in the penal sum of sEVErza -sr�HT =07lsnrrt
NINE H UNDRED MENTY -TWO MD 051100 ------------------- - - - - -- DOLLARS
($ 78, 922.05 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the 28TH of MAY ,
2002, which is made a part hereof by reference, for the construction of certain public improvements
that are generally described as follows:
Installation of Traffic Signal
Natches Trace at Denton Tap Road
Project No. TR 00 -01
Bid No. Q- 0402 -02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying
2-12 Contract Documents
the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terns of the Contract, or to the Work to
be performed thereunder.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19 -1 of the insuran Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 3 copies, each
one of which shall be deemed an original, this the 2gTA day of MAY , 2002.
PRINCIPAL
SURETY
r ; SHARROCR ELECTRIC, INC.
VNIVERSMpj69URETY OF AMSRrCA
BY
By:
Title: p/� �� l�.e .�j
Title: / ' X N LoTr, ATTORNEY— IN —PACT
ATTEST: . !
ATTEST:
9 _
u _
-
WI SS, VIRGINIA SOUKS
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME:
R & S GROUP, INC.
ADDRESS:
9400 N. CENTRAL EBPRESSWAY, SUITE 950, DALLAS, TESAS 75231
NOTE: Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's
name.
2 -13 Contract Documents
MAINTENANCE BOND
STATE OF TEXAS } BOND N O. 060 989 683
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT SHARROCZC ELECTRrc,
INC., PO BOX 8360, FORT WORTH, TEXA 7 6120 as Principal,
and UNIVERSAL SURETY OF AMERWA , a corporation organized under
the laws of THE STATE OF TEXAS as sureties, do
hereby expressly acknowledge themselves to be held and bound to pay unto the
CITY OF COPPELL a Municipal Corporation, Texas, the sum of
SEVENTY -SIGHT THOUSAND NINE HUNDRED TWENTY -TWO Dollars and
051700 Cents ($ 78,922-0.5 ) , for the payment of which sum
will and truly be made unto said CITY OF COPPELL , and its successors, said principal
and sureties do hereby bind themselves, their assigns and successors jointly and severally.
THIS obligation is conditioned; however, that whereas, the said
-� SRARRO(X ELECTRIC, INC.
has this day entered into a written contract with the said CITY OF COPPELL
to build and construct
INSTALLATION OF TRAFFIC SIGNAL, N AT C HES TRACE AT DENTOIV TAP ROAD, PROJECT
# TR 00 -01 which contract and the plans and specifications therein mentioned,
adopted by the are hereby expressly made a part thereof as
through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor
will maintain and keep in good repair, the work herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
and/or reconstruction in whole or in part of said improvements that should be occasioned by
settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood that
the purpose of this section is to cover all defective conditions arising by reason of defective material
and charge the same against the said Contractor, and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
-- contract for each day's failure on its' part to comply with the terms of said provisions of said
contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two (2) years, as
provided, then these presents shall be null and void, and have not further effect, but if default shall
be made by the said Contractor in the performance of its' contract to so maintain and repair said
work, then these presents shall have full force and effect, and said CITY OF cOPPELL
shall have and receive from the said Contractor and its' principal and sureties damages in the
premises, as provided; and it is further agreed that this obligation shall be a continuing one against
the principal and sureties, hereon, and that successive recoveries may be and had hereon for
2 -14 Contract Documents
successive branches until the full amount shall have been exhausted; and it is further understood
that the obligation herein to maintain said work shall continue throughout said maintenance period,
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN WITNESS WHEREOF, the said SHAxRocar ELScnac. INc. has
caused these presents to be executed by STEVEN LOTT
and the said vNIvsRSAL sURETY of AmERrcA has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact STAN LOTT ,
has hereunto set his hand, the 28TH day of HAY 2002.
PRINCIPAL
.-1
IL
r
SHAMOCR ELECTRIC, INC.
By:
Title: bo3 iq r --v j
SURETY
UNIVERS SURETY Pf AMP.TCA
By: _
Titl STE VEN LOTT, ATTORNVY —IN —FACT
WITNESS: 1 ATTEST:
WI SS, VIRGINIA HOLDS
NOTE. Date of Maintenance Bond must not be prior to date of Contract.
0MAJ
Contract Documents
UNIVERSAL SURETY OF AMERICA
P.O. Box 1068 • Houston, Texas 77251 -1068
^
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
Agency Information GPA#
4222436 060989683
SOUTHWEST ASSURANCE 1 :
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing
under the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute
and appoint
BERT DUCKETT CHARLES K MILLER
CLINT NORRIS DAVID C OXFORD
^
STEVE RICKENBACHER STEVEN LOTT
of DALLAS and State of TEXAS its true and lawful Attorney(s) -in -Fact with full
power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory
instruments of similar nature - in unlimited amounts - and to bind the Company thereby as fully and to the same extent as if
such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary,
hereby ratifying and confirming all that the said Attorney(s )-in-Fact may do within the stated limitations, and such authority
is to continue in force until 05/18/2006 . Said appointment is made under and by authority of the following
resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 11th day of July, 1984.
"Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act
for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed
by facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and
binding upon the corporation."
In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President,
Robert E. Ayo, and its corporate seal to be hereto affixed this 31st day of December, A.D., 1999.
y V0.ETy
° UNIVERSAL TY OF ANEW CA
7 19 84 n
TEXAS a Robert E. Ayo J President
State of Texas
SS
County of Harris
On this 31st day of December, in the year of 1999, before me Pamela J. Scullion, a notary public, personally
app eared Robert E Ay t ^r_..-...1'-7 /_ a �� �� �i. ... __.. .uo - oa. aaecu wad Wawaiia LLOYI ILLLCAY fia
President, on behalf of the corporation herein named and acknowledged to me that the corporation executed it.
PAMELA J. SCULLION
MY COMMISSION EXPIRES
July 12, 2003
Notary Public
I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a fall, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify thaE.the said -Power of
Attorney is still in effect.
GIVEN under my hand and the seal of said company, at Houston, Texas, this 28TH day of M AY
Assistant Secretary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
Form F6092 For verification of the authority of this power you may telephone (713) 722 -4600.
ACORD CERTIFICATE OF LIABILITY INSURANCE 06/03/2002
PRODUCER (214)
691-5721 FAX (214) 691 -4961 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
K & S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Southwest Assurance Group, Inc ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
9400 N Central Expwy., #950
Dallas, TX 75231 -504 INSURERS AFFORDING COVERAGE
INSURED Sharrock Electric, Inc. INSURER A: American Equity Insurance (Hull & Co.
PO Box 8360 INSURER B: Charter County Mutual (FIC)
1 Fort Worth, TX 76120 INSURER C: RLI Insurance Company (Hull & Co.)
INSURER D: Texas Mutual Insurance Co.
Phone: 817 - 429 -8502 Fax: 817- 429 -8559 1 INSURER E:
COVERAGES
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 RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
A
1
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE O OCCUR
AL CC190809
10/25/2001
10/25/2002
EACH OCCURRENCE
$ 1,000,00
FIRE DAMAGE (Any one fire)
$ 50
MED EXP (Any one person)
$ 5,00
PERSONAL & ADV INJURY
$ 1, 000, OO
X
Broad Form Prop.
GENERAL AGGREGATE
$ 2,000,00
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY M JEC7 LOC
PRODUCTS - COMP/OP AGO
$ 2,000,00
1
B
1
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
7667331
10/25/2001
10/25/2002
COMBINED SINGLE LIMB
(Ea accident)
$
1, OOO , OO
BODILY INJURY
(Per Person)
$
X
X
BODILY INJURY
(Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
1
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHERTHAN EA ACC
AUTO ONLY: AGG
$
$
C
EXCESS LIABILITY
X OCCUR FI CLAIMS MADE
DEDUCTIBLE
X RETENTION $ 10,000
E RU0005454
10/25/2001
10/25/2002
EACH OCCURRENCE
$ 5,000,00
AGGREGATE
$ 5,000,00
$
$
$
D
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
T SFOOOIO8330
10/25/2001
10/25/2002
X I ToRYLIMIrS ER
E.L. EACH ACCIDENT
$ 1,000,00
E.L. DISEASE - EA EMPLOYE
$ 1,000,00
E. L. DISEASE - POLICY LIMIT
$ 1 OOO OO
OTHER
rL'O ESCRIPTION OF OPERATIQNS ILOC,ATIONSfVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
'roject: Traffic Signal Installation - Natches Trace 0 Denton Tap Road ( #TR- 00 -01)
CERTIFICATE HOLDER
I
I
ADDITIONAL INSURED; INSURER LETTER:
The City of Coppell
255 Parkway Blvd.
Coppell, TX 75019 -2602
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 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.
AUTHORIZED REPRESENTATIVE .
Stephen Rickenbacher /SHEREL
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
T H 6 - C I T Y - O F
COPPELL
f x e a t e a
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF
THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL
TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF
'- GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR
SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED
REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS
ITEM 1.0 - DEFINITIONS
SC -1.0
Engineer The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 478, Coppell, TX 75019, Engineer of
the Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Calendar Day Add the following sentence to the end of the working days definitions: Hours worked
before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request
must be made in writing and approved by the City of Coppell. Seventy-two hours notice required.
All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid,
such cost may be deducted from partial payments.
All other terms used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC -1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
3 -2 Standard Specifications
Supplementary Conditions
ITEM 1.16 - NOTICE TO PROCEED
SC -1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and 1.51.1,
to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC -1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC- 1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies ". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the
following reports of explorations and tests of subsurface conditions at the site of the work: No
geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC- 1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5 Existing Utilities and Sewer Lines The Contractor shall be responsible for the protection
of all existing utilities or service lines crossed or exposed by the construction operations.
Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR
3 -3 Standard Specifications
Supplementary Conditions
shall replace the utilities or service lines with the same type of original construction, or
better, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility, such
property shall not be moved or interfered with until authorized by the ENGINEER. The
right is reserved to the owner of any public utility to enter upon the limits of the project
for the purpose of making such changes or repairs of their property that may be made
necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC- 1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If
requested by Owner, Engineer or Contractor ".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC- 1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor
at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER,
Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to
settle with such other Contractor by agreement, or to otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and
Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer
harmless from and against all claims, damages, losses and expenses (including, but not
limited to, fees of engineers, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any action, legal or
equitable, brought by any separate Contractor against OWNER, ENGINEER or
Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S
performance of the Work. Should a separate Contractor cause damage to the work or
property of CONTRACTOR or should the performance of work be any separate
Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any
action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit
any action against any of them to be maintained and continued in its name or for its
_ benefit in any court or before any arbiter which seeks to impose liability on or to recover
damages from OWNER, ENGINEER or Consulting Engineer on account of any such
damage or claim. If CONTRACTOR is delayed at any time in performing or famishing
Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR
are unable to agree as to the extent of any adjustment in Contract Time attributable
thereto, CONTRACTOR may make a claim for an extension of time in accordance with
Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive
3 -4 Standard Specifications
Supplementary Conditions
remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay,
disruption, interference or hindrance caused by any separate Contractor.
ITEM 1.26 - INSURANCE
SC- 1.26.6
_ Add the following new item:
1.26.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written Amendment.
Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR.
SC- 1.26.7
Add the following new item:
"- 1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties' insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the
effect that in the event of payment of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same.
ITEM 1.27 - MATERIALS AND WORKMANSHIP: WARRANTIES AND GUARANTEES
SC- 1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years ".
ITEM 1.32 - WORKING A_ REA, COORDINATION WITH OTHER CONTRACTORS; FINAL
CLEANUP
SC -132.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control has been
established as shown on the construction plans. Horizontal control can be established from existing
inlets, street intersections or other utilities indicated on the construction plans. The Contractor shall
be responsible for establishing all lines and grades, and the precise location of all proposed facilities.
The ENGINEER may make checks as the Work progresses to verify lines and grades established by
_ the Contractor to determine the conformance of the completed Work as it progresses with the
3-5 Standard Specifications
Supplementary Conditions
requirements of the construction documents. Such checking by the Engineer shall not relieve the
Contractor of his responsibility to perform all Work in connection with Contract Drawings and
Specifications and the lines and grades given therein."
ITEM 133 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC -1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract price
shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 1.33:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to
minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIOUIDATED DAMAGES
SC -136
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time
shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of time can not be made up by revising the sequence of the work of the
_ project."
ITEM 137 - CHANGE OR MODIFICATION OF CONTRACT
SC -1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except as
provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re- evaluation and
adjustment under the following conditions:
ITEM 1.42 - INSPECTION AND TEST
SC -1.42
3 -6 Standard Specifications
Supplementary Conditions
1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the
following "direction of the Owner and expense of the Contractor ".
Amend the last paragraph, first sentence by changing "Contractor" to "Owner ".
ITEM 1.49 - OWNER'S. EMPLOYEES OR AGENTS
SC- 1.49 -2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or indirect,
in any contract with the City, nor shall be financially interested, directly or indirectly, in the
sale to the City of any land, or rights or interest in any land, materials, supplies or services.
This prohibition does not apply when the interest is represented by ownership of stock in a
corporation involved, provided such stock ownership amounts to less than one percent (1 %)
of the corporation stock. Any violation of this prohibition will constitute malfeasance in
"- office. Any officer or employee of the City found guilty thereof should thereby forfeit his
office or position. Any violation of this prohibition with the knowledge, expressed or
implied, of the persons or corporations contracting with the City shall render the contract
voidable by the City Manager or the City Council. The Contractor represents that no
employee or officer of the City has an interest in the Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC -1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58 Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code covering tangible personal property purchased by a contractor for
use in the performance of a contract for the improvement of City-owned realty.
It is still possible, however, for a contractor to make tax -free purchase of tangible personal
property, which will be incorporated into and become part of a City construction project
through the use of a "separated contract" with the City. A "separated contract" is one, which
separates charges for materials from charges for labor. Under such a contract, the contractor
becomes a "seller" of those materials, which are incorporated into the project, such as bricks,
lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the
sales tax at the time such items are purchased. The contractor then receives an exemption
certificate from the city for those materials. (This procedure may not be used, however, for
materials, which do not become a part of the finished product. For example, equipment
rentals, form materials, etc. are not considered as becoming "incorporated" into the project).
3 -7 Standard Specifications
Supplementary Conditions
Utilization of this "separated contract" approach eliminates the need for bidders to figure in
sales tax for materials, which are to be incorporated into the project. The successful bidder's
bid form will be used to develop the "separated contract" and will determine the extent of the
tax exemption. Upon execution of the construction contract, the contractor shall furnish a
breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
PART II: MATERIALS -DIVISION 2 MATERIALS
ITEM 2.1.5 - TRENCH BACKFILL
(b) Types "B" and "C"
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets: Insert the
following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D -698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6 - RIPRAP OR STONE MASONRY
(b) Materials and Dimensions
(4) Mortar Riprap. Add the sentence: Mortar or concrete type shall be approved by
the Engineer and shall conform to A.S.T.M. C 387 -83.
ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS
(a) General: Amend the first sentence, by striking the words "requirements for earth
bedding' and replace with "recommendations of the pipe manufacturer, and shall be
approved by the Engineer ".
(b) Earth Bedding: Add the following sentence at the beginning of this paragraph:
"Barth bedding will not be permitted without written approval of the Engineer."
ITEM 2.2.2 - CHEMICAL ADMIXTURES
(d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an
admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
3 -8 Standard Specifications
Supplementary Conditions
PART III CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION
ITEM 3.1.2 -
Add the following sentence after the second sentence: "The method of protection shall be 2
_ inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the
Engineer."
ITEM 3.7.3 - DENSITY
Strike the first sentence and replace with the following: "Earth embedment and select
material shall be compacted to between 95 percent and 100 percent of Standard Proctor
Density as determined by ASTM D -698 at, or up to five (5) percentage points above,
optimum moisture content, using mechanical compaction methods, unless otherwise
specified in the Plans or Specifications."
PART III DIVISION 4 - SUBBASE AND BASE COURSES
ITEM 4.8.4 - CONSTRUCTION METHODS
(b) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent of the
maximum dry density of such material." and replace with the words "95 percent of the
_ maximum dry density of such material, or as directed by Engineer.
PART III DIVISION 5 - PAVEMENT /SURFACE COURSES
ITEM 5.8.2 -
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the following:
"Expansion joints shall be installed perpendicularly to the surface and centerline of the
pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and
extended through curbs. Expansion joints are to be installed at each end of radius at street
intersections. Expansion joints shall be equally spaced between intersections with not less
than one every 200 linear feet of pavement, unless otherwise specified on the Plans or
directed by the Engineer.
3 -9 Standard Specifications
Supplementary Conditions
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the
Engineer ".
(2) Contraction Joints. Delete the first sentence of the first paragraph and insert the
_ following: "Contraction or dummy joints shall be sawed to 1 -1/4 inches in depth, and 1/4
inch in width, and installed every 20 linear feet of pavement, and extend through curb,
unless otherwise directed by the Engineer."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection: "Fog sprays
powered by pressure pumps, and capable of covering the entire area of freshly placed
concrete with a fine mist, shall be used if water is needed for finishing operations."
(2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog
sprays powered by pressure pumps, and capable of covering the entire area of freshly placed
concrete with a fine mist, shall be used if water is needed for finishing operations."
PART III DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9 - BACE FILL
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the
second sentence by striking the words "to a density comparable with adjacent undisturbed
material" and replacing with "to a density between 95 percent and 100 percent Standard
Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points
above, optimum moisture content, unless otherwise specified in the Plans or directed by the
Engineer."
3 -10 Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
T H E • G 1 T Y • 0 F
SPECIFIC PROJECT REQUIREMEN'T'S
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Texas
Council of Governments (C.O.G.). The following Specific Project Requirements contain general
_ and specific project requirements applicable to this project in the City of Coppell. These individual
specifications control for this project. Additional amendments to the C.O.G. Standard
Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications
_ for Construction. In the event that an item is not covered in the Project Drawings and these
Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply.
_ In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
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.WA. American Water Works Association
_ S.S.P.C. Steel Structures Painting Council, Federal
Specifications Treasury Department
U.L. Underwriters Laboratories
_ N.E.M.A. National Electrical Manufacturers Association
W.P.C.F. Water Pollution Control Federation
TX.DOT Texas Department of 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
4 -2 Specific Project Requirements
SPECIFIC PROJECT REQUIREMENTS
1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O.
Box 478, Coppell, Texas 75019.
1.2 ENGINEER: The 'Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be authorized
by said owner to act in any particular position.
1.3 CITY OF COPPELL: All improvements described in this Proposal and Construction
Drawings shall be done in accordance with the Project Drawings and Specifications. In the
event that an item is not covered in the Project Drawings and Specifications, then the
Standard Specifications for Construction for the City of Coppell, Texas shall apply.
1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right -of -way. Entrance onto private property shall be at the expressed
approval of the ENGINEER, only.
1.5 PROJECT DESCRIPTION: This Contract consists of the installation of a traffic signal at
the intersection of Natches Trace and Denton Tap Road. Work Shall include all
components necessary for the "turn key" construction of the traffic signals as shown in the
plans for TR 00 -01, including but not limited to: signals/signal heads, controllers and
cabinet, conduit, opticom, wiring, loop detectors, pavement markings, pullboxes, pole /mast
arm foundations, etc. In general, the work shall consist of the installation of the traffic
signal, along with all related work necessary to complete the project as detailed in the plans
and specifications. Please note that the City's standard poles and mast arms have been
previously ordered from JEM Engineering and will be supplied by the City. Anticipated
delivery is the week of July 8, 2002. Work shall consist of the installation of City supplied
poles and mast arms.
1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis
of the definition set out in the General Conditions of Agreement.
"- The calendar day count shall be suspended upon receipt by the Engineer of a written request
for final inspection. The calendar day count shall resume upon receipt by the Contractor of
_ a written list of items necessary to satisfactorily complete the project. This process shall
continue until such time as the project is accepted by the Engineer, and the Owner. The
calendar day count will not be suspended or otherwise affected by use of completed
portions or "substantial completion" of any of the project.
1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
4 -3 Specific Project Requirements
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
1.9 SURVEY AND FINISHED GRADES: General horizontal and vertical alignment is
not changing. The Contractor shall be responsible for layout and staking of all grades and
lines for construction to preserve existing horizontal and vertical alignment. The Contractor
shall preserve all stakes or markings until authorized by the Engineer to remove same. The
Contractor shall bear the cost of the re- establishing any control or construction stakes
destroyed by either him or a third party and shall assume the entire expense of rectifying
work improperly constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall be
considered as full compensation for these requirements.
1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-
- sections, and dimensions shown on the Drawings. Any deviation from the Drawings which
may be required by the exigencies of construction will be determined by the Engineer and
authorized by him in writing.
1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an
independent laboratory acceptable for testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests, or
reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and
where tests or inspections are to be made so that they may be present. One copy shall be
provided to the contractor of all reports and laboratory test results. Testing by the City does
not alleviate the contractors' responsibility for his own quality assurance /quality control
testing. Contractor shall replace any deficient construction items.
1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order
of the court, or other public authority, the Owner may at any time during suspension upon
seven days written notice to the Contractor, terminate the Contract. In such an event, the
Owner shall be liable only for payment for all work completed plus a reasonable cost for
any expenses resulting from the termination of the Contract, but such expenses shall not
exceed $5,000.
1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal
of trees on the property that obstruct the installation of the improvements as outlined in this
project. Penalty for destruction of a tree without permission shall be $500.00 each payable
to the Owner. If damage is continuous, tree guards shall be erected when so directed by the
Engineer at the Contractor's expense. Any issues regarding trees on this project shall be
done in conformance with the City's Tree Ordinance.
4 -4 Specific project Requirements
_ 1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent Superintendent capable of reading the plans and
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices in accordance with the TMUTCD and take all precautionary
— measures required by law to protect persons and property while said persons or property are
approaching, leaving or within the work site or any area adjacent to said work site. No
separate compensation will be paid to the Contractor for the installation or maintenance of
any warning devices, barricades, lights, signs or any other precautionary measures required
by law for the protection of persons or property.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of-
way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
required by law. The Contractor shall submit a traffic control plan to be reviewed by
the City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m.
or after 4:00 p.m. except as noted on the plan provided with these specifications. One
lane of traffic in each direction shall be provided at all times. The Contractor is responsible
for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and
lights, and other precautionary measures shall not cease until the project shall have been
accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable federal
and state law (by failing to furnish the necessary flagmen, warning devices, barricades,
lights, signs or other precautionary measures for the protection of persons or property), the
Engineer may order such additional precautionary measures as required by law to be taken
to protect persons and property, and to be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
hi addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found
4 -5 Specific Project Requirements
of such damage, the Engineer may order the damaged portion immediately removed and
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental and shall not be
separate pay item.
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
a. Prior to any excavation, the Contractor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
utilities and structures.
b. After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
—
C. Where the locations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items which may be
encountered during the work are not necessarily indicated. The Contractor shall
determine the exact locations of all items indicated, and the existence and locations
of all items not indicated.
d. The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below ground or
— above ground, and he shall settle in total cost of all damage suits which may arise as
a result of this operations.
— e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
— 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the contract.
1.19 CLEANUP:
During Constructi on . The contractor shall at all times keep the job site as free from all
_ material, debris and rubbish as is practicable and shall remove same from any portion of the
job site when it becomes objectionable or interferes with the progress of the project.
Final Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
4 -6 Specific Project Requirements
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new - appearing condition.
1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
_ documents for this project shall be understood as meaning an Owner's agent will observe
the construction on behalf of the Owner. The agent will observe and check the construction
in sufficient detail to satisfy himself that the work is proceeding in general accordance with
the contract documents, but he will not be a guarantor of the Contractor's performance.
1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All paving, subgrade, or
other debris removed from the site as a preliminary to the construction shall be removed
from the property at the sole expense of the Contractor. Any required burning and disposal
permits shall be the sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job
site and disposed of in a satisfactory manner.
1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction, including
water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The
Contractor shall provide water as required at his own expense.
1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date of
final completion and acceptance of the project.
4 -7 Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. 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:
A. 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.
B. 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. Manufacturers standard schematic drawing sand 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: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
B. Determine and verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
4 -8 Specific Project Requirements
4. Conformance with specifications.
— C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work which requires submittals until return of submittals with Engineer's
review.
E. Keep one (1) approved copy of shop drawings or product data at job site at all
times.
1.6 SUBMISSION REQUIREMENTS:
A. 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:
1. 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 a coordination of the information within the submittal with requirements
of the work and of Contract Documents.
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 register engineer on all structural submittals.
4 -9 Specific Project Requirements
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 connected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBNHSSION REQUIREMENTS:
A. 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.
4 -10 Specific Project Requirements
SECTION 5
GENERAL NOTES
AND SPECIFICATIONS
T H E • C I T Y • 0 F
GENERAL NOTES AND SPECIFICATION DATA
General
Texas State Law, Article 1436C, makes unlawful the operation of equipment or machines
within 10 feet of any overhead electrical line unless danger against contact with high
voltage overhead lines has been effectively guarded against pursuant to the provisions of the
article. When construction operations require working near an overhead electrical line, the
contractor shall contact the owner /operator of the overhead electrical line to make adequate
arrangements and to take necessary safety precautions to ensure that all laws, electrical line
owner /operator requirements, and standard industry safety practices are met.
The construction, operation and maintenance of this proposed project will be consistent
with the state implementation plan as prepared by the Texas Air Control Board.
The construction of this traffic signal and all appurtenances and devices shall conform to the
City of Coppell Construction Standards and TxDOT Dallas District 18 Standard Plans
relating to traffic control signal device installation and construction.
Conduit
_ The Contractor shall secure permission from the proper authority and the approval of the
engineer before cutting into or removing any walks or curbs, which might be required in
making the installation.
When conduit is laid in a trench, the minimum depth as measured to the top of the conduit
shall be 18 inches.
The location of conductor, conduit and ground boxes are diagrammatic only and may be
shifted by the Engineer to accommodate field conditions.
Where a trench is cut through the surfaced parking shoulder, median or driveways for laying
conduit, the base and surfacing shall be replaced with similar materials equal in appearance
and quality to the original construction. Replacing base and surface will not be paid for
directly, but will be considered subsidiary to the work being performed.
Conduit shall be placed under existing pavement by an approved jacking or boring method
unless otherwise directed by the Engineer. Pits for jacking or boring shall not be closer than
2 feet from the edge of the pavement unless otherwise directed by the Engineer. Water
jetting will not be permitted.
When boring is used for under pavement conduit installations, maximum allowable overcut
shall be 1" in diameter.
5-2 General Notes & Specifications
All proposed conduit shall be placed by the open trench method below the proposed
subgrade, unless otherwise indicated in the plans. If the contractor fails to place the conduit
as proposed, then he can choose other methods such as boring or open cutting new
pavement as approved by the Engineer, and at no additional cost to the City.
The Contractor shall install a non - metallic pull rope if conduit runs in excess of 50 feet.
When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 inches
as measured from the intended target point.
The saw cut trench detail shown in the plans for installation of conduit under existing
pavement shall only be used at locations where conduit cannot be jacked or bored. The use
of the saw cut trench shall only be made at locations approved by the Engineer.
The use of a pneumatically driven device for punching holes beneath pavement (commonly
known as a "missile ") will not be permitted on this project.
For conduit runs in excess of 250', the contractor may install ground boxes at his own
expense, at the direction of the engineer, for use in pulling cable.
When holes are required to be drilled through concrete structures at headwalls, etc., a coring
device shall be used. Masonry or concrete drills shall be prohibited.
A cleaner- primer shall be used on all PVC to PVC joints before application of PVC cement.
Structurally mounted junction boxes will be as detailed in the plans and approved by the
Engineer in the field. These boxes will not be paid for directly but will be considered
subsidiary to this item.
Conduit placed under railroad tracks shall maintain a minimum depth of 42" below the
bottom of the ties.
Conduit installed for future use shall have non - metallic pull ropes installed and shall be
capped using standard weather tight conduit caps, as approved by the Engineer. This work
shall not be paid for directly but shall be considered subsidiary to this item.
All underground conduit bends 45 degrees or more in PVC conduit systems, including
bends into ground boxes, shall be made with PVC coated rigid metal conduit. Where the
rigid metal conduit is exposed at any point and where rigid metal conduit extends into
ground boxes the metal conduit shall be bonded to the grounding conductor with grounding
_ type bushings or by other UL listed grounding connectors approved by the Engineer. Rigid
metal bends shall not be paid separately, but shall be incidental to the PVC conduit system.
5-3 General Notes & SpeciJlcations
Ground Box (Pull Box)
Ground box (pull box) dimensions shall be as detailed in the plans. Construction of the box
shall be polymer concrete reinforced by heavy -weave fiberglass. Polymer concrete shall
consist of an aggregate (sand and gravel) bound together with a monomer (resin) and then
polymerized (hardened).
All boxes shall be designed to meet the American Association of State Highway and
Transportation Officials (AASHTO) Standard Specification for H2O loading.
All covers shall be hot dipped galvanized and shall be marked with the words "Traffic
Signal". All covers shall have provisions for securely attaching to the box. Submittal
literature shall be provided prior to installation.
Installation of Traffic Signals
This project shall consist of furnishing (except poles and mast arms which will be supplied
_ by the City) and installing all materials and equipment necessary for the complete traffic
signal installation at the proposed location. These installations consist of the following
items:
1. Furnishing and placing all concrete and steel for controller and signal pole
foundations.
2. Furnishing and installing all steel signal pole assemblies (supplied by the City),
anchor bolts, and foundations.
3. Furnishing and installing all signal equipment including controller cabinet,
controller, signal heads, detector units, conductors, service pole, and miscellaneous
equipment.
4. Furnishing and installing all signal lamps in accordance with the latest ITE
standards. All lamps shall be LED.
5. Furnishing and installing all signs for mounting on signal poles and mast arms.
6. The Contractor shall locate all utilities, both underground and aboveground in the
project area prior to beginning work so that conflicts are avoided. Work near
electrical utilities that would impose a potentially hazardous electrical shock shall be
closely coordinated with the utility. The Contractor shall obtain copies of all
procedures from the utility regarding construction work in the area of the electric
utility lines and maintain contact with the electric utility during construction of this
5-4 Genera[ Notes & SpeclIcations
project. The Contractor will be responsible for verifying the location of any water
or sanitary sewer line in conflict with the project. The Contractor shall notify City
of Coppell Water Utilities to receive locations.
7. Submittal literature shall be provided for all traffic signal equipment prior to
installation.
8. The Contractor shall have a qualified technician on the project site to place the
traffic signals in operation.
9. During the thirty day test period, the Contractor shall utilize qualified personnel to
respond to all trouble calls and to repair any malfunctions to new control equipment.
A local telephone number (not subject to frequent changes) where trouble calls are
to be received on a 24 -hour basis shall be provided to the Engineer by the
Contractor. The Contractor's response to reported calls shall be within a reasonable
travel time from an area address, but not more than two (2) hours. Appropriate
repairs shall be made within 24 hours. The Contractor shall notify the Engineer of
each trouble call. The error log in the conflict monitor shall not be cleared during
the thirty day test period without the approval of the Engineer.
10. The Contractor shall place duct seal at the ends of all conduit on this project.
11. The existing stop signs, as shown on the plans, shall be removed and returned to the
City after the traffic signals are in operation.
12. The Contractor shall install the opticom equipment which is furnished by the
Contractor.
No extra compensation will be allowed for fulfilling the requirements stated above.
Detector Amplifier Cabinet
The detector termination panel installed in this cabinet shall meet the requirements of fully
— actuated solid state traffic signal controller specification.
Sign Removal
Remove sign mount and foundation completely without damage to the sign or pole. The
Contractor must notify the City for pick -up of the sign and/or pole.
5-5 General Notes & SpeclOcadions
Traffic Signal Cable
The Type C Cable for loop detector lead -in shall be No 12 AWG wire.
The conductors in the traffic signal cable shall be stranded for this project. Individual
conductors shall be No. 12 AWG.
A separate multi- conductor cable (14 AWG) shall be used inside the signal pole from the
terminal strip to each signal head as follows.:
HEAD TYPE CONDUCTOR SIZE
H3 5 CNDR
H5 LT 7 CNDR
143 C 5 CNDR (2 ea)
152 A 5 CNDR
Each cable shall be identified as shown in the plans (Cable 1, etc.) with permanent marking
labels (Panduit Type PLM standard single marker tie, or Thomas & Betts Type 548M or
equivalent) at each ground box, pole base and controller.
Steel Mast Arm and Steel Strain Pole Assemblies
The multi- conductor signal cable shown in the plans shall be terminated on the terminal
strip in the hand hole. Conductors to the signal heads from the pole base shall be
multi- conductor signal cable. Splices in the conductors from the terminal strip at the hand
hole to the signal heads will not be permitted in the pole shaft or in the mast arm.
All pole shafts and mast arms for this project shall be marked with the identification
numbers from the layout sheets in the plans to facilitate assembly of these items in the field.
The identification numbers shall be marked on the pole shafts and mast arms prior to
shipment from the fabricator. For projects with multiple intersections, the pole shafts and
— mast arms shall be identified by intersection. (Poles and mast arms to be supplied by the
City.)
Foundations for signal poles shall be located as shown on plans.
_ Terminal strips in the signal pole access compartment shall be 12 circuit Buchanan Type
112SN, Kulka Type 985 -GP -12 or equivalent. When more than 12 circuits are required,
additional terminal strips of 8 circuits each shall be added.
The contractor shall probe before drilling foundations to determine the location of utilities
and structures. Foundations shall be paid for once regardless of extra work caused by
obstructions.
5-6 General Notes & Specifications
Anchor bolts for mast arm signal poles shall be set so that two are in tension and two are in
compression.
Poles shall be set a minimum of 5 feet from any overhead power line. The poles will
require nuts on top and bottom (doublenuts) of the base plate.
The traffic signal pole heights and mast arm lengths shown in the plans and in the material
summary are to be used for bidding purposes only. Prior to fabrication, the contractor in
cooperation with the engineer, shall make field measurements to determine the actual pole
height necessary to insure a vertical clearance of 17 feet minimum, 19 feet maximum from
the roadway surface to the bottom of the lowest point on the signal head assembly or mast
arm and to determine the mast arm lengths required to mount the traffic signal heads over
the center line of the traffic lanes. The mast arm shall be straight and level in the span area
where the signal heads are attached. These field measurements and elevations shall be
determined from the actual field location of the pole foundations, considering all
aboveground and underground utilities and the existing roadway elevations and lane widths.
(Poles and mast arms to be supplied by the City.)
_ All signal head attachments shall be designed such that the wiring to each signal head shall
pass from the mast arm through the signal head bracing or attachment hardware to the
signal head. No exposed cable or wiring will be permitted.
The signal head to mast arm connection must allow for adjustment about the horizontal
axis.
A seven day curing period shall be required on concrete for traffic signal pole foundations
before poles are placed. Also, a 3/4 inch chamfer shall be formed on the top edge of each
— foundation.
All steel mast arms ranging from 28 feet to 48 feet in length shall be provided with
— vibration dampers. Dampers shall be installed using astro -sign brac or signfix aluminum
channel or equal, a maximum of 3 feet from the end of the mast arm. Dampers shall be
subsidiary to the project.
All steel strain poles shall be provided with 3 pipe plugs for wiring access.
Upload/Download Device
_ In an attempt to standardize the laptops purchased by the City of Coppell, the City is
requiring the low bidder to provide a Dell Latitude C610 with the features listed below. Any
deviation from this requirement by either a different manufacturer or different features will
require prior approval by the City of Coppell. In addition to the features listed below, the
5-7 General Notes & Specy1callons
laptop shall have minimum memory capacity in excess of being able to store up to 32
complete traffic signal programs.
The New Dell Latitude C610 features:
Mobile Pentium III Processor, 1.0 GHzM
14.1 " XGA Display
256 MB SDRAM, 2 DIMMS memory
-- 20 GB Hard Drive, 9.5 MM
24X Max/IOX Min CD -ROM
Internal 56K Modem
4 -Cell Lithium -Ion Battery
CIDock2 V3 Expansion Station
MS windows 2000, Service Pack 2
3Yrs Parts + Onsite Labor + Complete Care
Full- actuated, Solid State Traffic Signal Controller
The City of Coppell is currently replacing controllers citywide to a standard to interface
with our software and to coordinate traffic flow. Therefore, it is critical that new control
equipment be compatible with the proposed system, Naztec TS2, Type 2 Controller, Model
#980. The local controllers for this capable of interfacing with the Naztec Master
Controller and the latest version of the Naztec software package.
Submittal literature shall be provided prior to installation on all traffic control equipment.
Controller Timers
The controller timers for this project shall be keyboard entry timers meeting the following
criteria:
— a. The display and timing parameters shall be arranged in logical menu groups that are
accessible with discrete, single -key entries by the user.
b. The controller timer shall utilize a non - volatile EEPROM for data retention that
requires no battery backup.
C. All display shall be graphically or alphanumeric.
_ d. The controller timer shall be capable of providing railroad preemption and 4
channels of emergency vehicle preemption.
e. The minimum number of characters for the display shall be 7 per ring for a total of
14 for an 8 phase controller.
5-8 General Notes & Spec fcadons
The controller shall have an internal time base coordinator having the following operational
modes:
a. Time base coordination at the local intersection level.
b. Master controller in a hardwire system.
C. Secondary controller in a hardwire system.
d. Secondary controller in an on -street master (closed loop) system.
These modes shall be operator selectable through the keyboard. The mode selection scheme
should be designed such that in addition to the aforementioned features, a controller
operating in the secondary mode in a hardwire system shall automatically revert to internal
time base mode should a failure occur in the interconnect line through which the secondary
controller receives its dial commands.
The following features shall be individually selectable for a minimum of 16 coordination
and 4 free mode operation plans:
a. Last car passage, which shall be selectable on a per phase 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 simultaneous
gap is also active and the other ring has not yet reached last car passage.
b. 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.
C. "Soft Recall" selectable for each phase, or preferably, the equivalent ability to
designate each phase as a "no rest" phase.
d. 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.
e. Two sequences for fire or railroad preempt operation.
f. Suitable means shall be provided so that all phase timing and operational parameters
may be bulk initialized to appropriate values as a convenience for bench test and
new signal turn -on work.
g. Max 11 for each phase, with both a separate external select input for each ring, and
the ability to individually select Max 11 for each phase from within the internal time
base coordination clock.
5-9 General Notes & SpeciJlcatlons
All controller units shall be provided complete with the ability to drive
protective /permissive left turn overlap signal displays for use in applications where overlap
outputs control the circular red, amber, and green displays of five - section permissive left
turn signal heads. The ability to select such overlaps to operate as continuously red except
during the green and amber arrow intervals of their corresponding left turn phase (during
which intervals all overlap indications shall be dark) shall also be provided. These overlap
displays shall be keyboard programmable on a per sequence plan basis.
The controller shall have the ability to insert any additional barrier partition by keyboard entry
on a per plan basis in order to achieve desired time of day phase sequence modifications. An
example application appears below:
OFF PEAK SEQUENCE (50)
1 2 4
5 6 8
Both side street through movements time concurrently -- phases 3 & 7 are omitted and their
left turn detector inputs are reassigned to phases 8 & 4, respectively.
CORRESPONDING PEAK HOUR SEQUENCE
(SPLIT WITH ONE SIDE REPEATED)
1 2 4 3 4
5 6 7 8 7
Additional barriers inserted by keyboard entry for this plan.
_ For each operational plan, whether free or coordinated, it shall be possible, by keyboard entry,
to associate each of the required 16 vehicle detector call inputs as modified by their required
internal delay and stretch (extension) timers to be associated with any one or more of the
vehicle phases. The required internal detector call delay timer for each of the 16 detector
inputs shall be internally inhibited or bypassed by the "on" condition of one or more phases as
selected from the keyboard on a per plan basis.
A total of eight (8) overlaps shall be provided and assigned as follows:
S-10 General Notes & Speci,Jlcations
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 hamess(es) 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 General Notes & SpeciJkations
coordinator program shall allow the side street phases to be re- serviced more
than once in a given coordination cycle.
d. The coordinator program shall internally provide all appropriate provisions for
operation of the call to non - actuated, maximum inhibit, 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. This design shall
— include activation of the pedestrian recycle function at appropriate points in
the background cycle.
e. The internal time base coordination event clock shall be capable of calling up
free, Max 2 and MUTCD flash as keyboard programmed.
f. The scheduled night flash shall be generated either internal or external to the
timer, and blink the load switch driver inputs independently of the cabinet
(conflict monitor) flash circuitry. It shall be possible to front -panel or switch
program any nonconflicting arrangement of amber or red flashing movements
and to program exclusive left turn and pedestrian indications to be dark during
scheduled flash operation.
All coordination inputs and outputs shall be provided through the MSD
connector. The following functions shall be provided:
Cycle 2 input & output
— Cycle 3 input & output
Offset 1 input & output
Offset 2 input & output
Offset 3 input & output
Split 2 input & output
Split 3 input & output
— System input & output
Flash input & output
Free input (to select internal communications)
Master /secondary input
For secondary controllers, each input shall be used to receive system information. Each input
— shall come into the cabinet as a 1 20VAC true input. It shall then be fused at 1 AMP and
connected to a 1 20VAC isolation relay. The coil of each relay shall be electrically
_ suppressed. The output of the relay shall be a logic ground signal that connects to the MSD
connector.
For master controllers, each output shall be used to transmit system information. Each output
from the MSD connector shall be connected to the coil of a 24VDC relay. The coil of each
relay shall be electrically suppressed. The output of the relay shall be a 1 20VAC true signal.
5-12 General Notes & Speeffleations
Each relay output shall be individually fused at 3 AMPS and be loaded to NXl 1 5 with 1.5
— OF 250V capacitors.
Opticom System Requirements
Each controller /cabinet assembly shall be equipped with the necessary 3M Opticom System
components to allow emergency vehicle detection on each approach. Opticom system
components shall include all mounting brackets, cabinet wiring, card racks, Model 262
Discriminator Modules, preempt modules, and all other materials and labor needed to provide
a fully operational Opticom system. Payment for the Opticom system will be considered
— subsidiary to the controller installation. Payment for the Opticom cable (3 Conductor #18
AWG) and Model 205 Optical Detectors will be as specified in the bid item list.
Conflict Monitor
The conflict monitor for this project shall provide separate indicators for red, yellow, green,
and pedestrian walk for each channel. It shall be a programmable LED type safety monitor
test documentation will be required.
S-13 General Notes & Specifications
Documentation
The contractor shall provide a cabinet wiring diagram for each cabinet installation, specific to
the intersection to which it applies. The diagram shall include signal head and detector
numbers and other appropriate specifics concerning the intersection. Cable identification
numbers shall be included in the diagram. All field wiring and service entrance connections
shall be shown and identified. Every harness wire termination in the cabinet shall be
documented on the diagram(s). It shall be the contractor's responsibility to provide updated
diagrams and drawings, if any wiring changes are made or discrepancies discovered. Prior to
final acceptance of a traffic signal installation, the contractor shall provide an up -to -date
reproducible tracing of appropriate drawings and cabinet wiring diagrams as required by the
engineer.
5-14 General Notes & SpecUlcadons
SECTION 6
_ TECHNICAL SPECIFICATIONS
AND DESCRIPTION OF PAYITEMS
T H E • C 1 T Y • 0 R
TS2 -TYPE 2 CABINET SPECIFICATIONS
1.0 TS 2 CABINET ASSEMBLY
1.1 This specification describes the minimum acceptable requirements for a TS 2 cabinet
assembly to house a NEMA TS 2 Type 2 solid state full- actuated controller unit. The
assembly shall include the cabinet, flasher, card rack(s), an MMU, an external power
supply, and six flash transfer relays. For cabinet assemblies of configuration 4 (16
position), the assembly shall include 16 load switches and for cabinet assemblies of
configuration 3 (12 position), the assembly shall include 12 load switches.
1.2 Cabinet Design Requirements
1.2.1 The cabinet shall be constructed using unpainted sheet aluminum with a minimum
thickness of 3.2 mm. No wood, wood fiber products, or other flammable material shall
be used in the cabinet. All welds shall be neat and of uniform consistency.
1.2.2 The size of the cabinet shall be a size 6 base mount as defined by TS 2 Clause 7.3 of the
NEMA Standard Publication TS 2 - 1992, as specified by the plans. The load bay shall
be configuration 4 (16 position), as specified by the plans.
Cabinet
Size of Cabinet
Backpanel Config
Size of Load Bay
Options
Option 1
Pole Mount TS 2
Configuration 3
12 position load bay
Size 5
Option 2
Base Mount TS 2
Configuration 3
12 position load bay
Size 5
Option 3
Base Mount TS 2
Configuration 3
12 position load bay
Size 6
Option 4
Base Mount TS 2
Configuration 4
16 position load bay
Size 6
1.2.3 Two aluminum- lifting eyes or ears shall be attached to the cabinet with a single carriage
bolt or dual carriage bolts each to permit lifting the cabinet with a sling. The corners of
each eye or ear shall be rounded and in the down position when shipped.
1.2.4 Vertical shelf support channels shall be provided to permit adjustment of shelf location
in the field. The channels shall have a single continuous slot to allow shelves to be
placed at any height within the cabinet. Channels with fixed notches or holes are not
acceptable.
6-2 Technical Specifications do
Description of Pay Items
1.2.5 Each cabinet shall be equipped with an extra set of unistrut channels or a keyhole panel
on either side of the front section of the cabinet to permit the purchaser to mount
additional equipment as necessary.
1.2.6 Shelves shall be at least 330 mm deep and be located in the cabinet to provide a 12.5
mm clearance between the back of the shelf and the back of the cabinet. A 38 -mm
drawer shall be provided in the cabinet, mounted directly beneath the controller support
shelf. The drawer shall have a hinged top cover and shall be capable of storing
documents and miscellaneous equipment. This drawer shall support to 22.5 kg in weight
when fully extended. The drawer shall open and close smoothly. Drawer dimensions
shall make maximum use of available depth offered by the controller shelf and be a
minimum of 600 mm.
-' 1.2.7 Two shelves shall be provided in the cabinet and shall be at minimum 305 mm apart in
height. There shall be sufficient shelf space to accommodate a controller unit 330 -mm
high, an MW, one 8 position card rack and external power supply. An additional space
"- at least 305 -mm high, 325 mm wide, and 305 mm deep shall be provided. The
controller unit, MMU, card racks, and power supply shall be placed on the shelves in
such a manner that sufficient ventilation is provided to all components. Labels showing
the proper placement of each component shall be provided along the shelves to ensure
proper placement.
1.2.8 The cabinet shall be vented and cooled by 2 thermostatically controlled fans. The fans
shall be a commercially available model with a capacity of at least 2.7 m /min. The
thermostats shall be adjustable range of 20 °C to 43 °C. A press -to -test switch shall be
provided to test the operation of the fans.
— 1.2.9 The cabinet shall be provided with a unique five digit serial number which shall be
stamped directly on the cabinet or engraved on a metal or metalized mylar plate, epoxied
or riveted with aluminum rivets to the cabinet. The digits shall be at least 5 mm in
height and located on the upper right sidewall of the cabinet near the front.
1.3 Cabinet Door
1.3.1 The cabinet shall be provided with one door in front that will provide access to the
cabinet. The door shall be provided with three hinges with non - removable stainless steel
pins, or a full - length piano hinge with stainless steel pins spot welded at the top of the
hinge. The hinges shall be mounted so that it is not possible to remove them from the
door or cabinet without first opening the door. The bottom of the door opening shall
extend at least to the bottom level of the back panel. The door and hinges shall be braced
to withstand a 74 -kg per vertical meter of door height load applied to the outer edge of
the door standing open. There shall be no permanent deformation or impairment of any
of the door or the cabinet body when the load is removed.
1.3.2 The cabinet door shall be fitted with a Number 2 Corbin lock and a stainless steel handle
with a 16 mm (minimum) diameter shaft (or equivalent cross - sectional area for a square
6-3 Technical Specy7callons do
Description of Pay flew
shaft) and a three point latch. The lock and latch design shall be such that the handle
cannot be released until the lock is released. One key shall be provided for each cabinet.
A gasket shall be provided to act as a permanent dust and weather resistant seal at the
controller cabinet door facing. The gasket material shall be of a nonabsorbent material
and shall maintain its resiliency after long term exposure to the outdoor environment.
The gasket shall have a minimum thickness of 6.25 mm. The gasket shall be located in a
channel provided on the cabinet or on the door(s). An "L" bracket is acceptable in lieu of
this channel if the gasket is fitted snugly against the bracket to insure a uniform dust and
weather resistant seal around the entire door facing. Any other method is subject to
purchaser approval during inspection of an order.
1.3.3 A locking auxiliary police door shall be provided in the door of the cabinet to provide
access to a panel that shall contain a signal shutdown switch, a signal flash switch, a
manual- automatic switch, and a manual advance push -button switch on a six foot
retractable cord. Manual control of the controller unit from the police door shall
override any external control (external logic, etc.) in effect when the Manual- Automatic
switch is in the manual position. Each actuation of the manual advance push -button
switch shall advance the controller to the next interval. Manual control shall not
override any calls for preemption. The police door shall be gasketed to prevent entry of
moisture or dust and the lock shall be provided with one brass key.
1.3.4 The intake for the vent system shall be filtered with a permanent air filter. The minimum
filter dimensions shall be 406.4 mm wide by 304.8 mm high by 25 mm thick. The filter
shall be securely mounted so that any air entering the cabinet must pass through the
filter. The cabinet opening for intake of air shall be large enough to use the entire filter.
The air intake and exhaust vent shall be screened to prevent entry of insects. The screen
shall have opening no larger than 8.1 mm The total free air opening of the exhaust vent
shall be large enough to prevent excessive back - pressure on the fan.
1.4 Wiring
1.4.1 All wiring within the cabinet shall be neat and routed such that opening and closing the
door or raising or lowering the back panel will not twist or crimp the wiring. All wiring
harnesses shall be either braided, sheathed in nylon mesh sleeving, or made of PVC or
polyethylene insulated jacketed cable. Wiring leading to the cabinet door shall be
sheathed in nylon mesh sleeving or be PVC jacketed cable only.
1.4.2 Size
A. All conductors between the main power circuit breakers and the signal power bus
shall be a minimum size 10 AWG stranded copper. All conductors carrying
individual signal lamp current shall be a minimum size 14 AWG stranded copper.
All AC service lines shall be of sufficient size to carry the maximum current of
the circuit or circuits they are provided for. Minimum cabinet conductor wire size
shall be 22 AWG stranded copper. All wiring and insulation shall be rated for
600 V or greater.
6-* Technical Specy7catlons &
Description of Pay Items
— B. Conductors for AC common shall be white. Conductors for equipment grounding
shall be green. All other conductors shall be a color different than the foregoing.
C. No P.C. boards will be allowed on the back panel of the cabinet. All wiring must
be done from the ABC Harnesses to the Back Panel using standard 19 -gauge
wiring.
— 1.4.3 A barrier terminal block with a minimum of three compression fitting terminals designed
to accept up to a #4 AWG stranded wire shall be provided for connection of the AC
power lines. The block shall be rated at 50 Amperes.
1.4.4 All terminals shall be permanently identified in accordance with the cabinet wiring
diagram using an anodized silk screening process on the aluminum panel. Where
— through -panel solder lugs or other suitable connectors are used, both sides of the panel
shall have the terminals properly identified. Identification shall be placed as close to the
terminal strip as possible.
A. Each controller input and output function shall be distinctly identified with no
obstructions, at each terminal point in the cabinet, with both a number and the
function designation. The same identification must be used consistently on the
cabinet wiring diagrams. The back panel shall be wired and labeled according to
— the TS2 -1992 specification MODE 6 — User defined 1/0 which converts existing
unused TS 1 inputs to extra vehicle detectors and preempts.
B. Each load switch socket shall be identified by phase number, overlap number, and
— pedestrian phase number as applicable. No cabinet equipment, including the load
switches themselves, may obstruct these identifications.
C. Each flash transfer base and power relay base shall be properly identified with no
possible obstructions.
D. Each harness within the cabinet shall be distinctly identified by function on the
connector end.
E. The flasher socket shall be distinctly identified with no possible obstruction.
F. All other sockets needed within the cabinet to fulfill the minimum requirements of
the Invitation to Bid, or attachments thereof, shall be distinctly identified.
1.4.5 The controller unit harnesses (ABC plugs) shall be long enough to reach any point 400
mm above the timer shelf. The conflict monitor harness and any required auxiliary
harness shall reach 600 mm from the conflict monitor shelf.
— 1.4.6 An unused, spare terminal block providing ten terminals shall be provided. This block
shall be double 8 -32 X 5/16" binder head screw design with shorting bars. These
terminal strips shall be located on the lower third of either side of the cabinet.
— 1.4.7 Copper ground buses shall be provided for both the power supply neutral (common) and
chassis ground. Each bus bar must provide a minimum of ten unused terminals with 8 -32
X 5116" or larger screws. The AC neutral and chassis ground buses shall be jumpered
together with a minimum #10 AWG wire.
6-5 Technical Specifications do
Description of Pay Items
1.4.8 A 20 Ampere and a 50 Ampere thermal type circuit breaker shall be mounted and wired
in the cabinet. The 20 ampere breaker shall protect the base light, trouble light, GFCI
receptacle, modem duplex receptacle, and fans. The 50 ampere breaker shall protect the
signal load circuits, controller circuits, conflict monitor, flasher, and card rack detector
power supply. The breakers shall be Square 'D" QUO 150 Series, no other brand will be
allowed.
1.4.9 The circuit breakers shall be equipped with solderless connectors and installed on the
right side wall (facing the cabinet) or lower right hand side of the back panel inside the
-- cabinet. The breakers shall be easily accessible. The breakers shall be positioned so that
the rating markings are visible.
1.4.10 A Ground Fault Circuit Interruption (GFCI) type duplex receptacle shall be mounted and
wired in the lower right side wall of the cabinet. An additional duplex receptacle (for
use with communications modems) shall be mounted and wired in the upper left side of
the cabinet behind the preempt/interconnect panel. These receptacles shall be wired on
the load side of the 20 Amp circuit breaker.
1.4.11 The above breakers are in addition to any auxiliary fuses which may be furnished with
the controller to protect component parts, such as transformers, etc.
1.4.12 The load side of the main circuit breaker shall be protected by a two stage lightning
surge suppresser, equivalent to the EDCO ACP340 (with LED indication along with a
_ set dry contacts for alarm capabilities to indicate proper operation).
1.4.13 The suppresser ground connection shall be connected to the cabinet by means of a short,
heavy copper ground strap. The strap shall be bonded to the cabinet.
1.4.14 The suppresser shall be connected to the line filter as recommended by the manufacturer.
— Number 10 AWG or larger wire shall be used for connections to the suppresser, line
filter and load switch bus.
1.4.15 A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet.
This light shall be turned on when the cabinet door is opened, and turn off when the
cabinet door is closed. An MOV or other such transient suppression device shall be
placed across the AC power input to the light.
1.4.16 A radio frequency interference (RFI) suppresser shall be provided and installed on the
load side of the signal circuit breaker and shall be protected by the surge protector. This
filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50
decibels over the frequency range of 200 Kilohertz to 75 Megahertz.
1.4.17 Transient suppression devices shall be placed on the coil side of all relays in the cabinet.
DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC
6-6 Technical Specylcadons do
Descripdon ofPay !tens
relays shall have MOV's or equivalent suppression across their coils. RC networks are
acceptable. One suppression device shall be supplied for each relay.
1.4.18 Except where soldered, all wires shall be provided with lugs or other approved terminal
fittings for attachment to binding posts. Insulation parts and wire insulation shall be
insulated for a minimum of 600 volts.
-' 1.4.19 The outgoing traffic control signal circuits shall be of the same polarity as the line side
of the power source.
-- 1.4.20 A switch shall be provided on the inside face of the cabinet door that shall be labeled
Test - Normal. When the switch is in the Normal position, call for flashing operation shall
_ remove the power from the controller unit. When the switch is in the Test position, the
call for flashing operation shall permit the controller unit to continue to run so that its
operation can be observed.
1.4.21 A switch shall be provided near the Test -Normal switch to cause the controller unit, and
any auxiliary equipment, to stop timing. It shall be labeled "STOP TIMING ".
1.4.22 The cabinet shall be wired so that activation of the MMU will cause the controller unit,
and any auxiliary equipment, to stop timing.
1.4.23 Conflict and manual flash shall be wired for all red.
1.4.24 The cabinet shall be designed and equipped with enough transfer relays for the purchaser
to change any main street indications (movements 2, 6, and/or 1, 5) to amber for the
conflict and/or manual flash operation on the face of the back panel or a side panel,
using only simple tools.
1.4.25 Transfer relays shall be the plug -in type manufactured by Magnecraft or equivalent. The
relays shall have contacts a minimum of 3/8" diameter in size and shall be rated at a
minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC.
1.4.26 The red enable and remote reset from the conflict monitor shall be terminated on the face
of the back panel.
1.4.27 A 75 Amp, solid state relay shall be wired between the RFI filter output and the load
switch power bus. The relay shall be controlled by the signal shutdown switch and the
flash switch. The relay shall be mounted to a heat sink designed to allow maximum
current flow at 74 C without damaging the relay.
1.4.28 All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state
relay shall be covered with a clear non - conductive plastic cover to prevent accidental
contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt
from this requirement.
6-7 Technical SpeclOcadons do
Description of Pay Runs
1.4.29 An input point shall be provided on the back panel to allow external reset of the
Malfunction Monitoring Unit.
1.4.30 The load switch outputs shall be brought out through posted 10 -32 X 5/16" binder head
screw terminals. Field wiring for the signal heads shall be connected at this terminal
strip.
1.4.31 The cabinet shall be equipped with an auxiliary power connector to plug in a generator
for electrical service. The circuit shall be activated by the presence of 120 VAC
_ generator line voltage that will supply a relay to transfer the supply source to generator
power. The connector shall be located inside an accessible panel on the rear of the
cabinet and shall allow a plug to be present with the access door closed and locked.
2.0 DETECTOR PANEL AND CARD RACK
2.1 The cabinet shall have a 20 loop detector panel mounted on the left side of the cabinet.
This panel shall provide for all connections between loops at the street and the detector
amplifiers as described in the following sections.
2.2 Detector Card Rack
2.2.1 The card rack shall have 12 positions (10 slots for vehicle, 2 slots for Opticom
preemption). The detector card rack shall have a rigid frame and shall be fabricated
from aluminum and shall have slots set in a modular fashion such that the PCB edge
connectors shall plug into the rear while sliding between top and bottom card guides for
each module. Mounting flanges shall be provided and be turned outward for ease of
access. The detector card rack shall be bolted to a cabinet shelf. It shall be possible to
unbolt the rack using simple tools.
2.2.3 All wiring to the rack shall be labeled and neatly run to other parts of the cabinet and
detector termination panel.
_ 2.2.4 The slots shall be numbered 1 to 10 for loop amplifiers and 1 to 2 for preemption left to
right when viewed from the front of the rack. A flange shall be provided on the top and
the bottom of the rack to label each individual channel.
2.2.5 The Detector DC Supply shall be bussed to a common point and wired to the
Intersection Detector Panel.
2.2.6 The Chassis Ground shall be bussed to a common point and wired to the Detector Panel.
2.2.7 The Logic Ground shall be bussed to a common point and wired to the Detector Panel.
2.3 Detector Panel
6-8 Technical Specylcadons do
Daaipdon of Pay /tans
2.3.1 The Detector Panel shall provide all connections between the detector loops and the
detector amplifiers as well as all necessary preemption inputs and hardwire
communications terminals.
2.3.2 The panel shall be constructed of 3.2 mm aluminum.
2.3.3 The panel shall contain a 76 mm horizontal slot in each comer to accommodate 6.3 mm
mounting bolts.
2.3.4 All inputs from the loops shall be brought through posted 10 -32 X 5/16 inch binder
screw terminals or 8 -32 X 5/16 inch binder screw terminals.
2.3.5 Each loop pair shall be protected by lightning surge suppresser. The suppressers must be
mounted behind the panel using feed through screw terminals to attach the suppressers.
2.3.6 Each detector will have a test switch such that when the switch is closed, a call is placed
upon that detector input. The test switch will have three positions; no effect, permanently
on, and momentarily on.
2.3.8 A chassis ground bus bar shall be provided on the panel and connected to the cabinet by
an insulated braided copper ground strap. The strap shall be bonded to the cabinet.
3.0 PREEMPT / COMMUNICATION PANEL
3.1 A preempt / communication panel shall be part of the detector panel and provide all
interface circuits and wiring for preemption and communication functions. The panel
shall be located on the left side of the cabinet interior.
3.2 Three input relay circuits, with 120 VAC coil and contacts rated for the application, shall
be provided on the preempt panel. These circuits shall be used to isolate the incoming
preempt commands from the controller unit logic circuitry. The circuits shall be
programmable to operate with either a normally open or normally closed relay contact by
jumpers on a terminal strip. A barrier strip protected from accidental contact by service
personnel shall be supplied to connect the external input. It shall be possible to use
either a neutral or hot 120 VAC input. Relays used shall be plug -in Potter Brumfield
K10P series/Magnecraft W -78 series or interchangeable equivalent. The relays shall be
mounted in relay sockets.
3.3 Adequate protection of the input relay circuits as well as the preemptor circuitry shall be
provided to eliminate damage or false preemption commands caused by line transients or
lightning surges. The devices shall have a minimum rating of 20 Joules.
3.4 Three momentary test switches, one for each preempt circuit, shall be provided on the
preempt panel. The operator shall not be exposed to hazardous voltages during
operation of the test switches.
6-9 Technical Sped lcadons A
Descrlption of Pay Items
3.5 All necessary interconnection cables and mounting hardware shall be provided.
3.6 There shall be a switch on the preempt/communication panel, which shall release the
local controller to operate in an isolated, full- actuated manner, when necessary for
maintenance purposes. The switch positions shall be labeled "SYSTEM" and "FREE ".
3.7 Terminal connections for 3 twisted pair communication lines and one telephone line
shall also be provided. The protection will consist of series 25 ohm resistors, 15 volt
transorbs, and other devices, which allow protection including primary overvoltage
protection, resettable overcurrent protection, secondary clamping voltage protection, and
fast transient filtering. The secondary overvoltage stage shall allow peak voltages of no
more than 250 volts. The fast transient filtering stage shall provide no less than 40
dB /decade of attenuation to transients above the required pass band. The protection
shall be provided in an integrated closure with eight (8) input/output terminations and
ground connection.
4.0 POWER SUPPLY
4.1 The power supply shall be a shelf mounted, enclosed, 24 VDC power supply in
accordance to Clause 5.3.5 of the NEMA Standards Publication TS 2 -1992.
— 4.2 One power supply cable per power supply shall be furnished and installed in each
cabinet. The wires shall be terminated to bus bars, terminals on the front of the back
panel, detector panels, or connector as appropriate. The connections shall be with forked
— spade lugs or otherwise as needed. Each individual wire shall be cut to the length
required to reach the point at which it is to be connected.
5.0 TWO CIRCUIT SOLID STATE FLASHER
5.1 The solid state, two circuit flasher shall meet the electrical and physical characteristics
— described in Clause 6.3 of the NEMA Standards Publication TS 2 -1992. The flasher
shall be Type III (dual circuit rated at 15 Amps per circuit) unit and so constructed that
each component may be readily replaced if needed.
5.2 The two circuit flasher shall be of solid state design and contain no electro- mechanical
devices.
6.0 LOAD SWITCH
6.1 The solid state load switches shall meet the requirements set forth in Clause 6.2 of the
NEMA Standards Publication TS 2 -1992, and shall be "Triple - Signal Load Switch" type.
6.2 An indicator light for each circuit shall be provided in each load switch. The indicator
light shall be on when a "Low Voltage Active" input to the load switch is present.
6-10 Technical specifications &
Description of Pay Items
7.0 CABINET CONFIGURATIONS
7.1 A cabinet that is ordered "WITH NO COMPONENTS" will be equipped with the cabinet
assembly only. This will include all panels as specified, completely wired and ready to
accept all necessary plug in components. This cabinet will not include controller, conflict
monitor, detector cards, power supply, load switches, flasher, or flash transfer relays.
7.2 A cabinet that is ordered "COMPLETE" will be equipped with the cabinet assembly and
all necessary plug in components including TS2 Type 2 Controller, with a full rack of
components.
6-11 Techalcal Sped lcadens A
Description of Pay Items
SPECIFICATIONS
-- FOR FULLY- ACTUATED SOLID STATE CONTROLLER UNIT (TS -2)
WITH
TIME BASED COORDINATION, PREEMPTION, AND CLOSED LOOP OPERATION
1 1.0 SCOPE
1.1 This specification sets forth the minimum requirements for a shelf - mounted (16)
sixteen -phase full- actuated solid state controller unit with internal Time -Based
Coordination (TBC), railroad/fire (emergency vehicle) preemption and closed loop
secondary operation.
2.0 CONTROLLER UNIT
2.1 The controller shall be a Naztec TS -2, Type 2 controller or equal. The controller shall
be capable of operating within a closed loop system that is controlled by Naztec
Streetwise ATMS software.
2.2 The controller unit shall meet both the requirements of NEMA Standards Publications
TS -2 -1992 (TS 2), TS 3.4 -1996 (TS -3.4), and TS 3.5 -1996 (TS -3.5). TS -3.4 and TS -3.5
are also referred to as the National Transportation Communications for ITS protocol
(NTCIP). In the event of conflict, difference, or discrepancy, these requirements shall
govern. These specifications are applicable to either a TS 2 Type 1 interface or TS 2
Type 2 interface, as defined in the bid documents.
2.3 Each controller unit shall bear the manufacturer's name or logo, model number, date of
manufacture and unique serial number permanently and neatly displayed on the front of
the controller.
2.4 Hardware Design Requirements - NEMA Controller
2.4.1 The controller unit shall be completely solid state and digitally timed. All user
programmable functions may be entered via front panel keyboard entry, or remotely by
use of interface software. Use of DIP or "pencil switches" within the controller is
unacceptable. All timing shall be referenced to the 60 Hz power line operating
frequency defined in TS -2 §2.1.3.
2.4.2 The overall physical dimensions of the controller unit shall not exceed 305 mm H, 440
mm W, 305 mm D.
6-12 Technical Specifications do
Description of Pay 1(ma
2.4.3 Both TS 2 Type 1 and TS 2 Type 2 controllers shall be supplied with Port 1 SDLC and
Port 2 RS -232 connections, as defined by TS 2 §3.3.1.1 and §3.3.2. Port 3 shall be
capable of FSK modem communications with a DB9, 9 -pin FSK connector, unless
radio modem or fiber optic modem communications are specified in the plans. In that
event, a DB9, 9 pin RS -232 or DB25, 25 pin RS 232, ST fiber, or RJ -11 standard data
connectors shall be provided, as appropriate.
2.4.4 The controller unit design shall utilize one or more printed circuit boards (PCB's). All
PCB's shall be silk - screened with component locations, the manufacturers name or
logo, board part number, and revision level. All PCB's shall be designed to plug into or
out of a motherboard or harness within the unit. The power supply, transformers,
capacitors, and heat dissipating components are excepted from this requirement. The
power supply shall be a linear style design.
2.4.5 The design shall allow for removal or replacement of PCB's without unplugging or
removing other circuit boards.
2.4.6 The unit shall be designed so that one side of each PCB can be completely accessible
for troubleshooting and testing the unit while it is still operating. This may be
accomplished by aid of extender boards or cables. This requirement applies to only one
circuit board at a time.
2.4.7 No more than two PCB's shall be attached to each other to constitute a circuit sub-
assembly. Attaching hardware shall utilize captive nuts or a similar method to secure
the boards together. The controller assembly shall be designed so that it can be tested
and operated with the PCB's separated.
2.4.8 No circuit cuts shall be allowed on PCB's in any of the equipment supplied. Any wire
jumpers included on circuit boards shall be placed in plated feed through holes that are
specifically designed to contain them. Jumpers that are tack soldered to circuit traces,
or are added to correct board layout errors, are unacceptable.
2.4.9 All IC's with 14 or more pins shall be mounted in machine tooled sockets. All sockets
shall have two- piece, machined contacts and closed end construction to eliminate solder
wicking. The outer sleeve shall be brass with tin or gold plating and tapered to allow
easy IC insertion. The inner contact shall be gold finished, beryllium copper sub - plated
nickel. All sockets shall have thermoplastic bodies meeting UL Specification 94V -0.
Zero insertion force sockets will not be allowed.
2.4. 10 Each of the following shall be simultaneously displayed during standard NENIA dual
ring operation on the face of the unit:
6-13 Technical Sped icatlons do
Descripdan of Pay Items
1) Phase(s) in service (one per ring)
2) Phase(s) next to be serviced (one per ring)
3) Presence of vehicle call (one per phase)
4) Presence of pedestrian call (one per phase)
5) Recalls on vehicle phases (one per phase)
6) Reason for Green termination (one per ring)
(1) Gap -out
(2) Maximum time -out
(3) Force -off
7) Pedestrian service (one per ring)
8) Max II in effect (one per ring)
2.4.11 User programmed entries shall be stored and maintained in non - volatile memory.
Battery power does not satisfy the requirements of this section.
2.4.12 The controller unit shall be designed to operate properly with the logic ground isolated
from the AC neutral (common) power lead.
2.4.13 A high quality keyboard with a rated lifetime of 1 X 10 operations per key shall be
provided on the front panel of the controller unit. The keyboard shall be used for
programming all user - entered timings and settings.
2.4.14 A direct reading alphanumeric liquid crystal display with back lighting, minimum size
of 40 character by 4 lines, shall be provided on the front panel of the controller unit.
The display shall be clearly readable in ambient light, internal cabinet light, full
sunlight, or in absence of light from a distance of 1.0 meters at a 45° angle. The display
shall have an automatic, user adjustable, time -out feature. The display shall remain
clearly visible through the full TS -2 §2.1.5.1 operating temperature range of -34° C, to
+74° C.
2.4.15 All I. C. chips shall be mounted in sockets. Dual -in -line (DIP) devices shall be
mounted in military specification sockets, Augat part number 8xx- AG11D. All sockets
shall have two- piece, machined contacts and closed end construction to eliminate solder
wicking. The outer sleeve shall be brass with tin or gold plating and tapered to allow
easy I.C. insertion. The inner contact shall be beryllium copper sub - plated with nickel
and plated with gold. All sockets shall have thermoplastic bodies meeting UL
Specification 94V -0. Each I.C. socket contact shall be plated with at least 50 microns
of gold.
2.4.16 Controller software shall utilize flash prom memory storage technology to allow
updates of software by uploaded and transferring the data via Port 1 or Port 2 on the
front panel of the controller. New program updates shall not require the physical
removal or exchange of any hardware items such as memory modules or integrated
circuit chips, within the controller. The firmware updates shall be accomplished by use
of an IBM compatible PC. It shall not be necessary to physically replace hardware
components to update the firmware. The update procedure shall be accomplished by
6-14 Technical Sped lcations do
Descrlpdon of Pay Itena
connecting the upload/download unit to a communication port on the controller and
transferring the new firmware from files on the PC to the controller's FLASH PROM
memory. The components shall accept a minimum of 1000 firmware updates. The
following components shall be supplied to accomplish the firmware update:
IBM PC compatible software program to accomplish the transfer with a verification
routine.
RS232 cable for interconnecting the upload/download unit to the controller /On- Street
master.
One (1) copy of the instruction manual for the entire process.
2.5 Time Clock
2.5.1 The clock shall use the sixty (60) Hz power line frequency as time base when AC power
is present over the 89 -135 VAC range defined by TS -2 §2.1.2. A super capacitor shall
maintain the time -of -day clock and digital data during a power outage lasting up to 2
consecutive days. The use of batteries is unacceptable as means of compliance with this
section.
2.5.2 The Time Base clock shall be maintained to within t 0.005 % at 20° C and to within a
± 0.02 % over the full specified operating temperature range, as compared to
Coordinated Universal Time (WWV) standard for a period of thirty days, during
periods when AC power is not applied.
2.6 Clock/Calendar Programming Requirements
2.6.1 The clock shall be easily set to the year, month, day of month, day of week, hour,
minute, and second.
2.6.2 Automatic Daylight Savings Time adjustment shall be a switchable keyboard menu
option.
2.6.3 The dates for fixed and floating holidays and special events shall be keyboard user
programmable.
2.6.4 Calendar adjustments for leap years shall be performed automatically by the controller.
2.6.5 The clock shall store sequences of operations in the form of 255 entries and 15 day
,plans
6-15 Technical Spedflcadons do
Description of Pay Items
Global Time Base Schedule Actuated Traffic Signal Schedule
Entry
Months
Dates of
month
Days of
week
Day Time Base Actions
plan
1
1 -12
1 -31
1 -7
1 -15 Entry 1 actions
It
of
It
of
n
255
it
It
If
Entry 255 actions
2.6.6 The structure and interrelationships of each type of program shall be in accordance with
this section:
2.6.6.1 A day lean shall consist of the following:
Hour: Minute Action 1 (time to implement: action to implement)
Hour: Minute Action 10 (time to implement: action to implement)
Where each action is unique. There shall be a minimum of ten actions per day plan
There shall be a minimum of 15 day plans
2.6.6.2 Each action in a day plan shall consist of a group of the following objects
. pattern (consisting of):
"- cycle length
offset
split
MUTCD flash (on/off)
free operation
. sequence
. special functions 1 -8 (on/off)
. auxiliary functions 1 -3 (on/off)
. mode of operation (a means of changing operating modes by T.O.D.)
max II
. gap /ext H
. phase omits
Any or all of these may be selected within a single action.
Transfer into and out of FLASH shall be in accordance with the USDOT MUTCD. It
shall be possible to program each phase and overlap to flash either yellow or red via
keyboard entry. This shall be accomplished by flashing the loadswitch driver outputs
simultaneously.
2.6.6.3 An Entry shall consist of time period implemented: day lean, month (s), dates) of
month, and day(s) y(s) of week.
6-16 Tec6nied Spedfleadons do
Desedipdon of fty Uems
2.6.6.4 A minimum of 100 Entries shall be keyboard programmable.
2.6.6.5 A copy feature shall allow the transfer of entries between day plans.
2.7.0 Program Requirements
2.7.1 Programming
2.7.1.1 Programming of the controller unit shall be by the use of the keyboard and display on
the front of the controller unit. Navigating various features shall require only simple
keystrokes, aided by full menu displays.
— 2.7.1.2 The menu structure shall be well organized for ease of programming. It shall contain a
main menu, which contains keyboard options for all sections of the controller on one
_ screen. Each option shall be selectable by either a numeric entry or combination cursor
positioning and ENTER key entry. Each subsequent menu shall be a detailed
breakdown of one of the previous menu options. Each menu option shall be a
— descriptive name to prompt the user to the desired section for programming. All entries
shall be displayed and entered in plain English. Toggle type entries shall be set by
entering YES/NO or ON /OFF responses. Non - alphanumeric symbols and abbreviations
— will not be used to display information. For example, phase start up interval cannot be
represented by a 0 = green, 1 = yellow, etc. All entries must state Red, Yellow, etc. in
plain alpha symbols. Numeric entries shall be in the Base 10 (decimal) number system.
— Entries in other number bases, such as hexadecimal or binary, are not acceptable.
2.7.1.3 A user selectable minimum four digit access code shall be an available option for
securing access to timing and configuration of the unit. Display features shall be made
available without the need to password access the unit. The controller unit shall be
supplied with the code factory preset to be all zeros (0000).
2.7.1.4 Instructions for use or entry of the access code shall not be printed on the face of the
controller.
2.7.1.5 A keyboard entered coded command (a series of commands or entries, not a single
_ entry) shall be provided which will set all controller and TBC timings and entries to a
default or inactive value. This coded command shall allow new values to be entered
without first deleting prior entries.
2.7.1.6 With the intersection display active, a keyboard command shall enable the user to place
a call to each phase individually.
6-17 Technical SpedJlcadens &
Description of Pay Items
2.7.2 Phase Operation
2.7.2.1 In NEMA or STD8 operating mode, the controller unit shall accommodate a minimum
�- sixteen (16) phases and sixteen (16) overlaps. The overlaps shall be designated as A,
B, C, D, E, F, G, H, I, J, K, M, N, O, P, and K. All overlaps shall be programmable
through the keyboard and shall function as described by TS 2 §3.5.8.
2.7.2.2 Each of the TS -2 timing intervals shall be programmable for a minimum of eight phases
at a time from the same display screen, in a spreadsheet format. The display may be
scrolled or paged down to display the next eight phase bank, additional intervals, or
related information.
2.7.2.3 The controller unit shall have a copy mode, allowing the user to easily copy
programmed interval information into remaining phases.
2.7.2.4 In addition to TS 2 Section 3 requirements, the following modes shall be available on a
per phase basis:
1) Conditional Re- service
2)
3)
4)
5)
6)
7)
Walk Clearance through Yellow
Skip Red Interval if no call in Yellow
Red Rest
Max II
Allow conflicting phases, 2 entries per phase
Next Phase if power up in the Yellow Interval
2.7.2.5 The following configurations, as a minimum, shall be programmed within the controller
unit and be user selectable:
1) User Mode defined by the operator
2) 8 Phase NEMA
3) 8 Phase Sequential
4) NEMA phasing to the left of barrier, sequential phasing to the right of barrier (Quad
Sequential).
5) 4 Phase Diamond Interchange
6) 3 Phase Diamond Interchange
7) Separate Intersection — (2) four -phase intersections
2.7.2.6 The controller shall have a configuration which allows a minimum of 4 user
programmable rings (compatibility lines, reference points to assure there shall be no
concurrent selection and timing of conflicting phases).
2.7.2.7 The controller shall have programmable conflicting phase settings where simultaneous
operation of compatible phases is not allowed.
6-18 Technical Specy7catlons &
Description of Pay Items
2.7.2.8 A Phase Dynamic Maximum operation which increments the current maximum in
-- programmable steps (Dynamic Max Step) in seconds to a maximum limit (Dynamic
Max Limit) in seconds shall be provided. The operation shall function as defined by TS
3.5 §2.2.2.18.
2.7.2.9 The TBC shall select and coordinate reversible left turn sequence operations (dual
leading, leading and lagging, or lagging and leading left turns). It shall be possible to
transfer operation from one sequence to another at a preprogrammed time. Transfer
shall take place at To during coordination (see paragraph 2.7.4.2).
2.7.3 Coordination
_ 2.7.3.1 A minimum of 64 timing patterns, each with a unique cycle length and offset
combination, shall be available. Each of the 64 timing patterns will select one of the 16
possible split plans. Cycle length selections are to be each changeable from 30 to 255
seconds, in one - second increments. Phase split times and offset selections are to be
adjustable from 0 to 254, in 1- second increments.
2.7.3.2 The coordinator shall reference a system -wide reference cycle timer (system cycle
timer). The term To shall refer to the point in the local cycle timer when the first
coordinated phase (or leading coordinated phase if a pair of coordinated phases was
selected by the user) is scheduled on for the first time. Note, this may not be the
beginning of Green in the case of early return. The offset shall be the time in seconds
that the local cycle timer lags the system cycle timer. For example, if the offset is +10
seconds, To (the point at which the local cycle timer is at 0) will occur when the system
cycle timer is at 10 seconds.
2.7.3.3 An entry shall be provided that will allow the automatic modes of coordination to
reference either the beginning of the coordinated phase to local cycle zero or reference
the end of the coordinated phase to local cycle zero.
2.7.3.4 The controller shall contain the two modes of automatic coordination programming,
_ fixed and floating force off modes, as required by TS -3.5 §2.5 / NTCIP entries. The
following information shall be all that is required from the user to establish a pattern:
1) Basic NEMA controller timing
2) Cycle length in seconds
3) Desired phase sequence for the particular pattern
_- 4) Total seconds of the cycle that a phase is to be active, including green, amber and
red clearance times when there is constant demand on all input detectors
5) The coordinated phase or phases (from section 2.7.4.9 below).
6) The offset of the first coordinated phase serviced in the sequence from the reference
clock's To in seconds.
6-19 Technical Specolcadons &
Description of Pay Items
2.7.3.5 Using the above information in fixed force -off mode, the coordinator must perform the
-- following functions for each pattern.
1) Guarantee the coordinated phase(s) programmed time will be serviced in their
entirety to achieve coordination between intersections (when not correcting). The
programmed time of the first coordinated phase in the phase sequence shall start at
To.
2) Calculate each phase's force off point (the point at which a phase's Green must
terminate, in order to not violate the following phases' programmed times).
3) Calculate the beginning of each phase's permissive window (the point in the cycle
— when the coordinated phase is allowed to yield to each corresponding phase).
4) Calculate the end of each phase's vehicle permissive window (the point proceeding
_ a phase's force off point by its minimum time and the prior phase's clearance time).
Any phase receiving a vehicle call before the end of vehicle permissive window will
be serviced during the current cycle.
5) Calculate the end of each phase's pedestrian permissive window (the point
preceding a phase's force off point by pedestrian Walk and pedestrian clearance
times and the prior phase's clearance time). Any pedestrian call received by a phase
before the end of pedestrian permissive window will be serviced during the current
cycle up to the beginning of the phase vehicle green.
6) Guarantee that each phase's programmed time is serviced in full if a call was
received before the beginning of permissive window, and the phase does not
terminate due to Gap out.
2.7.3.6 Using the same information in floating force -off mode, the coordinator must operate in
the same manner as fixed force -off mode, except that if a non - coordinated phase is
entered early, it will remain active only for the time programmed in the split time.
Automatically setting the max timer in each split to accomplish this function is
acceptable.
2.7.3.7 Once the user - selectable data for phase service is entered, the controller unit shall test
the plan to insure that the plan does not violate any minimum times based on the
_ specified numbers and cycle length. If a faulty plan is detected, the controller unit shall
show an error code indicating the problem. If the error is not corrected, the controller
unit shall run in free operation mode whenever the erroneous plan is selected. If
_ actuated pedestrian movements are programmed, the coordinator shall ignore errors
detected due to the pedestrian Walk and clearance times violating the phase split time
for any actuated pedestrian. The controller must have a diagnostic screen that lists any
of the TS 3.5, §2.5.11 status reasons for free mode operation and must also have a
diagnostic status screen. The diagnostic screen shall include all relevant information
about the failure that resulted in free mode operation. As an example, if the cycle length
does not equal to the sum of the splits, then the indication would be cycle failure and
the sum of the splits would be displayed.
6-20 Technical Specifications do
Description of Pay Item
2.7.3.8 The coordinator shall be programmable to seek offsets by short -way (lengthening or
shortening the cycle lengths). Shorting will have a 0 to 25% entry and lengthening will
allow for a 0 to 50% entry. The controller will also contain a dwell method of
coordination which will allow the controller to stop at local cycle zero until the offset
entry is satisfied. A dwell time entry will also be available which will limit the amount
of time the controller stops at local zero.
2.7.3.9 The controller unit coordination program shall be designed to be programmed from the
front panel to emulate the operation of a pre -timed controller by recall for applications
where no vehicle detection is provided.
2.7.3.10 In additional to the two NTCIP modes of coordination defined in TS -3.5 §2.5, these
seven (7) additional modes of coordination are required to be present in the controller:
1) Yield and force -off operation, in which each phase is provided a vehicle and
pedestrian yield point and each phase is provided two force -off points.
2) "Easy Coordination' mode, which allows standard NTCIP auto modes, but the
Yield points are calculated at a 6% increment for each phase following the
coordinated phase.
3) "N.J." mode, which allows a single permissive interval to yield to all phases from
the coordinated phase.
4) "Permissive fixed ", which allows three (3) permissive periods to be defined, as well
as a force -off for each phase.
5) "Permissive floating ", in which three (3) permissive periods can be defined and a
— split time is defined for each phase. The split time defines the maximum time a
phase can have during that cycle.
6) "Permissive fixed percent ", where the force -offs are defined as a percent of the
— cycle.
7) "Permissive floating percent ", where the split times are defined as a percent of the
cycle.
2.7.3.11 For each configuration, a coordinated phase must be selected from Ring 1. A
coordinated phase must also be selected from other rings if a compatible phase with the
Ring 1 coordinated phase exists. The coordinated phase, or phase pair, shall be
selectable from one of the individual phases or phase pairs shown in this table:
CONFIGURATION
Coordinated
8 Phase
Quad
8 Phase
4� Diamond
Phase(s)
NEMA dual
Sequential
Sequential
ring and
3 Diamond
Individual
--
4 or 8
2, 4, 6, or 8
Pairs
2 & 6 or4
2 &6
--
2 &5,4 &5,
&8 1
1
1
1 &6,orl &8
6-21 Technical Sped lcations do
Descripdon of Pay !tuns
If lead lag operation is selected, then during normal (8) phase operation only one phase
-- needs to be selected as the coordinated phase. Compatible phase pairs shall not be
forced to begin simultaneously.
2.7.3.12 When establishing its offset from the reference point for external coordination, the
coordinator shall reference only the leading edge of the sync pulse, regardless of its
width.
2.7.3.13 The internal coordination and upload/download programs shall not interfere with
normal intersection operation except when changing ring structure in the controller or
active phases. These operations (changing ring structure and active phases) shall
require a confirmation and put the controller in a flash condition and a restart sequence.
The implementation of revised timing parameters loaded into the timer shall be
programmed to occur only at points in the controller coordination cycles which do not
alter the controller phase sequence. The controller unit may temporarily drop out of
synchronization during the upload/download, but must continue to operate.
2.7.4 Time -Based Coordinator (TBC)
2.7.4.1 The TBC shall allow the features and operations specified in 2.6.7.2 under time of day
(T.O.D.) control.
2.7.4.2 The internal reference sync pulse, from which the local offset is calculated, shall resync
at midnight, or the resync shall be user programmable with a default to midnight. A
pulse shall be generated whenever the Time -of -Day Clock shows a time, which is an
exact multiple of the current cycle length after this resynchronization. In case of a
power failure, resync shall be calculated from the programmed resync time. The power
failure recovery routine shall accommodate the case of a power failure at midnight.
2.7.4.3 An entry shall exist to change the reference by minutes from midnight.
2.8. Communications Ports
Each of the TS -2 specified ports shall have a selectable baud rate from 600 baud, to
57.6 kilobaud.
2.9 Coordination Control Hierarchy
2.9.1 When the system switch is in the closed loop position, the controller unit shall be under
the control of either the central computer, or an on -street master controller.
2.9.2 In the absence of any on -line Closed Loop System control by a central computer, or on-
street master controller, the internal TBC shall control the coordinated, free, and flash
operation of the intersection.
6-22 Technical Sped lcatlons &
Description of Pay /tens
2.9.3 When a master controller or central computer brings the intersection on -line, its control
�- shall supersede that of the internal time base coordination.
2.9.4 When the system switch is in the FREE position, the controller unit shall operate in a
non - coordinated (free) mode.
2.10 Preemption (PE)
2.10.1 The internal preemptor supplied shall be user programmable for priority preemption in
_ the minimum sequences outlined in the following order: railroad (1 train sequence),
emergency vehicle (4 high priority sequences), and bus/transit (4 low priority
sequences). Each preemption sequence shall have separate timing intervals. A decoded
input to the controller shall be provided to discriminate the priority level. A steady state
low level input is defined as a high priority signal, and a pulsing low level input is
defined as a low priority signal.
2.10.2 Phases shall be selectable such that a limited signal sequence may be operational during
preempt (PE). It shall be possible to add phases to this special limited sequence, which
are not in the intersection sequence, without needing to add external logic.
2.10.3 The following intervals shall be provided as a minimum. While in preemption, the
display will clearly identify the intervals being timed as preempt intervals. Yellow and
red clearances from the phase timings may be utilized in place of the clearance intervals
shown.
2.10.3.1 Preemption Timing Interval Definition
All intervals are sequential.
0. PE Delay - This time shall start immediately when the preempt command is
received. It shall not affect the normal operation of the controller unit until the
delay time out occurs. This interval may be used for emergency vehicle (fire lane)
preemption delay. If 0 (zero) time is set, the interval shall be omitted.
1. PE Minimum Duration - The preempt sequence shall not terminate until the
preempt input signal is removed and the Minimum Duration time has expired.
2. PE Minimum Green - Any vehicle signal that is Green at the time this interval
becomes active shall not terminate unless it has been displayed for at least the time
programmed in this interval. If 0 (zero) time is set, the interval shall be omitted.
-- 6.23 Technical Speclacadons &
Dese 4h*n of fty Items
3. PE Minimum Walk - Preempt Minimum Walk Time in seconds. A preempt
-- initiated transition shall not cause the termination of a Walk prior to its display for
this period.
4. PE Ped Clearance - At the time of preempt call, WALK indications shall
immediately change to Pedestrian Clearance interval. The Pedestrian Clearance
interval shall not terminate unless it has been displayed for at least the time
programmed in this interval. If 0 (zero) time is set, the interval shall be omitted.
-' 5. PE Track Green - Signals programmed as track (or fire lane) signals shall remain
Green or be changed to Green. All other signals shall be red. This interval shall be
optionally programmable to zero during emergency vehicle PE.
6. PE Dwell Green - Minimum Dwell Time in seconds. This parameter controls the
minimum timing for the dwell movement. The phase(s) allowed during the Dwell
_ interval shall be selectable to include all phases that do not cross the track. The
Dwell interval shall not terminate prior to the completion of Preempt Duration
Time, Preempt Dwell Time, & the call is no longer present. Each signal shall be
keyboard programmable for red, red flash, yellow flash or Green. As an
alternative, a limited cycle shall be programmable for use with railroad preempts.
7. PE Exit Ped Clear - Preemption Exit Pedestrian Clear Time in seconds. This
— parameter controls the pedestrian clear timing for a Walk signal transition to the
Exit Phase(s).
8. PE Exit Yellow - This interval shall provide a solid yellow clearance for
indications that were green or flashing yellow. Red and flashing red displays shall
display solid red.
9. PE Exit Red Clearance - This interval shall be an all red clearance in preparation
for return to the normal cycle. Return phases shall be programmable from the
keyboard.
10. PE Max Call - This interval is the amount of time that a preempt call may remain
active and be considered valid. When the preempt call has been active for this
amount of time, the controller shall return to normal operation. The preempt call
shall be considered invalid until the call is no longer active.
6-II Technical SpeciJicatlons do
Description of Pay Items
2.10.3.2 Preempt Timing Interval Ranges
TIMING INTERVAL
TIME
Seconds
INCREMENTS
Seconds
0. PE Delay
0 -999
1
(Emergency vehicle preempt)
0 -999
1
1. PE Minimum Duration
0 -255
1
2. PE Minimum Green
0 -255
1
3. PE Minimum Walk
0 -255
1
4. PE Ped Clearance
0 -255
1
5. PE Track Green
1 -255
1
6. PE Dwell Green
0 -255
1
7. PE Exit Ped Clear
3.0 -25.5
0.1
8. PE Exit Yellow
0 -25.5
0.1
9. PE Exit Red Clearance
0 -999
1
10. PE Max Call
2.10.4 The phases to be serviced following the preempt sequence shall be front panel keyboard
programmable.
2.10.5 Preempt sequences shall be selectable using external inputs. Preempt priority shall be
assigned with #1 being the highest. If a higher priority preempt input is received during
a preempt sequence, the controller unit shall immediately transition to the new
sequence, subject to the constraints of PE Minimum Green and PE Minimum Walk.
Provisions shall be made to clear two conflicting track phases from a single preempt
input. This may be provided by two track clearance phases for a single preempt, or by
combining two preempts.
2.10.6 Preempt 1 shall be reserved for a priority railroad preempt. If more than two preempts
are provided, it shall be possible to delete the priority override for all but the railroad
preempt. If a lower priority preempt is activated during another preempt cycle, the one
in progress shall continue through its entire cycle. If the second preempt input is still
active when the first one is completed, the controller unit shall then initiate the low
priority preempt. When all preempt inputs are removed, the controller unit shall
proceed through the normal sequence to Return Red Clearance (Interval 9).
2.10.7 Once the controller unit has entered the first timed interval following Preempt Delay
(Interval 1), the sequence shall continue to the end even if the preempt call is dropped.
If the call returns and extends beyond the Minimum Preempt Duration (Interval 1), the
controller should reinitiate track green and complete the preempt sequence.
2.10.8 The controller unit shall be programmable to be in flash, or in limited sequence, during
interval 6. If flash is specified, the phases shall flash yellow or red, as user
programmed. Flash shall be implemented by simultaneously flashing the appropriate
loadswitch driver outputs. If limited sequence is selected, all phases shall be
programmable, even if not normally used in the intersection sequence.
6-25 Technical Specif eadons do
Descripdon of Pay items
2.10.9 Should a preempt command be present, after power restoration following an electrical
outage, the controller shall power up in cabinet flash operation and remain in such state
until the PE command is removed.
2.10.10 Overlap phases shall begin and terminate with the parent phases, as described in TS 2.
If the PE call occurs during yellow or red displays between parent phases, the overlap
phase shall display a minimum of 3 seconds of yellow and a minimum of 1 second of
red clearance.
2.10.11 Don't Walk shall be displayed throughout the preempt sequence unless a limited cycle is
run. During a limited cycle (Interval 6), the pedestrian heads may be programmed to be
dark.
2.10.12 Preempt routines shall have priority over all controller functions.
2.10.13 The controller shall be programmable to allow multiple track clearance phases either
within a single preemption sequence, or by mapping multiple preempts together in all
modes of operation.
2.10.14 The controller will have an entry that allows it to coordinate during limited sequence
operation. When operating in this mode, the controller will perform a soft transition to
the preemption return phases.
2.11 Detection Control
— 2.11.1 The controller shall have provisions for up to 64 combination vehicle or bicycle
actuated input channels, when utilizing data Bus Interface Units (BTUs) within a TS -2
Type I standard cabinet, or up to 32 actuated input channels, without utilizing BIU's,
within a TS -1 standard cabinet. The controller shall allow user defined programmable
mapping of the detector channels to reduce or eliminate the need to rewire a.TS -1
standard cabinet in order to utilize all 32 detector channels.
2.11.2 All detection channels shall be capable of reporting volume and occupancy, at an
interval of up to 99 minutes in one - second increments.
2.11.3 All detection channels shall be capable of reporting alarms based upon the following
incidents, as prescribed by TS 3.5, chapter 2.3.
1) Maximum Presence, No Activity, Erratic Counts
2) When operating with BIUs: Open Loop, Shorted Loop, 25% Inductance Change,
Watchdog Fault
6-26 Technical Spedflcatlons &
Desceipdon of Pay Items
2.11.4 All detection channels shall be individually assignable to any phase, or unassigned.
Assignment arrangement shall not alter the ability of any channel to collect data or
report alarms.
2.11.5 All detection channels shall have the following features, as defined by TS -3.5, chapter
2.3:
— 1) Call Phase Assignment
2) Switch Phase Assignment
3) Passage Detector Assignment
4) Queue Detector Operation
5) Delayed Detector Operation
6) Extended Detector Operation
7) Yellow Locking
8) Red Locking
2.11.6 All detection channels shall have the following enhanced features to govern both
operation and data collection.
1) Delay Inhibit Phases
2) Occupancy on Green
3) Occupancy on Yellow
2.11.7 All features on all detection channels shall be capable of simultaneous operation.
Features and their operation shall not be limited to a subset of detectors.
2.12 Closed Loop Operation and Monitoring Software (CLS)
2.12.1 Short haul FSK modems, necessary to operate the controller as a Closed Loop
System secondary, shall be provided internal to the timer when specified on
the requisition. All necessary cables and communication ports needed for
operation in a Closed Loop System cabinet shall be provided. The modem
equipment shall meet the same TS 2 environmental requirements as the
controller.
2.12.2 The controller shall have internal software that allows the following functions and
features.
_ 1) Monitoring of signal indications, detectors, alarms, and time base functions
2) Controller database error checking
3) Coordination parameters
4) Remote resetting of coordination errors
5) Toggling special function outputs from the controller
6) Allow the central system to receive reports and alarms generated from the controller.
7) Accommodate connection of a dial -up modem to the controller to accomplish remote
operation through the controller or the PC based software.
6-27 Technical Sped leations do
Descrlpdon of Pay Items
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 SpecilOcadons do
Description of Pay Items
SPECIFICATION FOR MAST ARM POLE ASSEMBLY
1.0 GENERAL
1.1 This specification covers steel (as specified in Plans) mast arm and pole assemblies,
which, shall include transformer base. All mast arm pole assemblies, as supplied
and installed, must conform to the detailed drawings and/or to the requirements in
the Plans as to height, general design and finish.
1.2 Drilled shaft foundations for each mast arm pole installation shall be considered an
integral part of the respective mast arm pole assembly, when loading and wind
design factors are applied.
1.3 Each assembly shall be designed to withstand wind and ice loads per respective
_ signal head(s), 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, Luminaries and Traffic
Signals" and other pertinent specifications of this body. Unless otherwise shown in
the Plans, wind speeds used for design shall be based on a 50 -year mean recurrence
interval. Wind drag coefficient shall be 1.2. Allowable unit stresses in each
component of each assembly shall be as provided in the AASHTO Specifications
above mentioned.
1.4 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.
1.5 All parts of assemblies of the same manufacturer shall be interchangeable.
1.6 Each pole assembly shall be designed to support respective required dead loads of
signal heads, signs and the stresses applied to the exposed areas of all appurtenances
based on wind and ice loads per Section 1.3 above.
— 2.0 POLE SHAFT
2.1 Pole shafts shall be fabricated to satisfy strength requirements of Section 1.0.
Welded joints in shafts or arms shall develop the full required strength of the welded
member.
— 2.2 Fabrication. Round continuously tapered shafts shall be formed and welded, and
shall have no more than one (1) longitudinal welded joint and no horizontal welded
(transverse) joints. After forming and welding, the tapered shaft may be
longitudinally rolled under sufficient pressure to flatten welds and to assure
6-19 Technical Spedflcadons do
Description of Pay Items
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.
3.0 SHAFT BASE
3.1 Steel shaft bases shall be fabricated and constructed with an opening of a size and
shape to receive 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 compatible with
transformer base. Transformer base mounting bolts and four nuts shall be provided
for securing shaft base to transformer base. Ornamental casting covers are required
to cover exposed base mounting bolts.
4.0 TRANSFORMER BASE (Not applicable)
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 noncorrosive 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 for all signal conductor
connections. This is the only point that the splices are to be made.
r - Ii 4, MIMI13:303 Al M M 13 M 9'110 K
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 famished 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 900 bend as shown on the Plans, and have a minimum elongation
in 2 inches of 16 percent, or in 8 inches of 14 percent.
6-30 Technical SpeciJlcadans &
Description of Pay Items
6.0 SIGNAL HEAD AND LUNUNAIRE 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.
7.0 FINISH
Painted Finish - All surfaces at the time of paint application shall be in accordance
with the requirements of Brush - Off - Blast - Cleaning as specified in Steel Structures
Painting Council Specification SSPC -SP7. When shipped, the outside of each
assembly shall be coated in a manner that will assure all surfaces, at the time of
erection, will be coated with a dry, smooth, continuous, uniform, tightly adhering,
nonchalking film that is a minimum of two (2) mils thick measured over the peaks
of the anchor pattern. The dried film shall contain, on a weight basis, a minimum of
20% binder solids and a minimum of 25% pigment capable of chemically inhibiting
corrosion. A minimum of 12% of the film shall be a chromate type corrosion
inhibiting pigment. The inside of each assembly may either be coated in the same
manner as the outside or may coated by an acceptable red lead primer. After
erection of the assembly, the shop coat shall be touched up with shop primer. After
the touch up coat is thoroughly dry, each pole assembly shall be provided with a one
(1) mil (dry) thick film of paint specified and approved by the Engineer:
Color Product #: Beige Brown
Cure: PRPL97006
Control #: 340F -10 MIN PMT
Resin Type: T711049
Gloss Level: Polyester Full
"or equivalent ".
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 verifying structural
adequacy, and all fabrication and erection details.
a. The drawings shall be prepared on sheets 24 x 36 inches in size, with 1 1/2
inch left margin and other margins of 1/2 inch.
b. Each sheet shall have a title in the lower right hand corner which includes
the names of the Contractor, Fabricator and sheet numbering.
C. All material of each component shall be referenced to ASTM Specifications,
or to other specifications provided minimum yield points or yield strength
and elongations are shown.
6-31 Technical Spedflcatlons A
Descripdon of Pay Item
d. Drawings for only one assembly need be submitted for two or more which
are of identical design and dimensions.
e. Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings, shop fit
field connections and proper galvanizing designs when galvanizing is
required.
£ The drawings shall bear a fully descriptive, detailed certification thereon that
the assemblies were structurally designed in accordance with criteria
specified in Section 1.0 and specified in the Plans.
g. The drawings shall be submitted to and approved by, the Engineer prior to
fabrication.
r-
6-32 Technical Specifications &
Description of Pay Items
POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS
12 INCH, EXPANDABLE, ADJUSTABLE TYPE
1.0 GENERAL
1.1 The Traffic control signal heads shall be in accordance with the latest revision of
ITE Technical Report No. 1, except as noted below.
1.2 Each traffic signal face shall consist of a number of identical signal sections rigidly
fastened together in such a manner as to present a continuous pleasing appearance.
1.3 The electrical and optical system of the signal head shall, unless otherwise specified,
be designed for operation from a power supply of 115 volt, single phase, 50 Hz
alternating current and 60 -150 watt lamps conforming to the latest ITE Standard for
Traffic Signal Lamps. Unless otherwise called for in the Plans, the Contractor shall
furnish and install traffic signal lamps.
2.0 SIGNAL FACES AND SIGNAL HEADS
2.1 Signal faces and signal heads shall be as shown in the Plans, and installed per
-- requirements in these specifications.
2.2 All housing cases of signal heads shall be rigidly attached, at top and bottom to 1
1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating
from hubs at the vertical central axis of the head and rigidly attached there to in a
manner that will assure permanent alignment of the separate housings. The hub
shall be designed to conform to the type of mounting attachment specified and
provision shall be made for carrying the leads from each housing enclosed in the
supporting arms to a single outlet in the mounting attachments. All units of the
assembled head shall be of adequate strength for the purpose intended and shall be
constructed of materials not affected by continuous exposure to sunlight or corrosive
atmospheres.
2.3 All traffic signal heads are to be equipped with rigidly- mounted, standard 5 -inch
backplates, of sectioned aluminum or of polycarbonate. Backplates are to be
mounted so that signal section door hinging movement is not inhibited, and are to be
black in color. Polycarbonate backplates are to have the black color impregnated
during the manufacturing process, and painting will not be acceptable.
6-33 Technical Specif cations &
Description of Pay Items
3.0 HOUSINGS, DOORS, VISORS AND LENSES
3.1 The housing of each section shall be a one piece polycarbonate resin material with
sides, top and bottom integrally molded. The housing shall be at least .090" (2.3
mm) thick and shall be ribbed so as to produce the strongest possible assembly
consistent with light weight. Two or more sets of internal bosses shall be provided
in each section for mounting of a terminal block. Terminal blocks shall be securely
mounted (see Section 10).
3.2 The top and bottom exterior of the housing shall be of such shape to assure perfect
alignment of assembled sections. The top and bottom of the housing shall have an
opening two inches (50.8 mm) in diameter to permit entrance of 1 1/2" (38.1 mm)
pipe brackets.
3.3 Individual signal sections shall be fastened together either with at least 4 machine
screws between each section or by the bolt and washer method. Complete signal
faces shall provide positive locked positioning when used with serrated brackets,
mast -arm or span-wire fittings.
3.4 Provision shall be made for accommodation of the particular type of mounting
specified and attachment of doors, optical units and such other accessories as may
be specified for the particular installation. Cases shall be designed for adequate
strength. Fittings and accessories shall be of rust resistant materials capable of
withstanding constant exposure to sunlight and corrosive atmospheres, including
salt air. All traffic signal housing cases when assembled, together with doors, lenses
and mounting attachments, shall comprise a dust - and - moistureproof housing for the
optical units, and shall be of such construction as to assure permanent alignment of
all lenses in the signal faces.
Portions of cases providing for attachment to supporting arms shall be molded with
large bosses for the supporting arms. Each housing case shall be so attached to its
supporting hardware that it will be adjustable by rotation about its horizontal axis,
and may be rigidly clamped in position required. Provision shall be made for
carrying the signal leads enclosed in the mounting attachment.
3.5 Traffic control signal housing cases shall be of the sectional adjustable expandable
type. The assembled housings for each signal face shall consist of three or more
individual sections each designed for housing a single complete optical unit, 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 1/2"
pipe brackets. A locking ring shall be integrally molded around the bottom opening
Around the top opening shall be either an integrally molded locking ring or a
separate splined locking ring designed to fit into notches. The locking rings shall
have a minimum of 46 evenly spaced teeth and shall be so designed that top and
6-34 Technical SpeeWations &
Description of Pay Items
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 interchangeable.
3.6 "Top" and 'Bottom" as used in this section refer to the head assembly in vertical
orientation. All heads are to be mounted horizontally.
4.0 HOUSING DOOR
4.1 The housing door of each signal section shall be a one piece polycarbonate resin
material. The door shall be attached to the housing by means of two stainless steel
hinge pins, or by polycarbonate hinge pins which are an integrally molded part of
the housing door.
4.2 Two stainless steel wing screws 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. Wingscrews
shall have a flat - bearing surface or stainless steel flat washer to prevent gouging of
the housing door by the wingscrews. Wingscrews shall remain captive in the
housing door when the door is open.
4.3 As an alternate to 4.2, a positive latching mechanism, integrally molded into the
housing and housing door, is acceptable.
4.4 Design of door, housing, and visor shall be such that no light is visible in the profile
view of the signal face.
5.0 OPTICAL SYSTEM
5.1 Each optical system shall be provided with an optical unit consisting of a reflector
assembly with leads to the terminal block (which is to be furnished in each complete
housing) together with all bolts, nuts, screws, clips, hinges, lugs and incidentals
necessary for mounting the various parts of the optical assembly.
5.2 Optical system shall consist of a yellow or yellow arrow, green or green arrow lens
with a nominal size of 8 3/8 " (200 mm) or 12" (300 mm) as specified. All
indicators (red yellow & green including PED) shall be LED assemblies
Lenses shall be glass and shall be permanently marked, in an inconspicuous manner,
indicating the top of the lens and the name or trademark of the manufacturer. When
_ installed, each lens shall be properly "top" oriented in the horizontally mounted
head.
5.3
c a W6 c a l amp i an 8" head „ i 50 . e # 1" 1 2" head ,,,:.h .,.
� r
d o- f 1 L ens d Fl d es i gn h n F t rrE e. E
a=
6-35 Technical SpeclOcations &
Description of Pay Items
6.0 REFLECTORS (Not applicable)
.— 6.1 The reflector shall be approximately parabolic in sections made of high quality clear
glass, reasonably free from chips, bubbles, streaks, and wrinkles. The outer surface
shall be silvered by a chemical or electrical deposition to such thickness that the
lighted filament of a 200 watt incandescent lamp will be invisible through the
silvered coating and shall then be protected by an electrically deposited copper
coating. The silver coating shall be so applied that no foreign substance (solid,
liquid or gas) can penetrate between the two materials and so it will be impossible
for the silver to be peeled off from the glass. Over the copper coating there shall be
placed a heat resisting backing of high grade enamel.
6.2 Alzak reflectors will be accepted as alternates. These reflectors shall be made of
specular Alzak aluminum the thickness of the anodid coating to be a minim of
0.0001 inches, or its equivalent, spun or drawn from metal not less than 0.025
inches thick equipped with a bead or flange on the outer edge to stiffen the reflector
and insure its being held true to shape.
6.3 Polycarbonate reflectors will be accepted as alternates, provided the light color and
distribution of the unit meets the ITE standard cited above.
6.4 The reflecting surface shall be totally free of flaws, scratches, defacements or
mechanical distortion.
7.0 LAMP RECEPTACLE (Not applicable)
7.1 The lamp receptacle shall be of weatherproof 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 8" signals furnished
shall be set so as to place the filament of a standard 60 or 67 watt lamp in the proper
focal position with respect to the reflector. The receptacle in the 12" signals shall be
set so as to place the filament of a standard 150 watt lamp in the proper focal
position with respect to the reflector. Lamp receptacles shall be rotatable to place
the opening between the filament leads up, and shall be properly oriented when
installed in horizontally mounted head.
6-36 Technical Specylcatlons &
Description of Pay Items
7.2 The reflector holder and lamp receptacle holder shall consist of a structure of such
design as to securely hold the reflector and lamp receptacle. It shall be provided
with hinges and/or lugs so spaced as to give clearance to the hinges or lugs for the
door and rigidly hold the reflector in place. Materials used in the construction of the
above parts shall be of rust resisting material and not subject to corrosion when
subjected to continued exposure in corrosive atmospheres, particularly salt air.
8.0 WIRING
8.1 Each LED assembly shall be provided with two flexible insulated color coded leads
not smaller than No. 18 American Wire Gauge. These leads are to be securely
fastened to the lamp socket and connected to a terminal block in the same section by
means of solderless wire connectors or binding screws and spade lugs. Color
coding for the identification of the different leads shall be individual so that each
lead can be identified separately by coding alone. In general, the coding for the
identification of the leads shall be as follows:
Lens Hot Wire Neutral Wire
Red
Red
White w/R Tracer
Yellow Arrow
Red w/Y Tracer
White
w/R & Y Tracer
Yellow
Yellow
White
WY Tracer
Green
Green
White
w/G Tracer
St. Arrow
Blue
White
wB Tracer
Lt. Arrow
Blue w/R Tracer
White
wB & R Tracer
Rt. Arrow
Blue w/Y Tracer
White
wB & Y Tracer
9.0 VISORS
9.1 Each signal door shall be equipped with a detachable standard tunnel (unless
otherwise shown in the Plans), polycarbonate resin visor fastened at four or more
points to the door.
9.2 The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass
approximately 300 degrees of the lens. Heads may be shipped with visors detached.
If heads are shipped with visors attached, visors shall be easily removed and
replaced without damage to visor or signal head.
6-37 Technical SpeciJlcations &
Description of Pay Items
10.0 TERMINAL BLOCKS
10.1 Each optical unit (or section) of each signal head shall be wired to a terminal block
mounted near the bottom inside of the unit. The terminal block shall be securely
mounted in an accessible position, be of molded weatherproof construction, and be
equipped with identified terminals for signal (interior) and field wires. Binding
screws shall be provided for field wires. Solderless connectors or binding screws
shall be provided for interior wiring to the optical unit.
10.2 In addition to individual terminal blocks described above, each multiple section
signal (head) will be provided with a common terminal block mount in the top
section of each signal head. Each assembled signal head shall be wired by the
supplier to the common terminal block.
10.3 If specified, an additional terminal block located within a compartment shall be
provided for common wiring of multiple signal heads located on a single pole or
pedestal. The terminal compartment shall be weatherproof with cover and molded -
construction terminal block with separate, identified terminals for signal and field
wires. A sufficient number of terminals shall be provided to handle all optical unit
wires. A minimum of twelve connector sets shall be provided. Color coding of
leads shall be maintained, individually, from each optical unit lampholder to
respective terminal in the compartment. Commons from each housing shall be
grouped and carried to one terminal in the compartment.
10.4 Use of terminal compartment described in 10.3 does not eliminate the requirements
for those specified in 10.1 and 10.2.
11.0 MOUNTING AND ATTACIUWENTS
11.1 All mounting attachments shall be of adequate strength for the purpose intended and
shall be constructed of materials not affected by continued exposure to sunlight or
corrosive atmospheres, particularly salt air. Provisions shall be made for carrying
the signal leads enclosed in the mounting attachment. The mounting attachment,
together with supporting arms and assembled housings, shall comprise a dust -and-
moisture -proof enclosure for optical units and lead wiring. Mounting attachments
shall be as specified for the particular head on the Plans.
11.2 The signal heads, vertically mounted on the signal mast arms shall be installed so
that door hinges are on the bottom edge, and all doors open downward.
6-38 Technical Specifications &
Description of Pay Items
12.0 MATERIAL
All material used in construction of major signal components shall be of
polycarbonate resin. This material shall be such that it will withstand 70 foot - pounds
of impact without fracture or permanent deformation.
13.0 COLORS
The color of signal heads and hardware shall be black. The underside of
visors shall be painted a flat black. Color as specified shall be integrally
impregnated in the polycarbonates resin in the molding process.
14.0 MEASUREMENT AND PAYMENT
14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans
will be measured per each unit. Materials required and used in installation, such as
LED's, attachment pipe and brackets, hardware, internal head wiring, paint, etc., will
not be measured directly, but will be considered subsidiary to the Item "Traffic Signal
Sections ".
14.2 Payment: Traffic signal head and backplate units, provided, installed and in place,
will be paid for at the unit price bid for respective types specified in the bid item list.
Said prices shall be full compensation for providing and installing heads and
backplates, and for furnishing and installing all described attachment hardware, signal
lamps, internal wiring, and paint and for all labor, tools, materials, equipment and
incidentals necessary to complete the work.
x-
6-39 Technical Specifications &
Description of Pay Items
UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS:
CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND
INSTALLATION PROCEDURES
1.0 CONDUIT
1.1 Description
1.1.1 This item shall govern for the furnishing and placing of conduit of the types and sizes
indicated on the plans, including ground boxes, fittings, expansion joints, attachments
and incidentals.
_ 1.1.2 Unless otherwise shown on the Plans, all conductors shall be in conduit except when
in metal poles. All conduit and fittings shall be of the sizes and types shown on the
plans.
1.1.3 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 conduit run.
1.2 Materials
1.2.1 All conduit and fittings 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.
1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a
material similar to the connecting conduit unless indicated otherwise on the plans and
shall be listed by Underwriters Laboratories.
1.2.3 Rigid metal conduit shall be steel, hot - dipped galvanized inside and outside. When
tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum
of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal
conduit shall be steel, hot - dipped galvanized on the outside and protected on the
inside with a suitable corrosion resistant material. Fittings shall be rain- tight. Set
screw and pressure cast fittings will not be permitted.
1.2.4 Polyvinylchloride and high- density polyethylene conduit shall meet the requirements
of NEMA Standard TC -2 and UL 651, and the requirements of NEC for Rigid
Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be
heavy -wall (Schedule 40).
1.2.5 Flexible conduit shall be liquid -tight metal meeting requirements of NEC and shall be
UL- listed. Where conduit system is metallic, all lengths of flexible metal conduit
shall be fitted with bonding jumpers.
6-40 Technical Specifications &
Description of Pay items
1.3 Construction Methods
1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with
the lines, grades, details and dimensions shown on the plans, or as directed by the
Engineer. Installation of conduit shall be in accordance with the requirements of
NEC. Conduit placed for concrete encasement shall be secured and supported in such
a manner that the alignment will not be disturbed during the placement of the
concrete. No concrete shall be placed until all of the conduit ends have been capped
and all box openings closed.
1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch
tape per foot shall be used. Conduit placed on structures shall be firmly fastened
within 3 feet of each outlet box, ground box or fitting and at other locations as
required by the NEC.
1.3.3 When required by the Engineer, immediately prior to installation of conductors or
final acceptance, a spherical template having a diameter of not less than 75 percent of
the inside diameter of the conduit shall be drawn through the conduit to insure that the
_ conduit is free from obstruction; then all conduit ends shall be closed using
permanent type caps.
1.3.4 Conduit terminating in controller cabinet shall extend vertically, approximately two
inches above the concrete foundation. Field bends in rigid metal conduit shall have a
minimum radius of 12 diameters of the nominal size of the conduit.
1.3.5 Each length of galvanized rigid metal conduit where used, shall be reamed and
threaded on each end and couplings shall be made up tight. White -lead paint or equal
shall be used on threads of all joints. PVC conduit shall be joined by solvent -weld
method in accordance with the conduit manufacturer's recommendations. No reducer
couplings shall be used unless specifically indicated on the Plans.
1.3.6 All conduit and fittings shall have the burrs and rough places smoothed and shall be
clean and free of obstructions before the cable is installed. Ends of conduits shall be
capped or plugged until starting of wiring. 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.
_ 1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and
driveways shall be placed by first providing a void through which the PVC conduit
shall be inserted. The void may be accomplished by either boring or jacking a
mandrel. If it is determined by the Engineer that it is impractical to place the conduit
as outlined above due to unforeseen obstructions, written permission may be granted
by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or
boring shall not be closer than two feet to the back of the curb or outside edge of the
6-41 Technical Specifications &
Description of Pay Items
shoulder unless otherwise directed by the Engineer. The jacking or boring method
used shall not interfere with the operation of street, highway, or other facility, and
shall not weaken or damage any embankment, structure, or pavement. Heavy jacks
are to be used for jacking. Boring is to be done by mechanical means providing a
maximum one -inch cover cut for the conduit to be placed, and use of water or other
fluids in connection with the boring operation will be permitted only to the extent to
lubricate cuttings. Water jetting will not be permitted. Where conduit is to be placed
under existing asphaltic pavement, the jacking method is to be used unless written
approval is given by the Engineer for placement of conduit by boring.
2.0 GROUND PULL BOX
2.1 General
2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) 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 of various sizes and
also for accessibility when pulling signal or interconnect cable.
2.2 Description
— 2.2.1 This item shall govern the construction, furnishing and installation of precast ground
boxes in accordance with locations and details shown on the plans. Unless otherwise
noted on plans, ground boxes shall be precast concrete.
2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and
extension shall be precast concrete. The cover shall be galvanized steel. The cover
shall be fabricated 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 Signals" shall be integrally cast into the top surface of the cover, and the
— cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal.
2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x
12 ". The bottom portion of each will be open, with sturdy flange around the
perimeter so that the box seats firmly on the top of extension. A minimum of four
knockouts, to accept three inch duct, one on each end and side, shall be provided in
— each box and extension section.
2.3 Materials
2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A
_ conforming to the requirements of the Standard Specifications for Public Works
Construction North Central Texas, "Concrete For Structures ". Reinforcing steel used
in the construction of the ground boxes shall conform to the requirements of the
"Steel Reinforcement ".
6-42 Technical Specifications &
Description of Pay Items
2.4 Construction Methods
2.4.1 The construction and installation of the ground boxes shall be carried out in
compliance with the requirements herein stated and in conformity with the details
shown on the plans. Upon completion of the work, each installation shall present a
neat and workmanlike finished appearance.
3.0 CABINET FOUNDATIONS
3.1.1 All concrete materials and their preparations shall be in accordance with the
requirements contained in Standard Specifications for Public Works Construction
North Central Texas, 'Drilled Shaft Foundation," and the additional requirements
herein.
3.1.2 All concrete used in the project shall have the following mix proportions and
characteristics:
a. Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0
b. Maximum Water - Cement Ratio - 6.5
C. Maximum Size of Aggregate - 1 inch
d. Minimum Compressive Strength (28 day cure at 70 F.) 3000 psi
e. Slump Range in inches - 3 to 5
Use of a cement dispersing agent is permissible, but not required when the
temperature of ambient air or of the concrete mix is above 85 F.
3.2 Excavation for all required foundations shall be done in accordance with lines and
depth indicated on the Plans. All loose material shall be removed from the
excavation before the concrete is placed. Any water shall be removed by pumping or
bailing. The use of explosives will not be permitted.
3.2.1 Foundations shall be constructed to the dimensions shown on the Plans or directed by
the Engineer. Care shall be used to insure that the top of the finished foundation is
exactly level. Anchor bolts and conduits shall be held rigidly in place by a template
until the concrete is set. A mechanical vibrator shall be used for compacting and
working the concrete. After the concrete has been placed and the top struck off, it
shall be covered with wet cotton or burlap mats, for not less than ninety -six (96)
hours.
3.2.2 Backfill shall be tamped with mechanical tamps in 6 -inch layers to the density of the
surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder
shall be replaced with material equal to the original construction.
6-43 Technical SpeciJlcatlons &
Description of Pay Items
3.2.3 All excavated material not required for backfill shall be promptly removed and
disposed of by the Contractor outside the limits of the project.
3.2.4 No concrete shall be placed when the atmosphere temperature is at or below 40 F.
(taken in shade away from artificial heat) unless permission to do so is given by the
Engineer.
4.0 MEASUREMENT AND PAYMENT
4.1 Cabinet Foundation
a. Measurement. Foundations will be measured per each unit. Materials
required and used in installation, such as reinforcing steel, ground rods and
forms will not be measured directly but will be considered subsidiary to the
Items "Drilled Shaft Foundation" and "Cabinet Foundation ".
b. Payment. Foundations installed in place, will be paid for at the unit price bid
for respective types specified in the bid item list. Said prices shall be full
compensation for furnishing and installing all required materials, such as
reinforcing steel, concrete, ground rods, anchor bolts, and for all labor,
_ materials, tools, equipment, all backfilling, and incidentals necessary to
complete the work.
4.2 Ground Boxes
a. Measurement. Ground boxes will be measured per each unit. Materials
required and used in installation, such as bedding gravel, will not be measured
directly, but will be considered subsidiary to the Item "Ground Boxes ".
b. Payment. Ground boxes, provided and installed in place as shown on the
Plans will be paid for at the unit price bid specified in the bid item list. Said
prices shall be full compensation for furnishing and installing and for all
labor, tools, materials, equipment and incidentals necessary to complete the
work.
4.3 Conduit
a. Measurement. Conduit of the respective sizes and material type specified on
the Plans, will be measured per lineal foot. Materials required and used in
installation, such as couplings and connecting hardware, will not be measured
directly, but will be considered subsidiary to the Item "Conduit ".
b. Payment. Conduit, provided and installed in place will be paid for at the unit
price bid for respective size and type specified in the bid item list. Said prices
644 Technical Specy7cations &
Description of Pay Items
shall be full compensation for furnishing and installing all described
connecting hardware, for cleaning existing conduit sections (those to be
reused) and for all labor, tools, materials, equipment and incidentals necessary
to complete the work.
6-45 Technical Specifications &
Description of Pay Items
r
MULTIPLE CONDUCTOR AND SINGLE
CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE
1.0 GENERAL
This specification covers polyvinylchloride compound jacketed polyethylene -
insulated multi- conductor cable, and polyvinylchloride compound - insulated single
conductor wire, rated 600 volts, for use in signal systems in underground conduit, as
aerial cable supported by a messenger or for induction loop detector wire.
2.0 GENERAL CONSTRUCTION
Cable under this specification shall be composed of uncoated copper conductors
individually insulated with heat stabilized polyethylene (multi- conductor) or with
polyvinylchloride compound (single conductor) as specified herein. Multiple
insulated conductors shall be laid up in a compact form, bound with suitable tape, and
jacketed with polyvinylchloride compound.
3.0 CONDUCTORS
3.1 The copper conductors shall, before insulating, conform to the requirements of
ASTM Designation B -3, latest revision for soft annealed copper wire, and ASTM B -8
for concentric lay, stranded copper wire.
3.2 The conductors shall be stranded unless otherwise specified in the plans and
specifications.
3.3 The number and size of the conductors shall be as specified in the plans and
specifications.
4.0 INSULATION
4.1 Multi- Conductor Cable
The insulating compound before application to the conductors shall be heat - stabilized
polyethylene conforming to the requirements of ASTM Designation Dl 248, 63T,
Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the
conductor. Insulation after the application to the conductors shall meet the following
requirements when tested in accordance with the procedures given in ASTM
Designation D1351, latest revision, and ASTM Designation D470, latest revision.
Physical Properties of Polyethylene Insulation
a. Initial Properties:
Tensile strength, lbs. per sq. in., minimum 1400
Elongation at rupture, percent, minimum 350
6.46 Technical SpeciJlcations &
Description of Pay Items
r-
F�
^
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
C. Cold Bend Test, I hour at -55 °C;
plus or minus 1 degree no cracks
(Mandrel diameter 2.5 times insulation diameter).
4.2 The nominal thickness of the insulation shall be not less than that specified in Table
1. The minimum thickness of the insulation shall be not less than 90 percent of the
nominal value.
4.3 Moisture Absorption
a. After a twenty-four hour immersion in tap water at 50 °C plus or minus 1'C,
the specific indicative capacity of the insulation shall be not more than 2.5.
After a continued fourteen day immersion, the specific inductive capacity
shall be not more than 1.5 percent higher than the value determined at the end
of the first day, nor more than 1.0 percent higher than at the end of the seventh
day.
b. The moisture absorption tests shall be conducted in accordance with methods
specified in IPCEA S -61 -402, NEMA WC5, latest revision.
^ 4.4 Electrical Properties
a. Dielectric Strength
Each processed length of insulated conductor before cabling shall withstand
the test voltage specified in Table 1 for a period of 5 minutes after immersion
in water for not less than 6 hours and while still immersed.
b. Insulation Resistance
Each processed length of insulated conductor, after withstanding the
Dielectric Strength Test, and while still immersed, shall comply with the
insulation resistance requirements of Table I.
C. The Dielectric Strength and Insulation resistance Tests shall be conducted in
accordance with the requirements of ASTM Designation D470, latest
revision.
6-47 Technical Specifications &
Description of Pay Items
4.5 Single Conductor Cable
The insulation shall be tough, durable, stabilized polyvinylchloride compound
meeting the requirements of Underwriter's Laboratories Type THW.
4.6 The physical characteristics of the insulation shall be as given in Table H. Tests of
these characteristics shall be made in accordance with ASTM designation D-
470, latest revision.
6-48 Technical SpecJficadons &
Description of Pay Items
TABLE I
— INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE
Conductor Size
Insulation
Test Voltage
Insulation Resistance
AWG
Thickness
at 60 °F. Megohms -
-
Inches
1000 Feet
20
.025
2500
15,000
'- 19
.025
2500
15,000
18
.025
2500
15,000
— 17
.025
2500
15,000
16
.025
2500
14,800
— 15
.025
2500
13,700
14
.025
2500
12,600
13
.030
3000
13,200
12
.030
3000
12,100
11
.030
3000
11,000
10
.030
3000
10,100
9
.030
3000
9,200
8
.030
3000
8,300
4.5 Single Conductor Cable
The insulation shall be tough, durable, stabilized polyvinylchloride compound
meeting the requirements of Underwriter's Laboratories Type THW.
4.6 The physical characteristics of the insulation shall be as given in Table H. Tests of
these characteristics shall be made in accordance with ASTM designation D-
470, latest revision.
6-48 Technical SpecJficadons &
Description of Pay Items
TABLE II
—
a.
Initial Properties:
Tensile strength, lbs. per sq. inch, min.
2300
—
Elongation, percent, min.
250
b.
After 120 hours in Air Oven at 100 °C:
—
Tensile strength, percent of original, min.
85
Elongation at rupture, percent of original, min.
60
C.
Cold Bend Test. 1 Hour at -55 °C, no cracks
(Mandrel Diameter 2.5 times covering diameter)
d.
Flame Test, self - extinguishing in m max.
1
4.7
Thickness, Diameters and Weights
—
a. The completed conductor shall conform to the requirements of Table III.
b. The thickness of the insulation shall be not less
than 90% of the nominal
value in Table III.
C. The minimum spot thickness shall be not less than 70% of the nominal
thickness.
TABLE III
Conductor Nominal Approx.
Approx.
Size Thickness O.D.
Weight
AWG of Covering Inches
Lbs/M Ft.
-'
4 .045' .300
131
6 .045" .260
85
8 .045' .220
56
10 .030" .174
34
12 .030" .140
23
5.0 CONDUCTOR COLOR CODING
5.1 Multi- Conductor Cable
Standard color coding for cables shall be in accordance with Table IV. When
permitted by the purchaser, the conductor coding may be numerals and words
printed on the conductor insulation. Base colors shall be obtained by the use of
colored insulation. Tracers shall be colored stripes or bands which are part of, or
firmly adhered to, the surface of the insulation in such a manner as to afford
distinctive circuit coding throughout the length of each wire. Tracers may be in
6-49 Technical Specifications &
Description of Pay Items
^
continuous or broken lines, such as a series of dots or dashes, and shall be applied
^ longitudinally, angularly, spirally or in other distinctive patterns.
TABLE IV
^ CONDUCTOR COLORS AND SEQUENCE
Conductor No. Base Color
First T race r
1 Black
2 White
3 Red
4 Green
r— 5 Orange
6 Blue
^ 7 White
Black
8 Red
Black
'— 9 Green
Black
10 Orange
Black
11 Blue
Black
12 Black
White
^ 13 Red
White
14 Green
White
15 Blue
White
16 Black
Red
17 White
Red
18 Orange
Red
19 blue
Red
20 red
Green
21 orange
Green
6-50 Technical Specifications &
Description of Pay Items
5.2 The color sequence may be repeated as necessary. Color code sequence applies
when cable is composed of mixed sizes.
5.3 Special color coding, when specified in unpaired conductor cables, shall consist of
black for all conductors except that one conductor shall be identifiable conductor in
each layer.
5.4 For combination cables consisting of pairs with single conductors, color code
sequence given in Table IV, shall be used for pairs, repeated as necessary.
5.5 Single Conductor Cable
Black covering shall be used for signal and power circuit positive. White covering
shall be used for signal and power circuit common. Red covering shall be used for
detector positive. Blue covering shall be used for detector circuit common.
Covering colors shall be obtained by use of colored polyvinylchloride.
6.0 CONDUCTOR ASSEMBLY (MULTI- CONDUCTOR CABLE)
6.1 Two - Conductor Cable
a. Two - conductor cables shall have a maximum length of lay not more than 30
times the installed conductor diameters.
b. Two - conductor cables shall be of 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:
Number of Maximum
Conductors Length of Lay
3 35 times insulated conductor diameter
4 40 times insulated conductor diameter
5 or more 15 times assembled core diameter
b. Each layer of conductors in the cable shall be laid in a direction opposite to
that of adjacent layers. When permitted by the purchaser, unidirectional lay
may be used. The outer layer shall be left -hand lay.
6-51 Technical Specifications &
Description of Pay Items
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 nonmetallic moisture-
resistant material which has no injurious effect on adjacent components.
6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture-
resistant tape applied so as to lap at least 10 percent of its width.
7.0 JACKET (MULTI- CONDUCTOR CABLE)
7.1 Over the taped conductor assembly there shall be applied a tightly fitting
polyvinylchloride compound jacket which shall meet the following requirements
when tested in accordance with ASTM Designation D1047, latest revision.
6-52 Technical Specifications &
Description of Pay Items
PHYSICAL PROPERTIES
OF POLYVINYL CHLORIDE JACKET
a. Initial Properties: 1800
Tensile Strength, lbs., per sq. in., min.
Elongation at rupture percent, min. 250
b.
After 5 days in air oven at 100 °C:
0.701 - 1.500
80
Tensile Strength percent of original, min.
85
2.501 and larger
Elongation at rupture percent of original, min.
60
C.
Head Shock Test, Air Oven, 1 hour at 121 °C: no cracks
d.
Heat Distortion Test, Air Oven, 1 hour at 121 °C:
Decrease in thickness, percent, max.
50
e.
Cold Bend Test, I hour at -40 °C: no cracks
f.
Flame Test, minutes burning, max.
1
g.
After 4 hours in ASTM No. 2 oil at 70 °C:
Tensile Strength, percent of original, min.
80
Elongation at rupture, percent of original, min.
60
7.2 The nominal thickness of the jacket shall be as specified in Table V. The average
thickness shall be not less than 90% of the specified thickness. The minimum
thickness shall be not less than 70% of the nominal thickness.
TABLE V
Calculated Diameter of Cable Jacket Thickness
Under Jac ket, I nches
0.425 and less 45
0.426 - 0.700
60
0.701 - 1.500
80
1.501 - 2.500
110
2.501 and larger
140
8.0 IDENTIFICATION
8.1 Each shipping length of multi- conductor cable shall have a tape showing the name
of the manufacturer and the year in which the cable is manufactured, placed over or
under the tape covering the conductor assembly before the application of outer
6-53 Technical Specifications &
Description of Pay Items
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.
9.0 SAMPLING, INSPECTING AND ACCEPTANCE
9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture.
9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the
tests made on the cable to show compliance with this specification.
9.3 Tests on Entire Cable - The individual conductors of each length of completed cable
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.
1
9.4 Sample Tests - One sample for establishing conformity to this specification shall be
taken from each 10,000 feet or fraction thereof, of each type and size of cable except
r that for the physical dimensions and the visual inspection a sample shall be taken
from each reel. In case that these samples fail to meet the requirements of this
_ specification, two additional samples shall be selected from new cable lengths and
the lot shall be accepted if retests are both satisfactory. However, in case of
any failure on the retest, the lot shall be rejected.
10.0 PACKING AND MARKING FOR SHIPMENT
Reels for multi- conductor cable shall be substantially constructed and in good
condition. The cables shall be suitably protected. Each end of the cable shall
be available for testing, properly sealed, and protected against injury. Each
reel shall be plainly and permanently marked with manufacturer's full
description 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.
11.0 INSTALLATION OF CABLE
11.1 General
11.1.1 The cables shall be installed in the conduit. The conduit must be continuous,
reasonably dry, completely free of debris, and without any sharp projections, edges, or
short bends. The conductors shall be installed in such manner and by such methods
as to insure against harmful stretching of the conductor or damage to the insulation
and shall conform to the recommendations of the cable manufacturer. The Contractor
6-54 Technical Specifications &
Description of Pay Items
shall furnish, at the request of the Engineer, at least two copies of the manufacturer's
recommendations, including methods of attaching pulling tension per conductor size
and per radius of conduit bend, and the type of lubricant to be used.
_ 11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors
shall be assembled to form one loop in such a manner that the pulling tension is
distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes.
For short runs, the cables may be gripped directly by the conductors by forming them
into a loop to which the pull wire or rope can be attached. The insulation on each
conductor shall be removed before the loop is formed. The method used will depend
on the anticipated maximum pulling tension in each case.
11.1.3 In many instances, existing conduits which contain signal cable are to be used for the
installation of new cables. In such locations, the existing cable(s) may be used to pull
in the new cables. Should the Contractor desire to install new cables without
removing the existing cables, the new installation shall be done in such a way as to
prevent damage to the existing and/or new cables. In the event of damage, the
Contractor shall bear the responsibility of replacement of defective cables.
11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded
under any circumstances. If so required by the Engineer, the Contractor shall insert a
dynamometer in the pull wire as the cables are being pulled into the conduit to
demonstrate that the maximum tensions are not being exceeded. The cable shall be
fed freely off the reel into the conduit without making a reverse curve. At the pulling
end, the pull wire and or other suitable devices shall be used as required to reduce any
hazards to the cable during installation. The cables shall be adequately lubricated to
reduce friction and further minimize possible damage. Such lubricants shall not be
the grease or oil type used on lead sheathed cables but shall be one of several
commercially available wire pulling compounds that are suitable for these kinds of
cables. They shall consist of soap, talc, mica, or similar materials and shall be
designed to have no deleterious effect on the cables being used.
11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole
bases, pullboxes, and all other terminations. The cable manufacturer's recommended
values for the minimum bending radii to which cables may be bent for permanent
training during installation shall be adhered to. These limits do not apply to conduit
bends, sheaves or other curved surfaces around which these cables may be pulled
under tension while being installed. Larger radius bends are required for such
conditions.
11.2 Wire and Cable
11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire
and cable specifically covered by other items of this contract. The minimum size of
conductors shall be as indicated on the plans.
6-55 Technical Speciflcations &
Description of Pay Items
11.3 Controller Cabinet Wiring
11.3.1 Wiring for the controller shall consist of connecting to its terminals (1) wires to
signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires,
(5) the ground wires, and (6) the interconnect wires. At the controller all conductors
from the field shall be stripped back and an eye hook formed in the wire. These
"hooks" shall be inserted under the binder head screw and tightened securely. Other
wiring for the controller shall be as required by the wiring diagrams and instructions
furnished with the controller by the manufacturer.
11.3.2 All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to
their destination and neatly laced together. Communication and detector lead -in
cables shall be clearly identified by use of metal or plastic tags. For example:
Eastbound Right Lane.
11.4 Signal Head Wiring
11.4.1 Wiring for the signal head shall consist of connecting the terminal block in each
signal section to the common terminal block in each signal face and where applicable,
connecting the common terminal block in each signal face to the terminal block in the
signal-head terminal compartment. All such connecting wires shall be number twelve
(12) American Wire Gauge. All conductors running from any terminal points located
in the pole or transformer base to the signal head terminals shall likewise be number
twelve (12) A.W.G. The Contractor shall furnish the NO. 12 A.W.G. for this work.
11.5 Terminals and Splices
11.5.1 Except for controllers, the ends of all wires which are to be attached to terminal posts
shall be provided with soldered terminals that meet the requirements of the National
Electrical Code.
11.5.2 Unless otherwise called for in the plans, splices will be permitted in the wires of
signal conductors only in the base of each signal pole at terminal points called for in
the plans. If lead -in conductors from detectors to controller are of different type than
the detector leads, a water -tight splice, acceptable to the Engineer, may be made in
ground box adjacent to the detector location. 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. Splicing methods shall be in accordance with good electrical
practice and the cable manufacturer's recommendations. All materials used shall be
high quality and specifically intended for these purposes. The cables shall be trained
to their final position and cut to proper lengths. The jacket and insulation shall be
removed as required. In doing this, use proper care to insure against nicking the
conductors. The connector shall be soldered. Heat shall be applied by the use of hot
solder. Heating the connection with a direct flame will not be permitted. Care shall
be used to protect the insulation when soldering. The entire surface shall be cleaned
taking special care in cleaning outside jacket in order to remove the wax finish.
6-56 Technical Specifications &
Descripilon of Pay Items
Before the first layer of tape is wrapped, the entire area shall be coated with an
_ electric grade rubber cement. After this solvent has dried, the connection shall be
insulated with electrical grade rubber splicing compound tape to proper thickness.
This tape requires a pressure and thus must be stretched to 2/3 width when applied.
The completed splice shall be covered with a half -lap layer of vinyl plastic electrical
tape. This wrapping shall be smooth but the tape shall not be stretched more than
necessary.
11.5.3 Splices in communication cables shall include the shield. Splices between cable pairs
shall be made with Scotchlock solderless connectors designed for this specific
application. The completed splice shall be insulated with a re- enterable plastic splice
case. Splices at points other than those shown on the plans may be made only with
the written permission of the Engineer.
11.5.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The
Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the
various layers of materials and the connector. The splice shall be thoroughly checked
for compliance to these special provisions. The splice shall then be remade by the
Contractor. This work shall not require extra payment, but is considered subsidiary to
other items in the contract. All of the splices selected for this inspection shall
conform to the requirement of these special provisions. If any splices fail to meet
these requirements, ten (10) more splices shall be selected to random by the Engineer
for inspection.
11.6 Enclosed Wiring
11.6.1 Except for span wire suspended cables and electrical wiring within steel signal poles,
all cables and single conductor wire above the ground surface shall be enclosed in
approved metal conduit up to but no closer than one foot of the lowest power
conductor. The power entrance to the controller may be made through underground
polyvinyl- chloride conduit.
11.7 Identification of Signal Wires
11.7.1 IMSA color coded signal cable shall be used to wire bases, pullboxes and
controllers. Colors shall be continuous from the point of origin to the point of
termination. Splices will be permitted if same colors are spliced.
12.0 GROUNDING AND BONDING
12.1 There shall be a properly installed and connected ground rod for each
controller cabinet and power drop to reduce any extraneous voltage to a safe
level. The location of the ground rod shall be such as to minimize the length of
the grounding - conductor run. All grounding circuits shall be substantial and
permanent and shall be electrically continuous with an ohms -to- ground resistance not
to exceed 10 ohms when tested by a volt -ohm- meter.
6-57 Technical Specy1cations &
Description of Pay Items
1 2.2 Signal and Controller
12.2.1 The signal pole housing, controller housing, signal common and service common
shall be grounded. All groundings shall be as shown on the plans and/or may be
indicated in the manufacturer's specifications and wiring diagrams. All grounding
devices used shall conform to the requirements of the National Electrical Code. The
service common at the pole from which the power is taken shall be grounded.
12.3 Conduit and Signal Posts
I
12.3.1 Metal conduit and metal signal posts or pedestals shall be bonded to form a
continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8
copper - wire or equal.
12.4 Grounding Connectors and Electrodes
12.4.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The
conductor shall be bonded to ground rods. Ground rod electrodes shall be copper-
'- bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to
a depth sufficient to provide the required resistance between electrodes and ground
(10 ohms). All ground rods shall be a minimum of six feet long. When the location
precludes driving a single ground rod to a depth of six feet or when a multiple ground
rod matrix is used to obtain the required resistance to ground, ground rods shall be
spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire.
Connections to underground metallic conduit shall not be considered sufficient for
grounding requirements. Connection of grounding circuits to grounding electrodes
shall be by devices which will ensure a positive, fail -safe grip between the conductor
and the electrode (such as lugs or pressure connectors). No splice joint will be
permitted in the grounding conductor.
13.0 MEASUREMENT AND PAYMENT
Single and multi- conductor cable, installed and in place, and of the size and number
of conductors specified on the Plans, 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 cable with proper grounding, and for all labor, tools, materials, equipment
and incidentals necessary to complete the work.
14.0 GUARANTY
If it is the normal trade practice for the manufacturer to furnish a guaranty for the
work provided herein, the Contractor shall turn this guaranty over to the Engineer for
potential dealing with the guarantor. The extent of such guaranty will not be a factor
in selecting the successful bidder.
6-58 Technical Specifications &
Description of Pay Items
POWER SERVICE AND SERVICE EQUIPMENT
_ AND
GENERAL SYSTEM WIRING PROCEDURES
1.0 POWER SERVICE AND SERVICE EQUIPMENT
1.1 Power Service Connection
1.1.1 The Contractor shall make all arrangements for connection to the power service, 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 famished by the
Power Company.
_ 1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a 115-
125 volt, single -phase, 60 cycle A.C. supply. The wire used for the power connection
shall be a minimum size as indicated on the Plans and shall be insulated for six
hundred (600) volts. The common wire shall be white -coded and the power positive
shall be black- coded.
1.2 Power Service Equipment Requirements
Power service equipment shall meet the following requirements: (a) Lightning
arrestor will be required. It shall be of the valve type, 0 -650 volt with bracket for
cabinet mounting and shall be connected between hot leg and ground, per drawing in
Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single
pole, 120 volt, 5000 IAS meeting Federal Specification W- C -375A, installed as
shown on the Plans. (c) All miscellaneous hardware, i.e., conduit, conductors,
pedestal cabinet 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.
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
furnished with the controller by the manufacturer.
2.2 Signal Heads
Wiring for the signal head shall consist of connecting the terminal block in each
signal section to the common terminal block in each signal face to the terminal block
6-59 Technical Specifications &
Description of Pay Items
in the signal head terminal compartment. All such connecting wires shall be
_ number twelve (12) American Wire Gauge. All conductors runnin from any
terminal points located in the pole or transformer base, to the signal head terminals
shall likewise be twelve (12) AWG.
2.3 Splices
Unless otherwise called for in the Plans, splices will be permitted in the wires of
signal conductors only in the transformer base or handhold of each signal pole at
terminal points called for on the Plans. Splices at points other than as stated above
may be made only with the written permission of the Engineer. All splices shall be
watertight.
2.4 Terminals
Except for controllers, the ends of all wires which are to be attached to terminal posts
shall be provided with solderless terminals that meet the requirements of the National
Electrical Code.
2.5 Wire and Cable
All wire and cable shall conform to the requirements shown on the Plans, except wire
and cable specifically covered by other items of this contract. The minimum size of
conductors shall be as indicated on the Plans.
r
2.6 Enclosed Wiring
Except for span wire suspended cables and electrical wiring within steel signal poles,
all cables and single conductor wire within twenty -one (21) feet above the ground
surface shall be enclosed in approved metal conduit. Power -tap lines carried down
poles shall be placed in metal conduit. The power entrance to the controller shall be
made through underground polvvinylchloride conduit only.
2.7 Identification of Signal Wires
Numbered identification tags of metal, plastic or tape shall be placed around each
-- wire adjacent to wire ends in the controller cabinet, signal head and signal- pole -base
terminal boxes.
2.8 Signal and Controller
The signal poles, controller housing, signal common and service common shall be
grounded. All grounding shall be as shown 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 requirements of the National Electric Code. The service
6-60 Technical Specifications &
Description of Pay Items
common at the pole or service pedestal from which the power is taken shall be
grounded.
2.9 Conduit and Signal Poles
Metal conduit and metal signal poles 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 conduit openings shall be sealed with a sealing compound in
accordance with the National Electrical Code.
2.11 The sealing compound used shall have a melting point of not less than two hundred
(200) degrees Fahrenheit, and shall not be adversely affected by the surrounding
atmosphere or moisture.
3.0 MEASUREMENT AND PAYMENT
3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this
specification. Payment for wire and cable is per respective items in the bid item list.
3.2 Power Service
a. Measurement. The power service will be measured per each unit. Materials
required in installation, such as lightning arrestor, circuit breaker, enclosure,
foundation, and incidentals will not be paid for directly, but will be considered
subsidiary to the Item "Power Service Pedestal and Equipment ".
b. Payment. Power service, installed in place, will be paid for at the unit price
bid as specified in the bid item list. Said payment shall be full compensation
for furnishing and installing, circuit breakers, weatherheads, lightning arrestor
and required incidentals and for all labor, tools, equipment, materials and
incidentals necessary to complete the work.
6-61 Technical Specifications &
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 minimum 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 0 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 Technics! Specifications &
Description of Pay Items
2.0 MATERIAL REQUIREMENTS
2.1 At temperatures up to and including 70 °C (158 °F), materials shall not give off fumes
which are toxic or otherwise injurious to persons, animals, or property. The material
shall not be adversely altered by contact with sodium chloride, calcium chloride, or
other similar chemicals on or used on the roadway surface; or because of the oil
content of pavement materials; or form oil dropping from traffic. The material shall
not soften at 180 °F when tested by the Ball and Ring Method, American Society of
Testing Materials (ASTM) Method E2S58T.
2.2 a. The material shall consist of polymeric binder film, prime pigment or
pigments, filler pigment, and glass traffic beads in a uniform blend so that
any 90 to 100 gram sample shall be representative of lot, batch, or mix
sample.
b. A minimum of 90 percent of the binder shall be hydrocarbon resins.
The total binder content of the pavement marking materials shall not be
less than 25 percent nor more than 30 percent by weight.
C. A minimum of 98 percent of the prime and filler pigments used in the
formulation, when washed free of resins by solvent washing, shall pass a
U.S. Standard Sieve No. 230 (0.0024 inch opening).
d. The prime pigment of the white pavement marking material shall be
titanium dioxide and shall be a minimum of 12 percent by weight of total
material.
e. The prime pigment or pigments of the yellow pavement marking material
shall be medium chrome yellow or other approved yellow pigments
ranging from 10 to 15 percent by weight of total material.
3.0 MATERIAL APPLICATION AND EQUIPMENT
3.1 The general application method, material, and equipment used shall conform with the
manufacturer's recommendations. All lane and word/symbol marking configurations
shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices ",
as currently amended. The general application procedure is as follows:
3. 1.1 Clean the road surface by high pressure air. Blast cleaning may be required by the
Engineer on existing road surfaces.
3.1.2 Pre -mark the road surface with chalk or crayon where the markings are to be applied.
3.1.3 Prime the road surface using recommended primer and applicator, extending beyond
outlined area a minimum of 1 ".
6-63 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 methyhnethacrylate 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 Specy7callons &
Description of Pay Items
g. All other pavement surfaces may be prepared by any effective method,
approved by the Engineer, that will insure complete removal of all materials
or conditions deleterious to proper adhesion of the markings to the roadway
surface.
5.0 PERFORMANCE
Installed pavement markings shall meet all requirements of this specification for a
minimum of 30 calendar days after final installation of pavement markings is
complete. Pavement markings that fail to meet all requirements of this specification
shall be removed and be replaced with pavement markings meeting the
requirements of this specification at the expense of the Contractor. The Contractor
shall replace all pavement markings failing the requirements of the specification
within 30 working days following notification by the Engineer of such failing
pavement markings. All pavement markings, including replacement markings, shall
meet all requirements of this specification for a minimum of 30 calendar days after
final installation of original and necessary replacement pavement markings.
6.0 MEASUREMENT AND PAYMENT
Shown on the Plans are the specified colors, widths, and configurations of required
markings along with a quantity computation for each type. Quantity estimates are
given for Contractor's information only.
a. Measurement of applied material will be considered as described in the
Proposal and Plans.
b. Payment. All lane and word/symbol markings, installed in place, will be
paid for at the unit price bid as specified in the bid item list. Said payment
shall be full compensation for all cleaning and removal, fimiishing and
installing all markings and for all labor, equipment, tools, materials, and
incidentals necessary to complete the work.
r-
6-65 Technical Specifications &
Descripdon of Pay Items
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 Specifications &
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
r 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 Specifications &
Description of Pay Reins
F-
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- 3106A184S) 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 @ 1A
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 -turn 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 -350 ❑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, 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
r
r-
e. Pictorial of component layouts or circuit board(s).
f. Maintenance and trouble shooting procedures.
r- 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 fiunishing 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.
r-
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. hi 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
r
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 " 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 minim separation of one
(1) foot shall be maintained between loop leads underneath the pavement surface.
r-
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 Specifications &
Description of Pay Items
r
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.
r
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 furnishing 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
finnishing and installing all detector loops, including marking locations of loops, saw
6-71 Technical Specifications &
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.
r 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 Spedfleatlons &
Description of Pay Items