ST8201-CS 890612 CeOANSU LTI: G ENGINEER :.,
P.O. Box 478
Coppell, Texas 75019
Re:
Denton Tap Road Traffic Signals at Bethel School Road and
Parkway Boulevard; and Sandy Lake Road Traffic Signal
Modifications at Moore Road
Dear Mr. Doyle:
We are transmitting herewith one draft copy of the Bidding
Documents, Contract Documents, Specifications, and Drawings for
the project for your review and comment. It is our intention
that the City of Coppell advertise this project for bidding the
first three weeks of July as indicated in the draft Bidding
Documents. Bids will be due July 20, 1989.
Prior to advertisement of this project for bid we understand that
the Purchasing Agent must assign an RFP No. to the Bidding
Documents. By copy of this letter we are requesting that the
Purchasing Agent assign the RFP No. for the project and forward
said number to us via your review comments.
Please review the .Documents and Dra~ings and return~hem with
your comments to this office on or be~re June 26, 1989~.)
Call me if you have any questions.
Sincerely,
J~hn C. Karlsruher, P.E.
Project Engineer
enclosures
cc:
H. Wayne Ginn, P.E.
Purchasing Agent, City of Coppell
File J-356
a:356draft
17103 Pres~n Road · Suite 100 · LB 118 · Dallas, Texas 75248 · Phone 2141248-4900
FOR
DENTON TAP ROAD TRAFFIC SIGNALS AT
BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD;
AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT
MOORE ROAD
CITY OF COPPELL
DALLAS COUNTY, TEXAS
JUNE 1989
Prepared By:
GINN, INC.
Consulting Engineers
17103 Preston Road, Suite 100
Dallas, Texas 75248
TABLE OF CONTENTS
COVER PAGE
TABLE OF CONTENTS
INDEX TO DRAWINGS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
00020 - ADVERTISEMENT FOR BIDS
00100 - INSTRUCTIONS TO BIDDERS
00110 - GENERAL INSTRUCTIONS FOR BONDS
00300 - PROPOSAL AND BID FORM
00400 - BID BOND
00500 - GENERAL CONDITIONS OF AGREEMENT (GC-1 thru GC-14)
00510 - STANDARD FORM OF AGREEMENT (SF-1 thru SF-2)
00600 - PERFORMANCE BOND (PB-1 thru PB-2)
00610 - PAYMENT BOND (PB-3 thru PB-4)
00630 - CERTIFICATE OF INSURANCE
00650 - SPECIAL CONDITIONS (Supplementary Conditions)
TECHNICAL SPECIFICATIONS
DIVISION I - GENERAL REQUIREMENTS
01010 - SUMMARY OF WORK
01050 - FIELD ENGINEERING
01152 - APPLICATIONS FOR PAYMENT
01310 - CONSTRUCTION SCHEDULES
01340 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES
01700 - CONTRACT CLOSEOUT
01720 - PROJECT RECORD DOCUMENTS
01750 - WARRANTIES
APPENDIX A - SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS
AT MOORE ROAD
0
1
2
3
4
5
6
7
8
/%PPENDIX /%
ALTERNATE 1
ALTERNATE 2
INDEX TO DRAWINGS
Cover Sheet/Location Map
Index & Quantity Sheet
Belt Line Road/Denton Tap Road
Belt Line Road/Cowboy Drive
Phasing Diagrams & Interval Charts
Detail Sheet
Detail Sheet
Detail Sheet
Detail Sheet
SECTION 00020 - ADVERTISEMENT FOR BIDS
Sealed proposals addressed to the CITY OF COPPELL, Texas for
DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND PARKWAY
BOULEVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT
MOORE ROAD will be received by the City Secretary at the City of
C099ell Town Center, 255 Parkway Boulevard, until 10:00 a.m.,
Thursday, July 20, 1989, and then publicly opened and read aloud.
The Instructions to Bidders, Proposal Forms, Forms of
Contract, Plans, Specifications and Forms of Bid Bond,
Performance and Payment Bond, and other contract documents may be
examined at the following:
Ginn, Inc., Consulting Engineers
17103 Preston Road, Suite 100
Dallas, Texas 75248
(214) 248-49O0
Dodge Reports
1111 W. Mockingbird,
#12oo
Dallas, Texas 75247
(214) 630-6111
Texas Contractor
2510 National Drive
Garland, Texas 75041
(214) 271-2693
Associated General Contractors
11111 Stemmons Freeway
Dallas, Texas 75229
(214) 358-5357
Copies may be obtained at the office of Ginn, Inc. for a
payment of $35.00 per set, non-refundable.
The Owner reserves the right to waive any informalities or
to reject any or all bids.
Each bidder must submit two Original Bid Proposals and
deposit with his bid, a security in the amount , form and subject
to the conditions provided in the Instructions to Bidders.
PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE:
Installation of permanent traffic signals at two
intersections. Each consists of eight-phase controllers,
controller cabinets, signal heads, detection loops, mast arm
poles and pedestals, and miscellaneous appurtenances for a
complete-in-place installation. Modification of an existing
traffic signal installation at the Sandy Lake Road intersection
with Moore Road to allow for a protected left turn for Sandy Lake
Road traffic.
CITY OF COPPELL
Alan D. Ratliff, City Manager
Advertisement dates: July 2, 9, 16, 1989
Date
SECTION 00100 - INSTRUCTIONS TO BIDDERS
Defined Terms~ Terms used in these Instructions to Bidders
which are in the General Conditions of the Construction
Contract, have the meanings assigned to them in the General
Conditions.
Owner: Wherever the word "OWNER" is used in the
specifications and Contract Documents, it shall understood
as referring to the City of Coppell; Coppell, Texas.
Engineers Wherever the word "ENGINEER" is used in the
specifications and Contract Documents, it shall be under-
stood as referring to Ginn, Inc.; 17103 Preston Road, Suite
100, LB 118, Dallas, Texas 75248; phone (214) 248-4900.
Inspectors The authorized representative of the Engineer,
assigned to observe and inspect any or all parts of the work
and the materials to be used therein.
Bi~ders An individual, firm or corporation or any
combination thereof, submitting a proposal.
Contractors
combination
the contract
The individual, firm or corporation or any
thereof, party of the second part, with which
is made by the City of Coppell, Texas.
Superintendents
authorized to
Engineer and
construction.
The representative of the Contractor
receive and fulfill instructions from the
who shall supervise and direct the
D~cuments~ Complete sets of the Bidding Documents may be
obtained from the Engineer upon receipt of the required
payment as stated in the Advertisement for Bids. The
payment is non-refundable. No Bidding Documents will be
issued later than two (2) days prior to the date for
receipt of bids. If requested, Bidding Documents will be
mailed upon receipt of the required payment, plus a
$5.00 handling and shipping charge.
Plans and specifications may be examined at Ginn, Inc., and
copies may be obtained upon providing the required payment.
No partial sets of plans, specifications or proposal forms
will be issued.
Sec. 00100
1
Complete sets of Bidding Documents shall be used in
preparing Bids~ neither Owner nor Engineer assume any
responsibility for errors or misinterpretations resulting~
from the use of incomplete sets of Bidding Documents.
C. Disorepancie~ S~ould a Bidder find any discrepancy,
ambiguity, lnuonsls~ency, error or omission from the
drawings, specifications or prelect manual or of the site
and local conditions, or be in doubt as to their written
meaning, it is requested that the Bidder promptly notify the
Engineer who then will send a written instruction or
interpretation to all known holders of the documents.
Neither the Owner nor the Engineer will be responsible for
any oral instructions.
D. &ddenda~ Any addenda to the drawings, specifications, or
project manual issued before or during the time of bidding
shall be included in the proposal and become a part of the
contract.
Addenda will be mailed or delivered to all Bidders receiving
a complete set of Bidding Documents.
No Addenda will be issued later than four (4) days prior to
the date for receipt of bids except ~n Addendum, if
necessary, postponing the date for receipt of bids or
withdrawing the request for bids.
Each Bidder shall acknowledge on bid proposal that he has
received all Addenda issued.
Sttbstitutions~ The materials, products and equipment
described in the specifications and/or shown on the drawings
establish a standard or required function, dimension,
appearance and quality as required by the Engineer.
Reference is also made to Section 00650, paragraph one (1)
for additional discussion on this subject.
Method of Biddings The proposal provides for quotation of a
price, or prices, for one or more bi~ items, which may be
lump sum bid prices, alternate bid prices, or a combination
thereof. No payment will be made for i~ems not set up on
the proposal, unless otherwise provided by contract
amendment. All Bidders are cautioned that they should
include in the prices quoted for the various bid items all
necessary allowances for the performance of all work
required for the satisfactory completion of the project.
Sec. 00100
2
B®
Suboontraets~ The bidder is specifically advised that any
person, firm or other party to whom it is proposed to award
a subcontract under this contract must be acceptable to the
owner. It is further required that the name of the
mechanical and electrical subcontractors and any other
listed subcontractor be noted on the proposal form in the
blank space provided. Failure to list these will be
sufficient grounds to reject the proposal.
A®
Bid Security shall be made payable to the City of Coppell in
an amount of five percent (5%) of the Bidder's maximum Bid
price and in the form of certified or bank check or a Bid
Bond issued by a Surety Company holding a permit from The
State of Texas to act as surety.
Be
The Bid Security of the Successful Bidder will be retained
until such Bidder has executed the Agreement and furnished
the required Contract Security, whereupon it will be
returned~ if the Successful Bidder fails to execute and
deliver the Agreement and furnish the required Contract
Security within fifteen (15) days of the Notice of Award,
Owner may annul the Notice of Award and the Bid Security of
that Bidder will be forfeited. The Bid Security of any
Bidder whom Owner believes to have a reasonable chance of
receiving the award may be retained by Owner until the
sixty-first day after the Bid Opening or until a contract is
awarded. Bid security of other Bidders will be returned
within thirty (30) days of the Bid Opening.
1.4 OUALIFICATION OF BIDDERR
To demonstrate qualifications to perform the Work, each
Bidder must be prepared to submit within five days of
Owner's request written evidence of the types set forth in
the Supplementary Conditions, such as financial data,
previous experience and evidence of Bidder's qualification
to do business in The State of Texas or covenant to obtain
such qualification prior to award of the contract.
Be
Additionally, all Bidders shall be prepared to show that
they are skilled, experienced in, and have been regularly
engaged in the type of construction involved and that they
have the necessary financial resources to finish the Work in
a proper and satisfactory manner in the time specified.
The Engineer and Owner reserve the
documented evidence of the foregoing from
prior to award of the contract.
right to require
the Contractor
Sec. 00100
3
1.5
EXAMINATION OF CONTRACT DOCUMENTS AND SITE
conditions of Work: Each Bidder must fully inform himself
of the conditions relating to construction of the project
and employment of labor thereon. Failure to do so will not
relieve a Successful Bidder of his obligation to furnish all
material and labor necessary to carry out the provisions of
his contract. Insofar as possible, the Contractor must
employ methods or means to cause no interruption of or
interference with the work of any other contractor.
Examination of Site: Ali Bidders, including the general
Contractor and subcontractors shall examine carefully the
site of the Work to acquaint himself with working conditions
and all difficulties that may be involved therein, and shall
examine carefully all drawings, specifications and other
Contract Documents to familiarize himself with all of the
requirements, terms and conditions thereof. Any information
relating to the Work furnished by the Owner or others, or
failure to make these examinations shall in no way relieve
any Bidder from the responsibility of fulfilling all of the
terms of the contract, if awarded a contract. Also, failure
to visit the site will in no way relieve the Successful
Bidder from furnishing any materials or performing any work
required to complete Work in accordance with drawings and
project manual without additional cost to the Owner.
Laws, Regulations, Permits and Taxes: The Bidder's
attention is directed to the fact that all applicable state
laws, municipal ordinances, rules and regulations of all
authorities having jurisdiction over construction of the
project shall apply to the contract throughout, and they
shall be deemed to be included in the contract the same as
though herein written out in full as a part of these
documents.
Contractor shall secure, and include compensation for, in
his proposal, all permits and all required taxes which are
levied by governing bodies and which are assessable upon
labor and materials entering into this Work.
Before submitting his Bid each Bidder may, at his own
expense, make such investigations and tests of the site as
the Bidder may deem necessary to determine his Bid for
performance of the Work in accordance with the time, price
and other terms and conditions of the Contract Documents
On request, Owner will provide each Bidder access to the
site to conduct such investigations and tests as each Bidder
deems necessary for submission of his Bid.
The lands upon which the Work is to be performed, rights-of-
way for access thereto and other lands designated for use by
Contractor in performing the Work are identified in the
Supplementary Conditions, General Requirements or Drawings.
Sec. 00100
4
Ge
He
The quantities of work or materials as set forth in the
proposal form or on the plans are a calculated approximation
and are for the purpose of comparing the Bids on a uniform
basis. Payment will be made by the Owner to the Contractor
only for the actual quantities of work performed or
materials furnished in accordance with the contract. The
quantity of work to be done and materials to be furnished
may be increased or decreased as hereinafter provided.
Obligation of Bidders At the time of opening of bids, each
Bidder will be presumed to have inspected the site and to
have read and be thoroughly familiar with the drawings,
specifications and the project manual, including all
addenda.
The submission of Bid will constitute an incontrovertible
representation by the Bidder that he has complied with every.
requirement of this section, and that the Contract Documents
are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance
of the Work.
1.6 BID PROPOSALS
Gsnsr&l~ The Bidder shall submit two Oriainal Bid
~ based exactly on the documents as issued. No
substitutions, revisions or omissions from the plans
and/or specifications will be accepted unless authorized in
writing by the Engineer.
The proposal form is attached hereto~ additional copies may
be obtained from the Engineer.
Bid proposals must be completed in ink or by typewriter.
The Bid price of each item on the form must be stated in
words and numerals~ in case of a conflict, words will
take precedence.
The Bid proposal must be signed with the full name of the
Contractor and his address~ if a partnership, by a member of
the firm with the name and address of each member~ if a
corporation, by an officer thereof, the corporate name, and
have a corporate seal affixed.
Be
Form~ Make all proposals on forms provided and fill all
applicable blank spaces without interlineation, alteration
or erasure and must not contain recapitulation of the Work
to be done. No oral, telegraphic, or telephonic proposals
will be considered. Any addenda issued during the bidding
shall be noted on the proposal form.
Sec. 00100
5
Submittal: Each Bidder shall submit his Bid completely and
properly on proposal forms provided. Each Bid, without
the "Specifications and Contract Documents", shall be
enclosed in a separate sealed envelope, with the words "Bid
for" followed by the project title and the Bidder's name and
address, and accompanied by the Bid Security and other
required documents. If the Bid is sent through the mail or
other delivery system, the sealed envelope shall be enclosed
in a separate envelope with the notation "BID ENCLOSED" on
the face thereof.
Specifications and Contract Documents shall not be returned
with the Bids.
Telegraphlo Modifications: Any Bidder may modify his Bid by
telegraphic communication at any time provided such
communication is received by the Owner prior to the
scheduled closing time. Written confirmation must be
received within two days from the closing time or no
consideration will be given the telegraph modifications.
Withdrawal: If, within twenty-four hours after Bids are
opened, any Bidder files a duly signed written notice with
Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and
substantial mistake in the preparation of his Bid, that
Bidder may withdraw his Bid and the Bid Security will be
returned. Thereafter, that Bidder will be disqualified from
further bidding on the Work.
1.7 OPENING OF BIDS
The City of Coppell, Texas (herein called the "Owner")
invites all Bids on the form attached hereto, all blanks of
which must be appropriately filled in. Bids will be
received by the Owner (c/o City Secretary's office) at 10:00
AM. Thursday. July 20. 1989. at City of CODDell Town Center.
255 Parkway Blvd.. CPost Office BOX 478}, and then at said
location publicly opened and read aloud. The envelopes
containing the Bids must be sealed, addressed to the City of
Coppell, and designated as "Bid for Denton Tap Road Traffic
Signals at Bethel School Road and Parkway Boulevard; and
Sandy Lake Road Traffic Signal Modifications at Moore Road"
(Request for Proposal No. ).
When Bids are opened publicly they will be read aloud, and
an abstract of the amounts of the base Bids and major
alternates (if any) will be made available after the opening
of Bids on a bid tabulation sheet sent to all bidders.
Sec. 00100
6
~.8 BIDS TO REMAIN OPEN
Ail Bids shall remain open for ninety (90) days after the
day of Bid Opening, but Owner may, in his sole discretion,
release any Bid and return the Bid Security prior to that
date.
1.9
CONTRACT AWARD
A. Owner reserves the right to reject any and all Bids, to
waive any and all informalities and to negotiate contract
terms with the Successful Bidder, and the right to disregard
all nonconforming, nonresponsive or conditional Bids.
Discrepancies between words and figures will be resolved in
favor of words. Discrepancies between the indicated sum of
any column of figures and the correct sum thereof will be
resolved in favor of the correct sum.
B. In evaluating Bids, Owner shall consider the qualifications
of the Bidders, whether or not the Bids comply with the
prescribed requirements, and alternates and unit prices if
requested in the Bid forms. It is the Owner's intent to
accept alternates (if any are accepted) in the order in
which they are listed in the Bid form, but Owner may accept
them in any order or combination.
C. Owner may consider the qualifications and experience of
subcontractors and other persons and organizations
(including those who are to furnish the principal items of
material or equipment) proposed for those portions of the
Work as to which the identity of subcontractors and other
persons and organizations must be submitted as provided in
the Supplementary Conditions. Operating costs, maintenance
considerations, performance data and guarantees of materials
and equipment may also be considered by Owner.
D. Owner may conduct such investigations as he deems neceseary
to assist in the evaluation of any Bid and to establish
the responsibility, qualifications and financial ability of
Bidders, proposed subcontractors and other persons and
organizations to do the Work in accordance with the Contract
Documents to Owner's satisfaction within the prescribed
time.
E. Owner reserves the right to reject the Bid of any Bidder who
does not pass any such evaluation to Owner's satisfaction.
F. If the contract is to be awarded it will be awarded to the
lowest Bidder whose evaluation by Owner indicated to Owner
that the award will be in the best interests of the project.
G. If the contract is to be awarded, Owner will give the
Successful Bidder a Notice of Award within ninety (90) days
after the day of the Bid opening.
Sec. 00100
7
After award of contract to Successful Bidder, the Contractor
shall agree to begin work within ten (10) calendar days
after the date of "Notice to Proceed" of the Owner and
fully complete the project within the stated number of
consecutive calendar days thereafter as stipulated on the
bid proposal and agreement between Owner and Contractor.
~,~0 LIOUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
In the event the Bidder's proposal is accepted, and he fails
or refuses to enter into the contract and furnish the
required Performance and Payment Bonds within fifteen (15)
days after he has received notice of the acceptance of his
Bid, unless given a written extension of time by the Owner,
then the Bidder will be considered as having abandoned his
proposal and his Bid Security will be retained by the Owner
as liquidated damages, IT NOW BEING AGREED that the
specified sum of the Bid Security is a fair estimate of the
amount of damages that the Owner will sustain in case the
Bidder fails to enter into the contract and furnish the
Performance and Payment Bonds within the time stated in the
proposal.
1.11 CONTRACT TIME
Ae
The number of days within which, or the date by which, the
Work is to be completed (the Contract Time) is set forth
in the Bid Form and will be included in the Agreement. The
Contract Time for this project is:
NINETY (90) CALENDAR DAY8
Extension of time of completion will be permissible in
accordance with Section 4.02 of General Conditions of
Agreement.
1.12 LIOUIDATED DAMAGES
Provisions for liquidated damages are set forth in the
Proposal. Liquidated damages for this project are:
TWO H~NDRED FIFTY DOLLARS ($250.00) PER ~NDAR DAY
SUBCONTRACTORS. ETC.
If the apparent Successful Bidder, and any other Bidder so
requested will within seven (7) days after the day of the
Bid Opening submit to the Owner a list of all the
subcontractors and other persons and organizations
(including those who are to furnish the principal items of
material and equipment) proposed for those portions of the
Sec. 00100
8
C®
Work as to which such identification as so required. Such
list shall be accompanied by an experience statement with
pertinent informa~i~ ~s to similar projects and other
evidence of q~.all~lcatlon for each such Subcontractor,
person and organization if requested by the Owner. If Owner
or Engineer after due investigation has reasonable objection
to any proposed Subcontractor, other person or organization,
either may before giving the Notice of Award request the
apparent Successful Bidder to submit an acceptable
substitute without an increase to Bid price. If the
apparent Successful Bidder declines to make any such
substitution, the Contract shall not be awarded to such
Bidder, but his declining to make any such substitution will
not constitute grounds for sacrificing his Bid Security.
Any Subcontractor, other person or organization so listed
and to whom Owner or Engineer does not make written
objection prior to the giving of the Notice of Award will
be deemed acceptable to Owner and Engineer.
In contracts where the Contract Price is on the basis of
Cost-of-the-Work Plus a Fee, the apparent Successful Bidder,
prior to the Notice of Award, shall identify in writing to
Owner those portions of the Work that such Bidder proposes
to subcontract and after the Notice of Award may only
subcontract other portions of the Work with Owner's written
consent.
No Contractor shall be required to employ any Subcontractor,
other person or organization against whom he has reasonable
objection.
1~14 PERFORMANCE AND OTHER BONDS
Security for Faithful Performance= Simultaneously with his
delivery of the executed contract, the Contractor shall
furnish a surety bond or bonds as security for faithful
performance of this contract and for the payment of all
persons performing labor on the project under the contract
and furnish materials in connection with this contract. The
surety on such bond or bonds shall be by a duly authorized
surety company, satisfactory to the Owner.
1.15 SIGNING OF AGREEMENT
When Owner gives a Notice of Award to the Successful Bidder,
it will be accompanied by at least six unsigned counterparts
of the Agreement and all other Contract Documents. within
fifteen (15) days thereafter, Contractor shall sign and
deliver at least six counterparts of the Agreement to Owner
with all other Contract Documents attached. Within ten (10)
Sec. 00100
9
days thereafter, Owner will deliver all .fully signed
counterparts to Contractor. Engineer will identify those
portions of the Contract Documents not fully signed by Owner
and Contractor and such identification shall be binding on
all parties.
END OF SECTION
Sec. 00100
10
SECTION 00110 - GENERAL INSTRUCTIONS FOR BONDS
· E L
Ae
The surety on each bond must be a responsible surety
company which is qualified to do business in Texas and
satisfactory to the Owner.
The name, including full Christian name, and residence of
each individual party to the bond shall be inserted in
the body thereof, and each such party shall sign the bond
with his usual signature on the line opposite the scroll
seal, and if signed in Maine, Massachusetts or New
Hampshire, an adhesive seal shall be affixed opposite the
signature.
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.
De
The signature of a witness shall appear in the
appropriate place, attesting the signature of each
individual party to the bond.
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.
The official character and authority of the person or
persons executing the bond for the principal, if a
corporation, shall be certified by the secretary or
assistant secretary according to the form attached
hereto. In lieu of such certificate, records of the
corporation as will show the official character and
authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate
seal, to be true copies.
G. The date of this bond must not be prior to the date of
the contract in connection with which it is given.
H. Amounts of bonds shall be as set forth in Paragraph 3.10
of the General Conditions.
END OF SECTION
Sec. 00110
1
SECTION 00300 - PROPOSAL AND BID FORM
FOR:
TO:
DENTON TAP ROAD TRAFFIC SIGNALS AT BETHEL SCHOOL ROAD AND
PARKWAY BOULEVARD; AND SANDY LAKE ROAD TRAFFIC SIGNAL
MODIFICATIONS AT MOORE ROAD
COPPELL, TEXAS
(Request for Proposal No. )
CITY OF COPPELL (hereinafter called "OWNER")
c/o CITY SECRETARY'S OFFICE
P. O. BOX 478
255 PARKWAY BOULEVARD
COPPELL, TEXAS 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the
above referenced project, having examined the plans and specifi-
cations with related documents and the site of the proposed work,
and being familiar with all of the conditions surrounding the
construction of the proposed project including the availability
of materials and labor, hereby proposes to furnish all labor,
materials, and supplies, and to construct the project in
accordance with the Contract Documents, of which this proposal
is a part.
The undersigned, as BIDDER, declares that the only person or
parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any
other person, firm or corporation; that he has carefully examined
the form of Contract, Notice to Bidders, Specifications, and the
Plans herein referred to and has carefully examined the
locations, conditions and classes of materials called for in the
Contract and Specifications in the manner prescribed and
according to the requirements of the Owner as herein set forth.
It is understood that the following quantities of work to be done
at unit prices are approximate only, and are intended principally
to serve as a guide in evaluating bids. Payments for such items
will be made on the basis of the actual quantity incorporated in
the work.
It is further agreed that the quantities of work to be done at
unit prices and material, to be furnished may be increased or
diminished as may be considered necessary to complete the work
fully as planned and contemplated, and that all quantities of
work whether increased or decreased are to be performed at the
unit prices set forth below, except as provided for in the
Specifications.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the OWNER, but not shown on the
Plans or required by the Specifications, in accordance with the
provisions of the General Conditions. similarly, they may be
decreased to cover deletion of work so ordered.
Sec. 00300
1
BIDDER hereby agrees to commence work under this Contract on or
before a date to be specified in written "Notice to Proceed" by
the OWNER and to fully complete the project within 90 consecutive
calendar
days
thereafter
stipulated in the
as
tees to pay as liquidated
Specifications. BIDDER further ag
damages, the sum of $250.00 for each consecutive calendar day
thereafter as hereinafter provided in Paragraph 1.4, E of the
Special Conditions.
Accompanying this proposal is a Certified or Cashier's Check
payable to the City of Coppell (Bid Bond) in the amount of
($ ), which is five percent (5%) of the greatest amount
bid.
BIDDER acknowledges receipt of the following
addendum= (If non-issued, indicate N/A)
ADDENDA # DATE
ADDENDA # DATE
ADDENDA # DATE
ADDENDA #. DATE
SUBCONTRACTORS:
BIDDER shall list below principal subcontractors proposed for
use on this project=
NAME ADDRESS ~
BIDDER agrees to perform all the work described in ~he
Specifications as shown on the Plans for the following
unit prices~
(Amounts are to be shown in both words and figures. In case of
discrepancy, the amount shown in words will govern.)
Sec. 00300
2
BID FORM
Denton Tap Road Traffic Signals
at Bethel School Road and
LOCATION:
P~OOECT' YarKway ~ouAevarc
ITgld
APPROX. UNIT UNIT UNiT PRICE WRITTEN PR)CE
ITEM DESCRIPTION
NO QUANTITY PR ICE
1 8 phase cont=oller 2
and Cabinet
2 1-3" PVC T~ench 95 LF
3 2-3" PVC Tcench 10 LF
4 1-2" PVC Trench 50 LF
5 Pull Box 0 * ~A
6 Pedest=ian Push Botton 16 EA
7 Loop Detector Amplifier Z4 SA
8 S Conductor $12 560 LF
9 7 Conductor %12 1080 LF
· This item ~ncluded herein £or the purposes o£ establishing the unit price £or the
replacement of existing pull boxes installed by others which ~a¥ have been damaged;
or of pull boxes not anticipated ~n the or,g: gn.
BID FORM
Denton Tap Road Traffic Signals
at Bethel School Road and
Parkway Boulevard LOCATION~ Cop~ell, TX
IT E M APPRO~(. U N IT ITEM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
l0 12 Conductor #12 1440 LF
11 2 Conductor #12 2880 LF
(Ped ]]et. )
12 2 Conductor Shielded $98S LF
Loop Lead
13 1 Conductor #8 Ground 1020 LF
14 3 Conductor #8 Power 70 LF
15 Loop Wire #12 X ~ 9312 LF
16 Controller Foundation 2 FA
17 Type A Foundation 4 FA
18 Type B Foundation 4 FA
BID FORM
Denton Tap Road Traffic Signals
at Bethel School Road and
PROJECT: Parkway Boulevard TX
IT E M APPROX. U N IT IT EM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN P~iCE
19 Mast Arm Assembly 2 EA
w/ 20 ft. Arm
20 Mast Arm Assembly 2
w/ 30 ft.
21 Mast Arm Assembly 4 EA
w/ 40 ft. Arm
22 4-Section 12" Signal 6 EA
Head w/1 Dual Arrow
23 3- Section 12" 18 FA
Signal Heads
24 1-Section Pedestrian 16 FA
Head
TOTAL BID PfllCE
BID FORM
Sandy Lake Road Traffic Signal
P~O~ECT; Hodifications at Moore Road - ALTERNATE NO. 1 LOCATION; Coppell, TX
ITEM DESCRIPTION APPROX. UNIT ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Furnish and install
green/amber dual arrow
1 fiber optics turn 2 EA
~ignal section
O?inkomatic Model
AFO-12 mr
2 Modification of Four 1 LS
Phasm C~ntrl. o~erati~r
TOTAL BID AL'rI~NATE NO. 1
BID FORM
Sandy Lake Rdad Traffic Signal
Modifications at Moore Road - ALTERNATE NO. 2 LOCATION: TX
ITEM DESCRIPTION APPROX. UNIT UNIT PRICE WRITTEN ITEM
NO QUANTITY UNIT PRICE ' P~ICE
Furnish and install
1 dual arrow fiber optics 4 EA
turn signal section
0finkomatic Model
AFO-12 or equal)
Furnish and install 2
2 signal poles, span 1 LS
wire, wire and cable
and reposition existing
signal heads
Modification of Four
5 Phase Contr. operation 1 LS
TOTAL BID AL'rPJ~NATE NO. 2
The above unit prices shall include all labor, materials, bailing,
shoring, removal, overhead, profit, insurance, etc., to cover the
finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject
any or all bids and to waive any informalities in the bidding.
The BIDDER agrees that this bid shall be good and may not be
withdrawn for a period of ninety (90) calendar days after the
scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid,
BIDDER will execute the formal Contract attached within ten (10)
days and deliver a Surety Bond or Bonds as required by the General
Conditions. The Bid Security attached in the sum of
($ )
is to become the property of the OWNER in the event the Contract
and Bond are not executed within the time above set forth, as
liquidated damages for the delay and additional expense to the
OWNER caused thereby.
Respectfully submitted,
(Firm)
By:
(SEAL-if bid is by a
corporation)
Title:
(Business Address)
(Telephone Number)
END OF PROPOSAL
Sec. 00300
8
SECTION 00400 - BID BOND
KNOW ALL MEN BY THESE PRESENTS,
that we,
the undersigned,
as Principal, and
as Surety, are hereby
penal sum of
held and
firmly bound unto
as Owner in the
for payment of which, well and truly to
jointly and severally bind ourselves, our
administrators, successors and assigns.
SIGNED, this
The Condition
the Principal has
day of
of the above obligation
submitted to
be made, we hereby
heirsv executorsv
, 19 .
is such that whereas
a
certain Bid, attached hereto and hereby made a part hereof to
enter into a contract in writing, for the
NOW, THEI~EFORE,
a. If said Bid shall be rejected, or in the alternate,
If said Bid shall be accepted and the Principal
shall execute and deliver a contract in the Form
of Contract attached hereto (Properly completed in
accordance with said Bid) and shall furnish a bond
for the payment of all persons performing labor or
furnishing materials in connection therewith, and
shall in all other respects perform the agreement
created by the acceptance of said Bid,
then this obligation shall be void, otherwise and same shall
remain in force and effect~ it being expressly understood and
agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
Sec. 00400
1
The Surety, for value received, hereby stipulates and agrees
that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within
which the Owner may accept such Bid; and said Surety does
hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have
hereunto set their hands and seals, and such of them as are
corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers,
the day and year first set forth above.
Principal
(L.S.)
Surety
Date:
By:
IMPORTANT - Surety companies executing bonds must appear
on the Treasury Department's most current list
(Circular 570, as amended) and be authorized to
transact business in the state where the project
is located.
END OF SECTION
Sec. 00400
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and
the ENGINEER are those persons or organizations identified as such in the Agreement and are
referred to throughout the Contract Documents as if singular in number and masculine in gender.
The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI-
NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the ENGINEER
and the CONTRACTOR.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to
Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed
Agreement, Performance and Payment Bonds (when required), Special Bonds (when required),
General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof
incorporated in any of the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict between any of the Contract Documents, priority
of interpretation shall be in the following order: Signed Agreement, Performance and Payment
Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors,
Technical Specifications, Plans, and General Conditions of Agreement.
1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only
those having a direct contract with the CONTRACTOR and it includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does not
include one who merely furnishes material not so worked.
1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if
delivered in 0erson to the individual or to a member of the firm or to an officer of the corporation
for whom it is intended, or if delivered at or sent by registered, mail to the last business address
known to him who gives the notice.
1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin-
ery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel,
transportation and other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have a well known technical or trade meaning shall be held to refer to
such recognized standards.
1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood
to mean and include all work that may be required by the ENGINEER or OWNER to be done by
the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the
plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S
Proposal, except as provided under "Changes and Alterations", herein.
1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays,
Sundays or any legal holidays, in which weather or other conditions, not under the control of
the CONTRACTOR, will permit construction of the principal units of the work for a period of
not less than seven (7) hours between 7:00 a.m. and 6:00 p.m.
1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted.
1.09 SUBS~TANTIALLY COMPLETED. By the term "substantially completed" is meant
that the structure has been made suitable for use or occupancy or the facility is in condition to
serve its intended purpose, but still may require minor miscellaneous work and adjustment.
2. RESPONSI~"LITIES OF THE ENGINEER AND THF '~ONTRACTOR
2.01 OWNER-ENGINEER RELATIONSHIP, The ENGINEER will be the OWNER'S'
representative during construction. The duties, responsibilities and limitations of authority of the
ENGINEER as the OWNER'S representative during construction are as set forth in the Contract
Documents and shall not be extended or limited without written consent of the OWNER and
ENGINEER. The ENGINEER will advise and consult with the OWNER, and all of OWNER'S
instructions to the CONTRACTOR shall be issued through the ENGINEER.
2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make
periodic visits to the site to familiarize himself generally with the progress of the executed work
and to determine if such work generally meets the essential performance and design features and
the technical and functional engineering requirements of the Contract Documents; provided and
except, however, that the ENGINEER shall not be responsible for making an~ detailed, exhaus-
tive, comprehensive or continuous on-site inspection of the quality or quantity of the work or be in
any way responsible, directly or indirectly, for the construction means, methods, techniques, se-
quences, quality, procedures, programs, safety precautions or lack of same incident thereto or in
connection therewith. Notwithstanding any other provision of this agreement or any other Contract
Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S
or subcontractor's agents, servants or employees or any other person, firm or corporationperform-
lng or attempting to perform any of the work.
2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications
for payment and supporting data, determine the amount owed to the CONTRACTOR and approve,
in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
work has progressed to the point indicated to the best of his knowledge, information and belief,
but such approva, l of an application for payment to CONTRACTOR shall not be deemed as a
representation by ENGINEER that ENGINEER has made any examination to determine how or
for what purpose CONTRACTOR has used the moneys paid on account of the Contract price.
2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims,
disputes and other matters in question between the CONTRACTOR and the OWNER relating to
the execution or progress of the work or the interpretation of the Contract Documents and the
ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI-
NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken
as if his decision had been rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract,
either party may file with the ENGINEER within thirty days his written objection to the decision,
and by such action may reserve the right to submit the question so raised..to arbitration as
hereinafter provided.
2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be
furnished by the ENGINEER or his representative. Whenever necessary, construction work shall
be suspended to permit performance of this work, but such suspension ~vill be as brief as practicable
and the COI~ITRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR
shall give the ENGINEER ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case of careless
destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the
CONTRACTOR'S expense.
2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give
adequate attention to the faithful prosecution and completion of this contract and shall keep on
the work, during its progress, a competent superintendent and any necessary assistants. The
superintendent shall represent the CONTRACTOR in his absence and all directions given to him
shall be as binding as if given to the CONTRACTOR.
The CONTRACTOR is and at all times shall remain an independent contractor, solely
responsible for the manner and method of completing his work under this contract, with full
power and at~thority to select the means, method and manner of performing such work, so long as
such methods do not adversely affect the completed improvements, the OWNER and ENGINEER
being interested only in the result obtained and conformity of such completed improvements to
the plans, specifications and contract.
Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ-
ees and other persons, as well as for the protection of the safety of the improvements being erected
and the property of himself or any other person, as a result of his operations hereunder. Engineer.
lng construction drawings and specifications as well as any additional information concerning the
work to be performed passing from or through the ENGINEER shall not be interpreted as
requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of
such drawings, specifications and any other such instructions being to define with particularity the
agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR sh~ll be
fully and completely liable, at his own expense, for design, construction, installation and use, or
non-use, of all items and methods incident to performance of the contract, and for all loss, damage
or injury incident thereto, either to person or property, including, without limitation, the adequacy
of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau.
tions or devices, and similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during ~onstruction, or any
clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen-
tative of either of them, whether through personal observation on the project site or by means of
approval of shop drawings for temporary construction or construction processes, or by other means
or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and
nature of work completed or being performed, as measured against the drawings and specifications
constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand
the plans and specifications so that the completed construction work will conform thereto, and
shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper
performance of his work on the project, including but without limitation the propriety of means
and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs,
plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR
from plans and specifications that may have been in evidence during any such visitation or
observation by the ENGINEER, or any of his representatives, whether called to the CONTRAC-
TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete
all work in accordance with said plans and specifications.
2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON-
TRACTOR has, by careful examination, satisfied himself as to the nature and location of the work,
the conformation of the ground, the character, quality and quantity of the materials to be encoun-
tered, the character of equipment and facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can ;.n any way affect the
work under this contract. No verbal agreement or conversation with any officer, agent or employee
of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or
modify any of the terms or obligations herein contained.
2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly
and competent men, skillful in the performance of the type of work required under this contract,
to do the work; and agrees that whenever the ENGINEER shall inform him in writing that any man
or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men
shall be discharged from the work and shall not again be employed on the work without the
ENGINEER'S written consent.
2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the
erection of tents or other forms of protection, will be permitted only at such places as the
ENGINEER shall direct, and the sanitary conditions of the grounds in or about such structures
shall at all times be maintained in a manner satisfactory to the ENGINEER.
2.11 SANITATIG._ Necessary sanitary conveniences for . _~ use of laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the CONTRAC-
TOR in such manner and at such points as shall be approved by the ENGINEER, and their use
shall be strictly enforced.
2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such
promptness as to cause no delay in his own work or in that of any other Contractor, four checked
copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for
the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt-
ness, making desired corrections. The CONTRACTOR shall make any corrections required by the
ENGINEER, file with him two corrected copies and furnish such other copies as may be needed.
The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR
from responsibility for deviations from drawings or specifications, unless he has in writing called
the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him
from responsibility for 'errors of any sort in shop drawings or schedules. It shall be the CONTRAC-
TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on
his ability to perform the required contract work in accordance with the plans and specifications
and within the contract time.
Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency
of said drawings or schedules to result in finished improvements in conformity with the plans and
specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor
as previously set forth, it being expressly understood and agreed that the ENGINEER does not
assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or
any means or methods reflected thereby, in relation to the safety of either person or property'
during CONTRACTOR'S performance hereunder.
2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the
obligations of this contract for the furnishing by the CONTRACTOR of good material, and of
his performing good work as herein described, and in full accordance with the plans and specifica-
tions. No failure or oral,ion of the ENGINEER to discover, object to or condemn any defective
work or material shall release the CONTRACTOR from the obligations to fully and .properly
perform the contract, including without limitations, the obligation to at once tear out, remove and
properly replace the same at any time prior to final acceptance upon the discovery of said defective
work or material; provided, however, that the ENGINEER shaH, upon request of the CONTRAC-
TOR, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, such acceptance shall be binding on the OV~IER, unlesz it can be
clearly shown that such material furnished does not meet the specifications for this work.
Any questioned work may be ordered taken up or removed for re-examination, by the
ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for
said work, all expense of removing, re-examination and replacement shall be borne by the
CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and
shall be paid for by the OWNER; provided that, where inspection or approval is specifically
required by the specifications prior to performance of certain v'~rk, should the CONTRACTOR
proceed with such work without requesting prior inspection or approval he shall bear all expense of
taking up, removing, and replacing this work if so directed by the ENGINEER.
2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part
thereof, or any material brought on the site of the work for use in the work or selected for the
same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci-
fications, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER,
forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in
full accordance with this contract.
2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER
may make such changes and alterations as the OWNER may see fit, in the line, grade, form,
dimensions, plans or materials for the work herein contemplated, or any part thereof, either before
or after the beginning of the construction, without affecting the validity of this contract and the
accompanying Performance and Payment Bonds.
If such ehange~ or alterations diminish the quantity of the work to be done, they shall not
constitute the bn*i* for a claim for damages, or anticipated profits on the work that may be
dispensed with, except ~s provided for unit price items under Section 5 "Measurement and Pay-
ment." If the amount of work is increased, and the work can fairly be classified under the speCi-
fications, such increase shall be paid for according to the quantity actually done and at the unit
price, if any, established for such work under this contract, except as provided for unit price
items under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid
for ~ provided under Extra Work. In case the OWNER shall make such changes or alterations as
shall make usele,~..s any work already done or material already furnished or used in said work,
then the OWNER shall recompense the CONTRACTOR for any material or labor so used,
~nd for ~ny actual loss occasioned by such change, due to actual expenses incurred in preparation
for the work as originally planned.
3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall
furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and
specifications without expense to him, and the CONTRACTOR shall keep one copy of the s~. ~e
constantly accessible on the work, with the latest revisions noted thereon.
3.02 OWNERSHIP OF DRAWINGS. Ail drawings, specifications and copies thereof furnished
by the ENGINEER shall not be reused on other work, and, with the exception of the signed
contract sets, are to be returned to him on request, at the completion of the work. All models are
the property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible
the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and
the practicability of the operations of the completed project; provided the CONTRACTOR has
complied with the requirements of the said Contract Documents, all approved modifications
thereof, and additions and alterations thereto approved in writing by the O~,~,.~ER. The burden of
proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the
said requirements of the Contract Documents, approved modifications thereof and all approxed
additions and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to en*.er the property or location
on which the works herein contracted for are to be constructed or installed, by such agent or agents
as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or
installing such collateral work as said OWNER may desire.
3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or
otherwise, all labor and material essential to the completion of the work specifically excluded from
this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC-
TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents.
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of thi.,
contract that all work must be done and all material must be furnished in accordance with tht
generally accepted practice, and in the event of any discrepancies between the separate contract
documents, the priority of interpretation defined under "Contract Documents" shah govern. ]n
the event that there is still any doubt as to the meaning and intent of any portion of the contract.
specifications or drawings, the ENGINEER shall define which is intended to apply to the work.
3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR
shall be responsible for the care, preservation, conservation, and protection of all materials.
supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction.
and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not
paid for such work, until the entire work is completed and accepted.
G-5 e ............. ~
3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple-
tion of the work by the act, ne/lect, omission, mistake or default of the OWNER, or of the
ENGINEER, or of any other CONTRACTOR employed by the OWNER upon the work. thereby
causing loss to the CONTRACTOR, the OWNER a/tees that he will reimburse the CONTRACTOR
for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence,
omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably
delay the pro/tess of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable pro¥isions of Federal, State, and
Municipal safety laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible with
Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery
guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred Il00) percent of the total contract price, in
standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment
of any guarantees required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed that
this Contract shall not be in effect until such performance and payment bonds are furnished and
approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company underwriting the
bonds shall be acceptable according to the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States.
Unless otherwise specified, the cost of the premium for the performance and payment bonds
shall be included in the CONTRACTOR'S proposal.
3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to
the CONTRACTOR arising out of the nature of the work to be done, or from the action of the
elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be
sustained and borne by the CONTRACTOR at his own cost and expense.
3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take
proper means to protect the adjacent or adjoining property or properties in any way encountered,
which might be injured or seriously affected by any process of construction to be undertaken under
this Agreement, from any damage or injury by reason of said process of construction; and he shall
be liable for any and all claims for such damage on account of his failure to fully protect all
adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OV~"NER
and ENGINEER against any claim or claims for damages due to any injury to any adjacent or
adjoining property, arising or growing out of the performance of the contract; but any such
indemnity shall not apply to any claim of any kind arising out of the existence or character
of the work.
3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER.
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails
so to do, then the O~"~ER may' at the option of the CONTRACTOR either pay directly anv
unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'~
unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such
lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged,
whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms
of this contract, but in no event shall the provisions of this sentence be construed to impose any
obligation upon the OWNER by either the CONTRACTOR or his Surety.
3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON-
TRACTOR shall pay ali royalties and license fees, and shall provide for the use of any d~ign,
device, material or process covered by letters patent or copyright by suitable legal ~wement
with the patentee or owner. The CONTRACTOR shall defend aU suits or claims for infringement of
any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER harmless
from any loss on account thereof, except that the OWNER shall defend all such suits and claims
and shall be responsible for all such Io~ when a particular design, device, material or procm or
the product of a particular manufacturer or manufacturers is specified or required by theOWNER;
provided, however, ff choice of ~lte~te design, device, material or pro~ is allowed to the
CONTRACTOR, then CONTRACTOR shall indemnify and ~ve OWNER Imrmlm from any loss
on account thereof. If thee material or process specified or required by the OWNER is an infringe.
ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such
information to the OWNER.
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply
with all Federal, State and local laws, ordinances and regulations, which in any manner effect the
contract or the work, and shall indemnify and save harmless the OWNER and ENGINEER egalnst
any claim arising from the violation of any such laws, ordinances, and re~d&tions whether by the
CONTRACTOR or his employees, except where such violations are called for by the provisions
of the Contract Documents. If the CONTRACTOR observes that the plan~ and specifications are
at variance therewith, he shall promptly notify the ENGINEER in writing, and any neces~ry
changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC-
TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations,
and without such notice to the ENGINEER, he shall bear all costs arising therefrom. In c~e the
OWNER is a body politic and corporate, the law from which it derives its powers, insofar sa the
same regulates the objects for which, or the manner in which, or the conditions under which the
OWNER may enter into contract, shall be controlling, and shall be considered ~s part of this
contract, to the same effect as though embodied herein.
3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further a~'ees that he will
retain personal control and will give his personal attention to the fulfillment of this contract and
that he will not assign by Power of Attorney, or otherwise, or sublet mid contract without the
written consent of the ENGINEER, and that no part or feature of the work will be sublet to
anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further ~rees
that the subletting of any portion or feature of the work, or materials required in the performance
of this contract, shall not relieve th· CONTRACTOR from his full obligations to the OWNER, es
provided by this Agreement.
3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless
the OWNER and the ENGINEER and their resoective officers, agents and employees, from and
against all damages, claims, losses, demands, suits, judgments and costs, including reasonable
attorneys' fees and expenses, arising out of or resulting from the performance of the work,
provided that any such damages, claim, loss, demand, suit, judgment, cost or expense:
(1)
Is attributable to bodily injury, sickness, disease or death or to injury
to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom; and,
(2) Is caused in whole or in part by any negligent act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly employed
by any one of them or anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability
of the ENGINEER, his agents or employees arising out of the preparation or approval of maps,
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the
failure to give directions or instructions by the ENGINEER, his agents or employees, provided
such giving or failure to give is the primary cause of the injury or damage.
3.18 INSUraNCE. The CONTRACTOR at his own expense shall purchase, maintain and
keep in force such insurance as will protect him from claims set forth below which may arise out
of or result from the CONTRACTOR'S operations under the Contract, whether such operations
be by himself or b~ any Subcontractor or by anyone directly or indirectly employed by any of
them, or by anyone for whose acts any of them may be liable:
(1) Workmen'b ~ompensetion claims, disability benefits and other similar
employee benefit acts;
(2)
Claims for damages because of bodily injury, occupational sickness or
disease, or death of his employees, and claims insured by usual bodily
injury liability coverages;
(3)
Claims for damages because of bodily injury, sickness or disease, or death
of any person other than his employees, and claims insured by usual
bodily injury liability coverages; and
(4) Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC-
TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and ~hc
ENGINEER. Such Certificates shall contain a provision that coverages afforded under the poK¢ics
will not be cancelled until at least fifteen days' prior written notice has been given to the OWNEI~.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance coverir~
all sub-contractors.
¢. PROSECUTION AND PROGRESS
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract,
unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute
his work at such times and seasons, in such order of precedence, and in such manner as shall be
most conducive to economy of construction: provided, however, that the order and the time of
prosecution shall be such that the work shall be substantially completed as a whole and in part. in
accordance with this contract, the plans and specifications, and within the time of completion
designated in the Proposal; provided, also, that when the OWNER is having other work done. either
by contract or by his own force, the ENGINEER may direct the time and manner of construc~ine
the work done under this contract, so that conflict will be avoided and the construction of the
various works being done for the OWNER shall be harmonized.
The CONTRACTOR shall submit, at such times as may reasonably be requested by the
ENGINEER, schedules which shall show the order in which the CONTRACTOR propo~.~ to
carry on the work, with dates at which the CONTRACTOR will start the several parts of the work.
and estimated dates of completion of the several parts.
G-8 ~
4.02 EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion
of the work by any act or neglect of the OWNER or ENGINEER, or of any employee of either,
or by other contractors employed by the OWNER, or by changes ordered in the work, or by
strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes
beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide justifies
the delay, then an extension of time shall be allowed for completing the work, sufficient to
compensate for the delay, the amount of the extension to be determined by the ENGINEER,
provided, however, that the CONTRACTOR shall give the ENGINEER prompt notice in writing
of the cause of such delay.
4.03 HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for
damages resulting from hindrances or delays from any cause (except where the work is stopped by
order of the OWNER) during the progress of any portion of the work embraced in this contract.
In case said work shall be stopped by the act of the OWNER, then such expense as in the judgment
of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the
CONTRACTOR.
5. MEASUREMENT AND PAYMENT
5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any kind will be allowed, but the actual measured and/or computed length, area, solid contents,
number and weight only shall be considered, unless otherwise specifically provided.
5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and
estimate, is intended to show clearly all work to be done and material to be furnished hereunder.
Where the estimated quantities are shown for the various classes of work to be done and material
to be furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing the proposals offered for the work.
It is understood and agreed that the actual amount of work to be done and material to be furnished
under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of
such work done and the material furnished.
Where payment is based on the unit price method, the CONTRACTOR agrees that he will
make no claim for damages, anticipated profits or otherwise on account of any differences which
may be found between the quantities of work actually done, the material actually furnished
under this contract and the estimated quantities contemplated and contained in the proposal;
provided, however, that in case the actual quantity of any major item should become as much
as 207~ more than, or 20% less than the estimated or contemplated quantity for such items, then
either party to this Agreement, upon demand, shall be entitled to a revised consideration upon the
portion of the work above or below 20% of the estimated quantity.
A "Major Item" shall be construed to be any individual bid item incurred in the proposal that
has a total cost equal to or greater than five (5) per cent of the total contract cost, computed on the
basis of the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement between the parties, otherwise
by the terms of this Agreement, as provided under "Extra Work."
5.03 PRICE OF WORK. In consideration of the furnishing of all the necessary labor,
equipment and material, and the completion of all work by the CONTRACTOR, and on the
completion of all work and of the delivery of all material embraced in this Contract in full
conformity with the specifications and stipulations herein contained, the OWNER agrees to pay
the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a
part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing
all material and all labor required for the aforesaid work, also for all expense incurred by him, and
for well and truly performing the same and the whole thereof in the manner and according to
this Agreement.
5.04 PARTIAL PAYMLNTS. On or before the 10th day of each ,,onth, the CONTRACTOR
shall prepare and submit to the ENGINEER for approval or modification a statement showing as
completely as practicable the total value of the work done by the CONTRACTOR up to and
including the last day of the preceding month: said statement shall also include the value of ail
sound materials delivered on the site of the work that are to be fabricated into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current
month the total amount o~ the approved statement, less 10 per cent of the amount thereof.
which 10 per cent shall be retained until final payment, and further less all prbvious payments
and all further sums that may be retained by the OWNER under the terms of this Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the
OWNER may-upon written recommendation of tbe ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR~ or the CONTRACTOR at the OWNER'S
option, may be relieved of the obligation to fu!ly complete the work and, thereupon, the CON-
TRACTOR shall receive payment of the balance due him under tile contract subject only to the
conditions stated under "Final Payment."
5.05 USE OF COMPLETED PORTIONS. Tile OWNER shall have the right to take possession
of and use any completed or partially completed portions of the work, notwithstanding the time
for completing the entire work or such portions may not have expired but such taking possession
and use shall not be deemed an acceptance of any work not completed in accordance with the
Contract Documents. If such prior use increases the cost of or delays the work, the CONTRACTOR
shall be entitled to such extra compensation, or extension of time, or both, as the ENGINEER may
determine.
The CONTRACTOR shall notify the ENGINEER when, in the CONTRACTOR'S opinion.
the contract is "substantially completed" and when so notifying the ENGINEER, the CONTRAC-
TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER
will review the CONTRACTOR'S list of unfinished work and will add thereto such items as the
CONTRACTOR has failed to include. The "substantial completion" of the structure or facility shall
not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or
major nature, and thereby completing the structure or facility in accordance with the Contract
Documents.
5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (101 days after the CON-
TRACTOR has given the ENGINEER written notice that the work has been completed, or
substantially completed, the ENGINEER and the OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in accordance with
the Contract Documents, the ENGINEER shall issue to the OWNER and tile CONTRACTOR his
Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten (10) days
to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC-
TOR in writing of the reason for non-acceptance.
5.07 FINAL PAYMENT. Upon tile issuance of the Certificate of Completion, the ENGI-
NEER shall proceed to make final measurements and prepare final statement of the value of all
work performed and materials furnished under the terms of the Agreement and shall certify same
to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day, and before the
35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR
under the terms of this Agreement, provided he has fully performed his contractual obligations
under the terms of this contract: and said payment shall become due in any event upon said
performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment.
nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for
fulfillment of any warranty which may be required.
5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered
evidence, withhold or nullify the whole or part of any certificate to such extent as may be
necessary to protect himself from loss on account of:
G-10
(a) Defective .ork not remedied.
(b) Claims filed or reasonable evidence indicating probable filing of claims.
(c) Failure of the CONTRACTOR to make payments properly to sub-
contractors or for material or labor.
(d) Damage to another contractor.
(e) Reasonable doubt that the work can be completed for the unpaid
balance of the contract amount.
(f) Reasonable indication that the work will not be completed within
the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
~tisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment
~hall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRAC-
TOR of the sum named in any partial or final statement, when payment is due, then the OWNER
·hall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest
thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as
provided under "Partial Payments" and "Final Payments," until fully paid, which shall fully
liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right
is expressly reserved to the CONTRACTOR in the event payments be not promptly made,
as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
6. EXTRA WORK AND CLAIMS
6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any
time or from time to time, order additions, deletions or revisions to the work; such changes will
be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER
and the CONTRACTOR. The Change Order shall set forth the basis for any change ira contract
price, as hereinafter set forth for Extra Work, and any change in contract time which may result
from the change.
In the event the CONTRACTOR shall refuse to execute a Change Order which has been
prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing
instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the
CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
incon~stant with the overall intent of the Contract Documents and not involving an increase in
Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized
by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price,
the CONTRACTOR shall make written request to the ENGINEER for a written Field Order.
In such case, the CONTRACTOR by copy of his communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER fbr a written
Field Order and that the work involved may result in an increase in the Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
~6.03 EXTRA WORK: It is agreed that the basis of compensation to the CONTRACTOR for
work either added or deleted by a Change Order or for which a claim for Extra Work is made shall
be determined by one or more of the following methods:
Method/A)--By agreed unit prices; or
Method (B)--By agreed lump sum; or
Method (C)--If neither Method (A) nor Method (B) be agreed upon before
the Extra Work is commenced, then the CONTRACTOR shall
be paid the "actual field cost" of the work, plus fifteen (15)
percent.
In the event said Extra Work be performed and paid for under Method (C), then the pro-
visions of this paragraph shall :apply and the "actual field cost" is hereby defined to include the
cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and
laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time
actually employed or used on such Extra Work, plus actual transportation charges necessarily
incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all
necessary incidental expenses incurred directly on account of such Extra Work, including Social
Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on
Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage
and Workmen's Compensation, and all other insurance as may be required by any law or ordinance,
or directed by the OWNER, or by them agreed to. The ENGINEER may direct the form in which
accounts of the "actual field cost" shall be kept and the records of these accounts shall be made
available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the
work commences, .the method of doing the work and the type and kind of machinery and equip-
mznt to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by
using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership
Expense adopted by the Associated General Contractors of America. Where practicable the
terms and prices for the use of machinery and equipment shall be incorporated in the Written
Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRAC-
TOR shall cover and compensate him for his profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the "actual field
cost" as herein defined, save that where the CONTRACTOR'S Camp or Field Office must be
maintained primarily on account of such Extra Work; then the cost to maintain and operate the
same shall be included in the "actual field cost."
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC-
TOR to involve Extra Work for which he should receive compensation or an adjustment in the
construction time, he shall make written request to the ENGINEER for written order authorizing
such Extra Work. Should a difference of opinion arise as to what does or does not constitute
Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance,
'the CONTRACTOR shall proceed with the work after making written request for written order
and shall keep an accurate account of the "actual field cost" thereof, as provided under Method
(C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to
arbitration, as hereinbelow provided.
6.04 TIME OF FILING CLAIMS. It is further agreed by both parties hereto that all
questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and
filed with the ENGINEER within thirty (30) days after the ENGINEER has given any directions,
order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER
shall reply within thirty (30) days to such written ~xceptions by the CONTRACTOR and render
his final decision-.in writing. In case the CONTRACTOR should appeal from the ENGINEER'S
decision, any demand for arbitration shall be filed with the ENGINEER and the OWNER in
writing within ten (10) days after the date of delivery to CONTRACTOR of the ENGINEER'S
final decision. It is further agreed that final acceptance of the work by the OWNER and the
acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either
party, except where noted otherwise in the Contract Documents.
6.05 ARBITRATION. All questions of dispute under this Agreement shall be submitted
to arbitration at the request of either party to the dispute. The parties may agree upon one
arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen
G-12
by the two arbiters so aslected; or it' the arbiters fail to select · third within ten (10) days,
be ~hal] be aborn by · District Judge ~wing the County in which the re·jot portion of the
project is located, unless otherwise specified. Should the party demanding ·rbitration fail to
name an arbiter within ten (10} d·ys of the demand, his ri{bt to ·rbitr·te shall lapse, and the
decision of the ENGINEER shall be final and binding on him. Should the other party fail to
choose an arbiter within ttm {10} days, the ENGINEER shall appoint such arbiter. Should either
perty refuse or neglect to supply the arbiters with any papers or information demanded in
writing, the arbitm are empowered by both parties to take ex parte proeec~inss.
The arbiters shall net with promptness. The decision of any two shall be binding on both
imrties to the contract. The decision of the arbiters upon any question submitted to ·rbitration
under this contract shall be aeondition precedent to any ri~ht of legal action. The decision of
the arbiter or arbiters may be fried in court to entry it into ~feet.
The arbiters, if they deem the ease demands it, are authorized to ·ward the party whose
contention is sustained, such sums as they deem proper for the time, expense and trouble incident
to the appeal, and Jf the appeal was taken without reasonable cause, they may aw·rd d·mages for
any delay oecuioned thereby. The arbiters shall fix their own compensation, unless otherw, ise
provided by qreement, and shall assess the cost and charges of the arbitration upon either or both
parties. The award of the arbiters must be re·de in writing.
7. ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CONTRACTOR. In ease the CONTRACTOR should ·bandon
and fall or refuse to resume work ~rithin ten (10) days niter written notification from the OV,~EE,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are eonslstent swith the Contract Documents, then, and in that case, where
perform·nee and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR shall not remove from the
work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for use on the
work by the OWNER or the Surety on the perform·nee bond, or another contractor in completion
of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when
used in connection with Extr· Work, where eredit shall be allowed as provided for under Section 6,
Extrs Work and Cl·ims), it being understood that the use of such equipment and materials will
ultimately reduce the eust to complete the work and be reflected in the final settlement.
Where there is no performance bond provided or in ease the Surety should fail to commence
compliance with the notice for eompletion hereinbefore provided for, within ten (10) days after
service of such notice, then the OWNER may provide for completion of the work in either of the
following elective manners:
7.01.1 The OWNER may thereupon employ such force of men and use such machinery,
equipment, tools, materials and supplies as said OWNER may deem necessary to complete the
work and charge the expense of such labor, machinery, equipment, tools, materials and supplies
to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out
of such moneys es may be due, or that may thereafter at any time become due to the CONTRAC-
TOR under and by virtue of this Agreement. In case such expense is less than the sum which would
have been payable under this contract, ff the same had been completed by the CONTRACTOR,
then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said
~ONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such
excess to the OWNER; or
7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more
times in a newspaper having general circulation in the county of the location of the work, may
let the contract for the completion of the work under substantially the same terms and conditions
which ·re provided in this contract. In case any increase in cost to the O~,~NER under the new
eontract as compared to what would have been the cost under this contract, such increase shall be
charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However,
should the cost to complete any such new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited
therewith.
When the work shall have been substantially completed the CONTRACTOR and his Surety
shall be so notified sad Certificates of Completion and Acceptance, as provided in Paragraph 5.0(;
hereinabove, dlall be issued. A complete itemized statement of the contract accounts, certified
by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOP.
and his Surety, whereupon the CONTRACTOR and~or his Surety, or the 01A~ER as the case may
be, shall pay the balance due as reflected by said statement, within fifteen (15) days after the date
of such Certificate of Completion.
in the event the statement of accounts shows that the cost to complete the work is less
than that which would have been the coat to the OWNER had the work been completed by the
CONTRACTOR under the terms of this contract; or when the CONTRACTOR and'or his Surety
shall pay the balance shown to be due by them to the OWNER, then all machinery, equipmem,
tools, materials or supplies left on the site of the work shall be turned over to the CONTRACTOR
and/or his Surety. Should the cost to complete the work exceed the contract price, and the
CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplie~
on the site of the work, notice thereof, together with an itemized list of such equipment and
materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresse~
designated in this contract, provided, however, that actual written notice given in any manner will
satisfy this condition. After mailing, or other giving of such notice, such property shall be held
the risk of the CONTRACTOR and his Surety subject only to the duty of the 09,~EE to e×erci.~(-
ordinary care to protect such property. After fifteen (15) days from the date of said notice the
OWNER may sell such machinery, equipment, tools, materials or supplies and apply the net sur,
derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made
at either public or private sale, with or without notice, as the OWNER may elect. The
shall release any machinery, equipment, tools; materials, or supplies, which remain on the wot':.
and belong to persons other than the CONTRACTOR or his Surety, to their proper
The books on all operations provided herein shall be open to the CONTRACTOR and his Sure:~.
7.02 ABANDONMENT BY OWNER. In case the O'i~ER shall fail to comply witl~ the
terms of this contract, and should fail or refuse to comply with said terms within ten (10)
after written notification b.¥ the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools and equipmeat, and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate
of the total amount earned by the CONTRACTOR, which estimate shall include the value of
work actually completed by said CONTRACTOR (at the prices stated in ,he attached proposed
where unit prices are used), the value of all partially completed work at a fair and equi:abl~
price, and the amount of all Extra Work performed at the prices agreed upon, or provided for bi,'
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by tht
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above estimate ali previous payments by the OV~ER and all other sums that may bf.
retained by the OWNER under the terms of this Aereement and shall certify same to the OWNER
who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification
by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR,
under the terms of this Agreement.
STANDARD FORM OF AGREEMENT
As Adopted By
THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS
October 7, 1971
Revised November 17, 1928
Revised April 15, 1932
Revised October 27, 1934
Revised October 19, 1945
Revised April 8, 1954
Revised April 21, 1960
Revised October 7, 1971
Approved as to Legal Form by
Legal Counsel
STATE OF TEXAS /
COUNTY OF.__
THIS AGREEMENT, made and entered into this
A. D. 19,, , by and between
day of
of the County of.
and State of Texas, acting through
thereunto duly authorized so to do,
Party of the First Part, herein&fter termed OWNER, and
of the City of , County off
and State of , Party of the Second Part, hereinafter termed
CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements herein-
after mentioned, to be made and performed by the Party of the First Part (OWNER), and under
the conditions expressed in the bond bearing even date herewith, the said Party of the Second
Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to
commence and complete the construction of certain improvements described as follows:
and all extra work in connection therewith, under the terms as stated in the General Condition~
of the Agreement and at his (or their) own proper cost and expense to furnish all the materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories
and services necessary to complete the said construction, in accordance with the conditions and
prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors,
General and Special Conditions of Agreement, Plans and other drawings and printed or written
explanatory matter thereof, and the Specifications and addenda therefor, as prepared bye__
herein entitled the I~NGINEER, ea,'h of which has been identified by the CONTRACTOR and
the ENGINEER. together with the CONTRACTOR'S written Prnposal. the General Conditions
of the Agreement, and the Performa,ce and Payment Bonds herein attached; all of which are made
a part hereof and collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within ten (I0) days after the date
written notice to do so shall have been given to him, and to substantially complete the same
calendar days
within working days after the date of the written notice to commence work, subject
to such extensions of time as are provided by the General and Special Conditions.
THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in
the proposal, which forms a part of this contract, such payments to be subject 'to the General
and Special Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
the year and day first above written.
Party of the First Part (OWNER)
A~I'rEST: ATTEST:
Party o! the ~cond Part (CONTRACTOR)
By:,
PERFORMANCE BOND
b~TATE OF TEXAS
COUNTY OF
KNOW ALL MEN BY THESE PRESENTS: That
· of the City of~
County of , and State of
principal, and
, as
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto (Owner),
in the penal sum of Dollars ($)
for the payment whereof, the said Principal and Surety bind themselves, and their heirs.
administrators, executors, succeseors and A~i~ns, jointly and severally, by these presents:
WHEREAS, the princiPal has entered into a certain written Contract with the Owner,
dated the day of ,19 , to
which contract is hereby referred to and made a part hereof as fully and to the same extent
~s if copied at length herein.
NOW, THEREFORE,. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
uid Principal shall faithfully perform asid Contract and shall in all respects duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and performed, and according to
the true intent and meaning of ~aid Contract and the Plans and Specifications hereto annexed,
then this obligation ~hall be void; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article
5160 for Public Work) * of the Revised Civil Statutes of Texas as
·mended and all liabilities on this bond shall be determined in accordance with the provisions of
said Article to the stone extent as ff it were copied at length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to .the terms of the contract, or to the work performed thereunder, or the plans, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
*Not applicable for federal work. See "The Miller Act," 40 U.S.C. S270.
PB-1
bond, and it does hereby waive notice of any such chan~e, e~on of time,'alteration or addition
to the terms of the eontrect, or to the work to be perfomed thereunder.
IN WITNESS WHEREOF, the said PrJnctpml and Surety have si~ned and sealed this instru-
ment this d~y of , 19
Dy By.
Title Tit]~
Address Addr, m
The name end address of the Resident Afe~t of Surety is:
PAY'ME~I~ BOI~D
STATE OF TEXAS
COUNTY OF.
KNOW ALL MEN BY THESE PRESENTS: That
of the City of.
County of , and Stats of
principal, and
as
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto (Owner),
in the penal sum of Dollars ($.
for the payment whereof, the said Principal and Surety bind themselves and their heirs, edminis-
trators, executors, successors and assigns, jointly and severally, by these presents:
~ti~REAS, the Principal has entered into a certain wr/tten contract with the Owner,
dated the day of ., 19~, to
which contract is hereby referred to and made a part hereof as fully and to the same ex-tent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a subcontractor
in the prosecution of the work provided for in said contract, then, this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Azticle 5160 of
the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent ~ if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawinga a~companying th~ same, shall in anywise affect its obligation on this
bond, &nd ft ~ hereby w~tve not~ce o~ an7 ~h chan&~ e3L~en~ion o! t~me, ~lter&~Jon or addition
to the ~erms o! the contzlc~ or to the work to be performed thereunder.
IN w~'~'~fF..~S wI~;I'.EOF, the said Principal and Suret~ l~ve signed and ~e~led this inscru.
mmff; *~,~t day of ,29 ,
By By
~it]e ~'~t~P
Addr~e Address
The name and address of the Resident A~ent o~ Suret~ is:
SECTION 00630 - CERTIFICATE OF INSURANCE
After award of contract, Contractor will provide Owner with
Certificate of Insurance which will be executed and bound
here with final documents.
Sec. 00630
1
SE~ION 00650 - SPECIAL CONDITIONS
1.1 INDEX TO SPECIAL CONDITIONS
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17
1.18
1.19
1.20
1.21
1.22
GENERAL
DEFINITION OF TERMS
MODIFICATIONS OF GENERAL CONDITIONS
OF AGREEMENT
CONTRACT EXECUTION & ISSUANCE OF
WORE ORDER
STATE & CITY SALES TAX
EXISTING STRUCTURES
PROTECTION & RESTORATION OF PROPERTY
REFERENCE SPECIFICATIONS
SUBSURFACE CONDITIONS
SERVICE OF MANUFACTURER'S
REPRESENTATIVE
PLANS AND SPECIFICATIONS AVAILABILITY
SUBCONTRACTORS
CONTRACTOR'S RESPONSIBILITY FOR
UTILITIES & SERVICES
MANUFACTURER'S DIRECTIONS
SANITARY FACILITIES
GUARANTEE OF WORK
FINAL INSPECTION
PERMITS & LICENSES
NOTICE OF REQUIREMENT FOR CERTIFICATION
OF NON-SEGREGATED FACILITIES
TESTING
GENERAL NOTES
~AGENO.
00650-1
00650-1-3
00650-3-9
00650-10
00650-10
00650-10
00650-11
00650-11-12
00650-12
00650-12
00650-12
00650-12
00650-13
00650-13
00650-13
00650-13
00650-14
00650-14
00650-14
00650-14
00650-14-17
SECTION 00650 - SPECIAL CONDITIONS
These Special Conditions supplement, modify, change,
delete from and/or add to the Specifications and the
"General Conditions of Agreement". Where any Article of
the General Conditions is modified or any Paragraph,
subparagraph or Clause thereof is modified or deleted by
these supplements, the unaltered provisions of that Arti-
cle, Paragraph, Subparagraph or Clause shall remain
in effect.
1.3 DEFINITION OF TERMS
Wherever the words, forms or phrases defined herein or
pronouns used in their place occur in these Specifications,
in the Contract, in the Bonds, i~ the advertisement, or any
other document or instrument herein contemplated, or to which
these Specifications apply or may apply, the intent and
meaning shall be interpreted as follows:
Owner~ Wherever the word "OWNER" is used in the
Specifications and the Contract Documents, it shall be
understood as referring to the City of Coppell.
Bm
Bngineer~ Wherever the word "ENGINEER" is used in the
Specifications and the Contract Documents, it shall be
understood as referring to Ginn, Inc.~ 17103 Preston Rd.,
Suite 100, LB 118, Dallas, Texas 75248.
C. Advertisement~ Ail of the legal publications pertaining
to the work contemplated or under Contract.
Bidder~ Any person, persons, partnership, company, firm,
association, or corporation acting directly or through a
duly authorized representative submitting a Proposal for
the work contemplated.
Contre~t~ The written agreement covering the performance
of the work. The Contract includes the advertisement,
Proposal, Specifications, including special provisions,
Plans or working drawings and any supplemental changes or
agreements pertaining to the work or materials therefore,
and bonds.
Contraotor~ The person, persons, partnership, company,
firm, association, or corporation entering into Contract
for the execution of the work, acting directly or through
a duly authorized representative.
Sec. 00650
1
Pe~ent Bond~ The approved form of security furnished by
the Contractor and his surety as a guaranty for the
protection of all claimants supplying labor and material
in the prosecution of the work provided for in this
Contract~ said security shall be in accordance with the
provisions of Article 5160, Revised Civil Statutes of
Texas, as amended by Acts of the Regular Session of the
Legislature, 1959.
Performance Bond= The approved form of security
furnished by the Contractor and his surety as a guarantee
of good faith on the part of Contractor to execute the
work in strict accordance with the Plans, Specifications
and terms of the Contract, and that the Contractor will
maintain the work constructed by him in good condition
for the period of time required; said security shall be
in accordance with the provisions of Article 5160,
Revised Civil Statutes of Texas, as emended by Acts of
the Regular Session of the Legislature, 1959.
Plan or Plene~ All the Drawings pertaining to the
Contract and ma~e a part thereof, including any
supplementary drawings or addenda as the Engineer may
issue in order to clarify other drawings, or for the
purpose of showing changes in the work hereinafter
authorized, or for showing details not shown thereon.
Proposal~ The written statement or statements duly filed
with the City of Coppell of the person, persons,
partnership, company, firm, association, or corporation
proposing to do the work contemplated, including the
approved form on which the formal bids for the work are
to be prepared.
Proposal Guarantys The security designated in the
advertisement and Proposal, to be furnished by each
bidder as a guaranty of good faith to enter into a
Contract with the City of Coppell and execute the
required bonds for the work contemplated after the work
is awarded to him, and payment of damages upon his
failure to enter into the Contract.
Special Provisions: The special clauses setting forth
conditions or requirements peculiar to the specific
project involved, supplementing the Technical
Specifications, and taking precedence over any conditions
or requirements of the Technical Specifications with
which they are in conflict.
Specifications: The directions, provisions, and
requirements contained herein, together with the special
provisions, supplemental hereto, pertaining to the method
and manner of performing the work or to the qualities or
quantities of the materials to be furnished under the
Contract.
Sec. 00650
2
Ne
O®
Bureties: The corporate bodies which are bound by such
bonds as are required with and for the Contractor. Said
sureties engaged to be responsible for the entire and
satisfactory fulfillment of the Contract, and for any and
all requirements as set out in the Specifications,
Contract or Plans.
The Work:
materials,
performed
Contract.
All work, including the furnishing of labor,
tools, equipment, and incidental, to be
by the Contractor under the terms of the
Working Day: A working day is defined as: a calendar
day including Saturdays, Sundays, or legal holidays in
which weather or other conditions not under the control
of the Contractor will permit the performance of the
principal units of work underway for a continuous period
of not less than 7 hours between 8 a.m. and 6 p.m. One
day will be charged against the Contract working time
when weather conditions will permit 7 hours of work as
delineated above. A principal unit of work shall be that
unit which controls the completion time of the Contract.
Nothing in this definition shall be construed as
prohibiting the Contractor from working on Saturdays if
he so desires and has the approval of the Engineer. Work
on Sundays will not be permitted (except in cases of
extreme emergency and then only with the written
permission of the Engineer).
1.4 MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT
The following designated items of the General Conditions of
Agreement are modified as follows:
A. Paragraph 2.06 - Lines and Grades is deleted in its
entirety and the following substituted therefore
"The Engineer will establish bench marks and horizontal
control points in close proximity to the Work. From
these control points, the Contractor shall provide all
surveying necessary to lay out the Work. Contractor
shall be responsible for establishing all lines and
grades necessary to control the Work and shall be
responsible for the precise location of all facilities."
"The Engineer may make checks as the Work progresses to
verify lines and grades established by the Contractor to
determine the conformance of the completed work as it
progresses with the requirements of the Contract
Specifications and Drawings. Such checking by the
Engineer shall not relieve the Contractor of his
responsibility to perform all Work in connection with
the Contract Drawings and Specifications and the lines
and grades given therein.
Sec. 00650
3
Be
Paragraph 3.09 - Protection Against Accident to Employees
and the Public is modified by adding the following:
"Contractor's attention is specifically directed to the
Texas Occupational Safety Law."
"The Contractor shall so conduct his operations as to
offer the least possible obstruction and inconvenience to
public traffic. After the "Notice to Proceed" is issued,
the Contractor shall notify the Engineer, at the earliest
possible date, of the starting of hauling of materials
and any construction work which might in any way
inconvenience or endanger traffic."
"The Contractor shall provide and maintain flagmen at all
points where his operations interfere in any manner with
traffic flow. Flagmen shal% be English speaking,
courteous, well informed, physically and mentally able
effectually to perform their duties in safeguarding and
directing traffic and protecting the Work, and shall be
neatly attired and groomed at all times when on duty.
Flagmen, when directing traffic, shall use standard
flagging procedures set forth in the ~Instructions to
Flagmen' published by the Texas State Department of
Highways and Public Transportation.,,
"The Contractor shall provide, construct and maintain
suitable barricades as shown on the Plans and elsewhere
when directed by the Engineer. The Contractor shall
provide and maintain such standard barricades or special
barricades, signs, lights and flags at points along the
project as may be necessary to protect the Work and
safeguard all traffic. Ail signs, barricades and working
area layouts shall be provided and maintained in
accordance with requirements of Part VI of the Manual on
Uniform Traffic Control Devices, tTraffic Controls for
Street and Highway Construction and Maintenance
Operations.' Signs and barricades to facilitate the flow
of traffic will be the responsibility of the Contractor.
The use of sufficient vertical panels with flashers in
conjunction with necessary warning signs and barricades
will be required to direct traffic."
"No direct payment will be made for the work involved in
carrying out the public safety measures herein provided,
the cost thereof being included in the prices paid for
the various Contract items of work and no additional
allowance will be made therefore."
Sec. 00650
4
Co
Paragraph 3.10 - Performance and Payment Bonds is
modified as follows:
With the execution and delivery of the Contract, the
Contractor shall execute and furnish separate
Performance and Payment Bonds on the forms provided
as follows:
Performance Bond~ A Performance Bond in the
amount of one hundred percent (100%) of the
Contract price, or only increases or deletions
therefrom due to Contract modifications,
guaranteeing faithful performance of the work and
fulfillment of the obligations of the Contract.
The Performance Bond shall guarantee that the
Contractor shall repair and/or replace any
defects in the work arising from defective or
inferior workmanship or materials used therein,
for a period of one (1) year from date of final
acceptance of the work by the Owner.
Payment Bond~ A Payment Bond in the amount of
one hundred percent (100%) of the Contract price,
or any increases or deletions therefrom due to
Contract modifications, guaranteeing payment to
all persons supplying labor and materials or
furnishing equipment in the execution of the
Contract.
o
Performance and Payment bonds shall be from an
approved surety company holding a permit from The
State of Texas to act as surety or other surety or
sureties acceptable to the Owner.
Paragraph 3.18 - Insurance is modified by the addition of
the following .
Contractor shall comply with each and every condition
contained herein. The Contractor shall provide and
maintain, until the work covered in the contract is
completed and accepted by the City of Coppell, the
minimum insurance coverages as follows:
Commercial General Liability insurance at minimum
combined single limits of $1,000,000 per-occurrence
and $2,000,000 general aggregate for bodily injury
and property damage, which coverage shall include
products/completed operations, and XCU hazards.
Coverage for products/completed operations must be
maintained for at least two years after the
construction work is completed. Coverage must be
written on an occurrence form.
Sec. 00650
5
mo
Workers ¢ompens& Lon
including employers'
limits of $500,000.
insurance at statutory limits,
liability coverage at minimum
Commercial Automobile Liability insurance at minimum
combined single limits of $1,000,000 per-occurrence
for bodily injury and property damage, including
owned, non-owned, and hired-car coverage.
e
All-Risk Builders, Risk insurance at completed value
if the contract is for the construction of a
structure or building.
*Note that the general aggregate limit must be at least
two times the per-occurrence limit.
A comprehensive general liability insurance form may be
used in lieu of a commercial general liability insurance
form. In this event, coverage must be written on an
occurrence basis, at limits of $1,000,000 per-occurrence
combined single limit, and coverage must include a broad
form comprehensive general liability endorsement,
products/completed operations and XCU hazards.
With reference to the foregoing insurance requirement,
Contractor shall provide the following endorsements:
Named insured wording which includes the Contractor,
the City of Coppe11 and Ginn, Inc., with respect to
General Liability, Automobile Liability, and
Builders' Risk.
2. All liability policies shall contain cross liability
and severability of interest clause.
3. A waiver of subrogation in favor of the City of
Coppell and Ginn, Inc. with respect to the Builders'
Risk Workers Compensation insurance.
e
The policy shall be endorsed to require the insurer
to immediately notify the City of Coppe11 and Ginn,
Inc. of any material change in the insurance coverage.
All insurance shall be purchased from an insurance
company that meets the following requirements:
1. A Best financial grading of A:X or better.
2. Licensed and admitted to do business in the State of
Texas.
Sec. 00650
6
Ail insurance must be written on forms filed with, and
approved by, the Texas State Board of Insurance.
Certificates of Insurance shall be prepared and executed
by the insurance company or its authorized agent and
shall contain provisions representing and warranting the
following:
1. The company is licensed and admitted to do business
in the State of Texas.
2. The company's forms have been approved by the Texas
State Board of Insurance.
Sets forth all endorsements as required above.
e
The City of Coppell and Ginn, Inc. will receive at
least sixty (60) days notice prior to cancellation or
termination of the insurance.
Upon request, Contractor, shall furnish the Owner with
certified copies of all insurance policies. The
Contractor shall also file with the Owner valid
Certificates of Insurance covering all subcontractors in
accordance with the insurance requirements set forth
herein for Contractor.
Section 4 - PROSECUTION AND PROGRESS is deleted in its
entirety and the following substituted therefore:
4. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
4.01 TIME FOR COMPLETION: The time allotted for com-
pletion of all items of work for this project
shall be 90 consecutive calendar days. It is
hereby understood and mutually agreed, by and
between the Contractor and the Owner, that the
date of beginning and the time for completion
as specified in the Contract of the work to be
done hereunder are ESSENTIAL CONDITIONS of this
Contract; and it is further mutually understood
and agreed that the work embraced in this
Contract shall be commenced on a date to be
specified in the Notice to Proceed.
The Contractor agrees that said work shall be
prosecuted regularly, diligently, and uninter-
ruptedly at such a rate of progress as will
insure full completion thereof within the time
specified. It is expressly understood and
agreed by and between the Contractor and the
Owner, that the time for the completion of the
work described herein is a reasonable time for
the completion of same, taking into considera-
tion the average climatic range and usual
conditions prevailing in this locality.
Sec. 00650
7
4.02
LIQUIDATED DAMAGES: If the said Contractor
shall neglect, fail or refuse to complete the
work within the time herein specified or any
proper extension thereof granted by the Owner,
then the Contractor does hereby agree, as a
part consideration for the awarding of this
Contract, to pay to the Owner TWO HUNDRED
FIFTY DOLLARS ($250.00) FOR EACH CALENDAR
DAY, not as penalty, but as liquidated
damages for such breach of Contract as
hereinafter set forth, for each and every
calendar day that the Contractor shall be
in default after time stipulated in the
Contract for completing the work.
The said amount is fixed and agreed upon by and
between the Contractor and Owner because of the
impracticability and extreme difficulty of
fixing and ascertaining the actual damages the
Owner would in such event sustain, and said
amount shall be retained from time to time by
the Owner from current periodical estimates.
It is further agreed that time is of the
essence of each and every portion of this
Contract and of the Specifications wherein a
definite and certain length of time is fixed
for the performance of any act whatsoever; and
where under the Contract an additional time is
allowed for the completion of any work, the new
time limit fixed by such extension shall be of
the essence of this Contract. ~ that
the Contractor shall not be charged with
liquidated damages or any excess cost when the
Owner determines that the Contractor is without
fault and the Contractor's reasons for the time
extension are acceptable to the Owner; ~
~ that the Contractor shall not be
charged with liquidated damages or any excess
cost when the delay in completion of the Work
is due:
a. To any preference, priority or allocation
order duly issued by the Government;
be
To unforeseeable cause beyond the control
and without the fault or negligence of the
Contractor, including but not restricted
to, acts of God, or of the public enemy,
acts of the Owner, acts of another
contractor in the performance of a Contract
with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight
embargoes, and severe weather: and
Sec. 00650
8
To any delays of subcontractors or
suppliers occasioned by any of the causes
specified in subsections (a) and (b) of
this article~ Provided further, that the
Contractor shall within ten (10) days from
the beginning of such delay, unless the
Owner shall grant a further period cf time
prior to the date of final settlement of
the Contract, notify the Owner, in writing,
of the causes of the delay, who shall
ascertain the facts and extent of the delay
and notify the Contractor within a
reasonable time of its decision in the
matter.
Paragraph $.04 - Partial Payments, is deleted in its
entirety and the following substituted therefore=
"On or before the tenth of the month, the Contractor
shall prepare and submit to the Engineer for approval a
statement showing as completely as practicable the total
value of the work done by the Contractor up to the last
day of the previous month~ said statement shall also
include the value of all sound materials delivered and
stored on the job site of the work that are to be
fabricated into the work.
"The Owner shall then pay the Contractor after the fourth
(4th) Tuesday after receiving City Council Approval. The
amount paid shall be the total amount lees five (5)
percent of the amount if total project estimated cost
exceeds $400,000 or ten (10) percent of the amount if the
estimated project cost is less than $400,000, which
percent retained shall be held until final payment, and
further less all previous payments and all further sums
that may be retained by the Owner under the terms of this
agreement.
"It is understood, however, that in case the whole work
be near to completion and some unexpected and unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may---upon written
recommendation of the Engineer--- pay a reasonable and
equitable portion of the retained percentage to the
Contractor, or the Contractor at the Owner's option, may
be relieved of the obligation to fully complete the work
and, thereupon, the Contractor shall receive payment of
the balance due him under the Contract subject only to
the conditions stated under ~Final Payment'."
Sec. 00650
9
CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER
It is the intention of the Owner to notify the Successful
Bidder in writing, within ninety (90) days after receiving
bids, of his acceptance of the Proposal. The Contractor
shall complete the execution of the required Bonds and
Contract within ten (10) days of such notice. Upon
completion of the execution of the Contract Documents, the
owner will issue a "Notice to Proceed with Construction."
1.6 STATE AND CITY SALES TA~
A®
The Contractor's attention is directed to Amendment No. 7
to Section 6a, Article 20.01, Chapter 20, Title 122A,
Taxation-General of the Revised Civil Statutes of Texas.
This amendment provides that all items used or consumed
by a contractor, whether incorporated into the project or
not, can be purchased free of State and City sales tax
when the project is being performed for an exempt agency.
Included are equipment rentals and other items which are
consumed by the contractor but are not incorporated into
the project.
Be
This Contract is issued by an organization which quali-
fies for exception pursuant to the provisions of Article
20.04 (F) of the Texas Limited Sales, Excise and Use Tax.
The contractor performing this Contract may purchase,
rent or lease all materials, supplies, and equipment used
or consumed in the performance of this Contract by
issuing to his supplier an exemption certificate in lieu
of the tax, said exemption certificate complying with
State Comptroller's ruling No. 95-0.07. Any such
exemption certificate issued by the contractor in lieu of
the tax shall be subject to the provisions of the State
Comptroller's ruling No. 95-0.09 as amended to be
effective October 2, 1968.
1.7 EXISTING STRUCTURES
The Plans show the locations of all known surface and
sub-surface structures believed to be involved in this
proposed construction. However, the Owner assumes no
responsibility for failure to show any or all of these
structures on the Plans, or to show them in their exact
location. It is mutually agreed that such failure shall not
be considered sufficient basis for claims for additional
compensation for extra work, unless the obstruction
encountered is such as to necessitate changes in the lines
or grades, or requires the building of special work,
provisions for which are not made in the Plans and
Specifications, in which case the provisions in the General
Conditions of Agreement for extra work shall apply.
Sec. 00650
10
1,8 pROTECTION AND RESTO~ATION OF PROPERTY
The Contractor shall be responsible for the preservation
from injury and damage, resulting directly or indirectly
from the execution of the work under this Contract, of all
public and private property adjacent to the work. He shall
use every precaution to prevent the damage or destruction of
buildings, poles, trees, shrubbery and lawns. Also,
underground structures such as wires, cables, etc.~ within
or without the work area. He shall protect and
carefully preserve all official survey monuments, properties
and section markers or other similar markers until an
authorized agent has witnessed or otherwise referenced their
location and shall not remove them until directed.
When or where direct or indirect damages or injury is done
to public or private property by or on account of any
act, omission, neglect or misconduct in the execution of
the work or in consequences of the nonexecution of same on
the part of the Contractor, such property shall be
restored at the Contractor's expense to a condition similar
or equal to that existing before such damage or injury was
done, he shall make good such damage or injury in an
acceptable manner.
In case of failure on the part of the Contractor to
restore such property, or make good such damage, or injury,
the Engineer may upon twenty-four (24) hours written notice,
proceed to repair, rebuild or otherwise restore such
property as may be deemed necessary and the cost thereof
shall be deducted from any moneys due the Contractor under
the Contract.
~.9 REFERENCE SPECIFICATIONS
Referenc? to ASTM, or others as listed below, shall
be considered as referring to the Specifications or
Method of Test as setforth by those various organizations
and shall be considered as part of these Specifications when
designated as such. Abbreviations and meanings are as
follows:
A.S.A ............. American Standards Association
A.S.T.M ........... American Society of Testing Materials
A.A.S.H.T.O ....... American Association of State Highway
& Transportation officials
A.C.I ............. American Concrete Institute
A.W.S ............. American Welding Society
A.W.W.A ........... American Water Works Association
S.S.P.C.~ ......... Steel Structures Painting Council, Federal
Specifications Treasury Department
Procurement Division, United States Government
(CONTINUED ON NEXT PAGE)
Sec. 00650
11
U.L ............... Underwriters Laboratories
N.E.M.A ........... National Electrical Manufacturers Association
W.P.C.F ........... Water Pollution Control Federation
T.S.D.H.P.T ....... Texas State Department of Highways and
Public Transportation
C.D.G.S ........... City of Dallas General Specifications
S.S.P.W.C.N.C.T...Standard Specifications for Public Works
Construction North Central Texas
1.10 SUBSURFACE CONDITIONS
Contractor shall make his own investigation of subsurface
conditions. No claims for extra compensation due to unusual
soil conditions that are found to exist will be allowed.
1.11 SERVICE OF MANUFACTURER'S REPRESENTATIVE
The Contract price for the project shall include the cost of
furnishing competent and experienced engineers or
superintendents who shall represent the manufacturers and
shall assist the Contractor, when required, to install,
adjust and test the equipment in conformity with the
Contract Documents. After the equipment is placed in
permanent operation by the Owner, such engineer or
superintendent shall make all adjustments and tests required
by the Engineer to prove that such equipment is in proper
and satisfactory operating condition, and shall instruct the
Owner's representatives in the proper operation and
maintenance of such equipment or system.
1.12 PLANS AND SPECIFICATIONS AVAILABILITY
The Engineer will provide the Contractor with six (6)
copies of Plans and Specifications in addition to the
Contract Sets provided for use on the project. Additional
copies may be purchased by the Contractor for the
cost of printing. Reproducibles required for as-huilts
will be paid for by the Contractor. Engineer will provide
the original Drawings.
1.13 SUBCONTRACTORS
The name and address of each supplier, manufacturer
and subcontractor which the Contractor proposes to use on
work under this Contract shall be submitted in writing
to the Engineer for approval.
Sec. 00650
12
1.14
CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVICm~
The Contractor shall make his own investigations and be
fully responsible for locating and taking care not to
damage any gas, water, sewer, or telephone linee. The
Contractor shall not begin any operations which may
interfere with or impair the normal service being rendered
by public utility operators. The Contractor will be held
responsible for the protection of the property or service of
public utilities within the limits of the Work. In case
that such physical properties conflict with the performance
of the Contract, it shall be the Contractor's responsibility
to anticipate such conflicts and to give advance notice
thereof to the owners of the utility.
The Contractor will be responsible for any damages done by
him to any utility structure whether owned by a public or
private agency. Damage of whatever nature to the existing
facilities shall be repaired immediately at the Contractor's
own expense as directed by the Engineer.
Contractor shall be responsible for the relocation of any
water, sewer, gas, telephone or other utility which inter-
feres with the performance of the Contract. No extra claims
for compensation will be allowed for any utility relocation,
unless approved in writing by Engineer, prior to relocation.
1.15 MANUFACTURER'S DIRECTIONS
All manufactured articles, materials and equipment shall
be applied, installed, connected, erected and used as
directed by the manufacturers, unless herein
specified to the contrary. Contractor shall furnish
copies of all printed directions with the material.
1.16 SANITARY FACILITIES
The Contractor shall provide at his own expense field
toilets for the use of the employees and contractor
forces. The facilities shall conform to the requirements
of the Texas State Health Department and those of any
other agencies having jurisdiction herewith. The field
toilets shall be cleaned and scrubbed with a disinfectant
at least once per day.
1.17
GUARANTEE OF WORK
Ail work shall be guaranteed against defects resulting
from the use of inferior materials, equipment or
workmanship for one year from date of final completion and
acceptance of the project.
Sec. 00650
13
FINAL INSPECTION
When the work is completed, the Contractor shall notify
the Owner in writing on which date he will be ready for
final test and inspection. Notice shall be given seven (7)
days in advance and verified by telephone twenty-four
(24) hours prior to the time set for inspection. After
the Owner and Engineer are completely satisfied with the
work, the Engineer shall make final measurements of all
items and approve final estimate and advise the Owner to
make final payment to the Contractor.
1.19 PERMITS AND LICENSES
All permits and licenses of a temporary nature necessary
for the prosecution of the work shall be secured and paid
for by the Contractor. Building permit fees shall be waived
for this work.
~.20
NOTICE-OF-REOUIREMENT FOR CERTIFICATION OF NON-SEGREGATED
Bidders are cautioned as follows{ By signing the Contract
for which these bids are solicited, the bidder will be
deemed to have signed and agreed to the provisions
of the .Certificate of Non-segregated Facilities" as
contained in the Specifications for this project.
All required testing will be paid for by the city of
Coppell. Any retesting required will be at the
expense of the Contractor. Testing requested by the
Contractor for his own use to ascertain whether or
not complying with the Specifications will be paid forby
the Contractor.
~.22 GENERAL NOTES
1. The city of Coppell will award the project to the
contractor who submits the best traffic signals at the best
bid price. The equipment and material proposed must meet
all of the technical specifications that included in
this bid document. The contractor will a~ required to
submit, with his bid, complete technical information which
covers all proposed equipment in detail. If the contractor
proposes to supply ~qui~ment that is not in 100% compliance
with these specifications, he shall submit a detailed
listing of each item that is in conflict with these
specifications. This listing shall also explain why, on an
Sec. 00650
14
item by item basis, the equipment should be considered for
use on this project. This information will be taken into
consideration prior to determination of the best bid. The
contractor shall be aware of the fact that any exceptions
taken may be Judged by the engineer to be inferior and
therefore will be grounds for rejection of the bid. If the
contractor is proposing equipment that is in 100% compliance
with the specifications, he shall attach a statement to that
effect to his bid.
2. The Contractor shall plan his work sequence in a
manner that will cause the minimum interference with
traffic during construction operation. Access to
facilities must be maintained at all times throughout
the duration of the construction. Before beginning
work on the project, the Contractor shall submit for
approval by the Engineer a Plan of Construction
3. If, at any time during construction, the Contractor's
proposed plan of operation for handling traffic does
not provide for safe and comfortable movement, the
Contractor shall change his operation to the extent
necessary to correct unsatisfactory conditions. Any
major correction must be approved by the Engineer.
4. The contractor shall provide the necessary signing and
warning devices as shown in the plans to ,,protect motorists
during construction. Flagmen shall be used if any street is
closed to one lane of traffic. Any vehicles which stand in
or block any portion of roadway shall be equipped with
rotating beacons or strobe lamps. These lamps shall be
illuminated at all times that the vehicle is blocking any
portion of roadway without exception. Any operation which
requires a lane to be blocked shall occur only between the
hours of 9:00 A.M. and 4:00 P.M.
5. Part .VI, "Traffic Controls for Street and Highway
Construction and Maintenance Operations" of the "Manual on
Uniform Traffic Control Devices" shall be adhered to
throughout the duration of this project. "Construction
Ahead" and "End Construction" signs, with the barricades
shall be installed at the beginning and end of the
project. These signs shall be considered incidental work
and will not be paid for as a separate pay item.
Sec. 00650
15
6. Th? Contractor will be held responsible for placing and
maintaining all necessary barricades, vertical panels with
flashers and signs to provide maximum safety to the
motorist. Ail barricades and signs shall be kept clean and
broken ones will be replaced. The Contractor should use
good Judgment when considering the safety for motorists.
Barricades and signs will not be a direct pay item on this
project.
7. Prior to the start of construction, it is the
responsibility of the Contractor to determine the location
of all utilities, whether or not shown on the Plans.
The Contractor shall also become familiar with any
proposed adjustments to be made by the utility owners and
extend full cooperation. Under no circumstances will a
claim for extras, due to delay caused by various utility
companies be allowed.
8. Any costs resulting from Contractor damages to
utilities shall be the responsibility of the Contractor.
9. The Contractor must locate the nearest available power
supply and obtain all necessary permits and secure its use.
The Contractor shall insure that all electrical
installations are in fu}l compliance with applicable
electrical codes and receive a green tag signifying this
from the City of Coppell Building Official for the work.
10. The items under which payment is to be made are as
listed in the Summary of Quantities. Any reference
to other items in the technical specifications as pay
items is hereby deleted. Only the provisions for
construction requirements of such items are to be complied
with.
11. The traffic signal mast arms and poles shall have a
brown painted finish to match the existing poles at the
Sandy Lake/Denton Tap intersection. The paint selected for
use on this project shall be of a type and color approved by
the engineer.
12. If applicable per the plans, any extra conduits
required to be installed that are not required to have
wiring pulled thru them per this contract must be left with
pull string between pull boxes with end plugged.
13. In addition to all other insurance requirements, the
contractor shall supply a valid certificate of liability
insurance in the amount of $2,000,000.00. This certificate
shall be provided to the contractor by his proposed
equipment supplier. It shall cover not only the original
equipment manufacturer, but also cover all field
representatives responsible for placing equipment into
service. It shall also cover all personnel who will be
responsible for maintenance of all equipment during the test
period and the i year maintenance period.
Sec. 00650
16
14. The contractor shall supply, with his bid, a Statement
which will provide ample assurance to the City of Coppell
that he will be able to respond to all trouble calls during
the construction and testing period within 2 hours after
notification. This statement shall list at least 3 agencies
in the Dallas-Ft. Worth metroplex where the contractor has
previously or is currently providing service of this type.
It shall be the contractors responsibility to maintain a
current list of personnel who will respond to trouble calls.
In addition, the contractor shall provide a phone number to
call which will be answered 24 hours a day, 7 days a week
where trouble calls are to be placed.
15. The contractor shall include, with the previous
statement, a list of all signal projects he has installed or
presently is in the process of installing in North Central
Texas. This list shall cover all projects within the last
12 months and shall list the agency for which the work is
being performed, the number of inspections on the project,
the percentage of work completed and whether or not the
project was completed on schedule as required by the plans.
16. The contractor shall be aware that failure to submit
any required information with his bid shall render his bid
incomplete and will be grounds for rejection of the bid.
17. Loop detectors which are shown on the plans to be under
the area covered by "brick pavers" are to be installed in
saw cuts in the concrete slab under the brick pavers.
Installation is to be done in the normal process for loop
detector installation in concrete pavement. Any alternative
arrangement is to be done only with the approval of the
Engineer.
18. Within two (2) weeks after the "Notice to Proceed with
Construction" is issued, Contractor shall provide the
Engineer with a copy of all material purchase order requests
(forms).
Sec. 00650
17
TECHNICAL
SPECIFICATIONS
DENTON TAP ROAD TRAFFIC SIGNALS AT
BETHEL SCHOOL ROAD AND PARKWAY BOULEVARD;
AND SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE ROAD
TABLE OF CONTENTS
SPECIFICATION FOR ACTUATED TYPE SOLID STATE
DIGITAL TIMED ELECTRONIC TRAFFIC SIGNAL
CONTROLLER 1-35
SPECIFICATION FOR VEHICLE AND PEDESTRIAN DETECTORS:
DETECTOR AMPLIFIERS~ LEAD-IN CABLE~ PEDESTRIAN PUSH
BUTTONS~ INSTALLATION PROCEDURES: 36-39
SPECIFICATION FOR MULTIPLE CONDUCTOR AND SINGLE
CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE 40-50
SPECIFICATION FOR SIGNAL POWER SUPPLY AND SERVICE
EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES 51-52
SPECIFICATION FOR POLYCARBONATE RESIN TRAFFIC SIGNAL
HEADS, 12-INCH, EXPANDABLE, ADJUSTABLE TYPE 53-59
SPECIFICATION FOR PEDESTRIAN ONE-SECTION SIGNAL
HEADS - INCANDESCENT LAMP 60-61
SPECIFICATION FOR MAST ARM POLE ASSEMBLY 62-65
SPECIFICATION FOR CONDUIT AND PULL BOXES 66-68
SPECIFICATION FOR CONCRETE FOUNDATIONS 69-70
SPECIFICATION FOR ACTUATED TYPE SOLID STATE DIGZTAL TIMED
ELECTRONIC TRAFFIC SIGNAL CONTROLLER
'PURPOSE AND INi~,,T
The purpose of this specification is to define the minimum design
requirements for a digitally timed, completely solid state, full actuated
traffic signal controller and cabinet assembly which shall be capable of
isolated, co, ordinated and computer controlled full and semi-actuated
operation as described below.'.
The Intent of this specification ts to encourage responsive bids from all
prospective traffic signal equipment suppliers who can provide control
equipment which conforms to these requirements in all respects
which
(hereinafter referred to
as the Agency) considers substantial.
In order not to preclude responsive bids fro~ those who cannot meet the
speclftcatiofl In every detail, proposals which Include minor exceptions to
the specification may be submitted for consideration. If done so tn
accordance with Section 12 below. Allowance or summary rejection of such
proposed exceptions shall be solely In the Agency's Judgement and
discretion.
1.1 Basic Size Requirements
Unless otherwise required In the bid requisition,
A. All pole mounted cabinets shall:
4)
5)
I)
2)
3)
Be of the 54" "Super M" size.
Be provided with an Eight (8) phase timer complete with all
three (3) of the NEP~A standard "A","B", & "C" front panel
connectors and matching cabinet harnesses.
Be provided complete with Eight (8) Load Switches and fully
wired load switch base positions, as follows:
Position Function
I-4 R, Y, & G for phases 1 thru
4, respectively.
5 & 6 Overlaps A (phase 1+2) and 8
(phase 2+3) respectively.
7 & 8 Phase 2 & 4 pedestrian,
respectively.
Be provided with a flasher and four (4) flash transfer
relays, with bases completely wired In.
8e provided with Eight (8) fully wired-In detector
harnesses, with:
6)
B. All
I)
2)
3)
4)
5)
~arness #
1-8
Hired for Function
Vehicle phases 1-8, respectively.
NOTE: Where only FOUR (4) phase timers and
cabinets are required in the bid requisition,
six (6) detector harnesses shall be required
~s follows: '
1-4
Veh. phs. 1-4, respectively.
Wired thru a 24VDC detector switching relay to
switch Its output from phase 2 to phase 3,
when phase 3 is either called or green
(Usually used for the O.L.8. (2+3) approach).
Spare, with outputs brought to terminals such
that it may be convenleniely hooked up by the
Agency as appropriate for the application.
Be provided with three (3) pole mounting straps complete
with all related mounting hardware.
base mounted cabinets shall:
Be of the "P" or Type 4 size.
Be provided with an eight (8) phase timer.
Be provided with sixteen (16) Load Switches and fully wired
base positions, as follows:
Position
1 thru 8
9 thru 12
13 thru 16
8e provided
relays.
Function
R, Y, & G for phases 1 thru 8, respectively.
R, Y, & G for overlaps A thru D.
Phases 2, 4. 6 & 8pedestrian.
with a flasher and six (6) flash transfer
Be provided with twelve (12) detector harnesses, with:
Harness # Hired for Functton
1 thru 8
9 thru 12
Vehicle phases 1-8, respectively.
Spares, with output brought to terminals such
that it may be conveniently hooked up by the
Agency as appropriate for the application.
-2-
]nhlb,, gap reset a?ter tlmeout (simultaneous gap termination)'
enable/disable option. This shall be selectable on a per phase
bas~s.
B. Actuated rest in walk operation, selectable on a per phase basis.
C. Dual Entry opera~ion with Keyboard selectable complimentary
phases.
LAST CAR PASSAGE, WHICH SHALL BE SELECTABLE ON A PER PHASF
BASIS. THE LAST CAR PASSAGE AND SUBSE(~JENT REST INTERVALS SHALl
NOT BE RESETABLE OR EXTENDABLE BY ADDITIONAL VEHICLE ACTUATIONS,
EXCEPT IN DUAL RING APPLICATIONS WHERE SIM GAP IS ALSO ACTIVF
AND THE OTHER RING HAS NOT YET REACHED LCP OR REST.
CONDITIONAL RE-SERVICE OPERATION FOR LEFT TURN PHASES DURING
"FREE" OPERATION, AND THE COMPARABLE ABILITY TO BRING UP ANY
LEFT TURN MOVEMENT TWICE PER CYCLE, BOTH "LEADING" AND "LAGGING"
WHEN IN COORDINATION.
"SOFT RECALL" SELECTABLE FOR EACH PHASE, OR PREFERABLY, THF
EQUIVALENT ABILITY TO DESIGNATE EACH PHASE AS A "NO REST" PHASE.
Fo
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.
THO SEQUENCES FOR FIRE OR RAILROAD PREEMPT OPERATION.
SUITABLE MEANS SHALL BE PROVIDED SO THAT ALL PHASE TIMING AND
OPERATIONAL PARAMETERS MAY BE BULK INITIALIZED TO APPNOPRIATF
VALUES AS A CONVENIENCE FOR TEST BENCH AND NEW SIGNAL TURN-ON
NORK. THE SUCCESSFUL SUPPLIER SHALL OBTAIN THE PREFERRED VALUF~
TO WHICH THE TIMER SHALL INITIALIZE FROM THE AGENCY.
MAX II FOR EACH PHASE, WITH BOTH A SEPARATE EXTERNAL SELECT
INPUT FOR EACH RING, AND THE ABILITY TO INDIVIDUALLY SELECT MAX
II FOR EACH PHASE FROM WITHIN THE INTERNAL TIME I~ASF
COORDINATION CLOCK.
Overlaps
Refer to the latest NEMA Standards and the following
requirements. In addition, as required by the application, the
generation of overlap signal indications for controllers
expandable to four or more phases shall be programmable and
internal to the controller unit and shall provide G-Y-R load
switch drivers for each of the four (4) overlap signals. The
yellow and red clearance intervals may be determined by either
the phase terminating the overlap, or independent adjustment for
-4-
each uverlap signal. The method of programming of overlap signal
control shall be by use of an interchangeable plug-in prlnted
circuit board assembly if overlaps are not programmable on the
front of the controller directly. EACH OVERLAP SHALL HAVE ITS
OHN LAG GREEN. YELLOH AND RED CLEARANCE TIMERS ("TIMED
OVERLAPS") FOR USE IN APPLICATIONS REC~JIRING DOUBLE CLEARANCES.
UPLOAD/DOWNLOAD CA~ABILITY
A DB25-RS232C PORT AND ALL RE(~JISITE SOFTWARE AND RELATED
BUFFERING DEVICES SHALL BE PROVIDED FULLY INSTALLED AND C04PLETF
ON EACH TIMER SUCH THAT ALL OR ANY INDIVIDUALLY SELECTED TIMING
AND COORDINATION PARAMETERS WAY BE EASILY AND ROUTINELY UP OR
DOWN L(~ADED TO OR FROM IT WHILE THE TIMER IS SIMULTANEOUSLY
RUNNING COLORS ON-STREET. IN ADDITION, FOR EVERY EIGHT (BI
TIMERS DELIVERED, ONE CC)MPLETE SET OF ALL AUXILIARY DEVICES AND
CONNECTING CABLES, AEXAPTERS, ETC. RE(~UISITE FOR MAKING FULL USF
OF THIS CAPABILITY SHALL BE PROVIDED AND QUOTEO AS A SEPARATF
LINE ITEM ON THE BID REQUISITION.
ALL COMMUNICATIONS, PROTOCOLS, FORWATS, ETC.. BOTH WITHIN THE
TIMER AND IN ANY REQUISITE EXTERNAL DEVICES SHALL:
aD
BE ASCII OR APPROVED EQUIVALENT USUAL INDLJSTRY CONVENTION,
SUITABLE FOR COMMUNICATIONS TO OTHER UNLIKE EQUIPMENT,
SHALL BE FULLY USEABLE WITH A MFR'S "DC HAYES 1200" MCX)EM
OR EQUIVALENT.
C. BE PROVIDED TO THE AGENCY PRIOR TO DELIVERY. AND
d. BE SUBJECT TO AGENCY APPROVAL.
BAUO RATES OF AT LEAST 300, 600, 1200, and g600 SHALL BE USER
SELECTABLE, AND THE PORT SHALL PROVIDE FULL AND HALF DUPLEX
COMMUNICATIONS. THE COi4MONICATIONS SOFTWARE IN THE TIMER SHALl
PROVIDE PASSWORD OR OTHER SUITABLE SECURITY TO PREVENT
UNAUTHORIZED REMOTE ACCESS. ANY AUXILIARY UPLOAD/DOWNLOAD
OEVICE SHALL BE A WANUFACTURER'S # TRS80 MOOEL 100 OR APPROVED
PORTABLE OR HAND-HELD E(~JIVALENT.
3.20lamond Interchange Operation
Where the bid requisition specifies a diamond Interchange traffic
signal controller, the controller shall be provided complete with the
following phase assignments and choice of sequences and options
selectable either externally or by the internal coordinator on a per
dial and split basis.
EXCEPT WHERE SPECIAL PERMISSION IS OBTAINED FROM THE AGENCY TO
PROVIDE EXTERNAL SEOUENCE CONTROL LC)GIC, ALL DIAMOND OPERATIONAL
FEATURES SHALL BE ACCO4PLISHED INTERNAL TO THE CONTROLLER.
-S-
Phase ~ssignments:
RING 1:
Phase # Load Switch & Typical
or Overlap Conf. Mort. Ch. # DSrectlon
Phase 1 :1 S8 thru
Phase 2 2 NBSR
Phase 3 3 NBLT
OLA g NB Inside
- Phase i+3
Controls first (usually North) half of interchange.
RING 2:
Phase # Load Switch & Typical
or Overlap Conf. Mon. Ch. # Direction
Phase 5 5 SBLT
Phase 6 6 NB thru
Phase 7 7 EBSR
OLA. 10 SB Inside
Phase 5+6
Controls other (usually South) half of Interchange.
Oetector Inputs:
A total of ten (10) separate vehicle and four (4) pedestrian
detector inputs shall be provided and completely wired up to ten
(10) loop detector harnesses and four (4) PPB field circuit
Isolation devices (per Spec. Sect. 9.35 below). The vehicle
detector Inputs for phases 1, 2, 3, 5, 6 and 7 shall be
connected to their respective Inputs in the usual fashion per
the phase assignment above.
The four additional Inputs shall be provided as follows:
Detector located on the: Shall Input to
7. OLA Inside thru phase 3 ped.
8. OLD inside thru phase 5 ped.
9. FAR setback der. on the phase 2 S.R. phase 8 veh.
10. FAR setback der.on the phase 7 S.R. phase 8 ped.
The four pedestrian pushbutton circuits
pedestrian movements on phases I, 2, 6 and
manner.
shall actuate the
7 In the conventional
Suitable internal (except where special permission to provide
external) detector switching logic shall be provided for
detectors 7 thru lO above.
-6-
l) .ne phase 3 ped. detector above shall operate In the
presence of a call on phase 2 to extend either phase :)~or
phase 3, whichever immediately precedes it In the current
sequence. Hhlle phase 2 is green, the phase 3 ped.
detector shall operate to call either phase 1 or phase 3.
as appropriat~ in the current sequence.
2) The phase 5 ~ed. detector above shall operate in similar
fashion with respect to phases 5,. 6 and 7.
3) The phase 8 vehicle detector above shall operate in the
"Figure 4" (TTI) sequence to extend phases 2 & 5 when they
both are green and In the presence o? a cai1 on phase 6.
It shall also operate to extend phase 2 at appropriate
points in the ftgures 6 & 7 sequences below.
4) The phase 8 ped. detector above shall operate In similar
fashion with respect to phases 7, 3, & 1.
Phase Sequences:
Each diamond Interchange controller shall provide all 4 of the
following sequences, each of which shall be selected for
Implementation by the internal coordinator or external inputs.
The "Figure 4" (TTI) sequence shall be Implemented when none of
the external sequence control Inputs are active (logic iow). The
"Figure 3" ("Lag-Lag") sequence shall be Implemented when only
the Test Input A sequence control Is active. Figure $ and
Figure 7 shall be selected by other appropriate combinations of
activation of Test Input A and one other sequence control
Input. These two sequence control Inputs shall be hooked up to
the Time Base Coordination Unit such that any sequence may be
called up by the coordination dial programs or with "free"
operation.
Figure
3
Basic Preferential Sequence
("Lag-Lag") Operation:
1. Phase 3 & 5
2. phase 2 & 5 or 3 & 7 (depending on
L.T. phase gapout)
3. phase 2 & 7
4. phase 1 & 7, 2 & 6, 3 & 7, or Z &
$ (depending on Service Rd. phase
gapout and Switch option
selection).
5. phase ! & 6
6. phase I & 5 or 3 & 6 (depending on
thru phase gapout)
7. phase 3 & 5
-7-
7
(TTI) Operation:
1. l&S
2.' 2&5
3. 2 & 6
interval )
4. 3&6
5. 3&7
6. I & 7
Interval )
Note: a "K-Clearance" formed of phases
appropriate during phase skipping.
6
Option X:
Option Y:
(non-extendable advance
(non-extendable
3 & 5 shall
("Lead-Lag") Operation:
advance
appear when
1. 1&5
2. 2&5
3. 2 & 7 (see Option X)
4. 3 & 7 (if phase 2 gaps first)
5. 3&6
6. I & 6 (see Option Y)
("Lag-Lead") Operation:
1. l&S
2. 1 & 6 (see Option A)
3. 3&6
4. 3&7
5. 2 & 7 (see Option 8)
6. 2 & 5 (if phase 7 gaps first)
When selected causes extension of phases 2 & 5 by the
phase 8 veh. der. input (setback detector on the phase
2 service road) and makes the phase 2 & 7 der.
Interval a non-extendable advance.
When selected causes extension of phases 3 & 6 by the
phase 6 der. and makes the phase I & 6 a
non-extendable advance.
Option A:
When selected causes phase 1 & 5 to be extended by the
phase 1 der. and makes the phase I & 6 a
non-extendable advance.
Option 8:
When selected causes phase 3 & 5 to be extended by the
phase 8 ped. der. (setback detector on the phase 2
service road) and makes the phase 2-phase 7 Interval a
non-extendable advance.
Each of the above sequences shall have provisions for skipping
phases 1,2, 6 or 7 in the absence of demand and provide inside
clearance Intervals where appropriate. All sequences above
shall operate In the "dual entry" mode. wherein each of the two
rings shall always be in one of Its three (3) phases.
-8-
Note t,at the NEMA hold, force-off and omit inputs shall still
operate in their usual manners, and shall be operable by the
internal coordination program described In 4.0 below.
.D.
Additional Operation Information about diamond interchange
controllers may be requested from the Agency before the bid
opening. However,.by submission of a price proposal, the bidder
signifies that his understanding of the above requirements ts
adequate for him to subsequently provide any requested pre-order
equipment demonstration and eventual delivery on a timely
basls. Requests for additional Information after a bid opening
wtll be responded to, but w111 not usually be considered grounds
for extension of the pre-order demonstration and/or delivery
time requirements.
3.3 Hardware Oeslgn Requirements
3.31 Component Accesslbllitles
Refer to Part 4, Section 2 of NEMA Standards Publication No.
TS1-1976. In addition, the modules shall be removable or replacable
from the front of the controller case. One 'piece display and
programming panels shall be hinged to the case so as to allow for
full opening and easy removability.
Special tools shall not be required to remove or replace a module.
The module shall not use layered construction of PC boards that would
prevent reasonable access to the components within the module.
3.32 Circuitry
The controller circuitry and all logic or timing circuitry external
to the controller shall consist of a high threshold solid state
digital electronic design. The circuit components shall be amply
derated with respect to dissipating capactty and rated voltage. The
circuit components shall be standard production types that are
readily available from any Industrial electronic supply house.
The circuit component design life under continuous duty operation
shall not be less than ten years. The design shall not include any
vacuum or gaseous tubes.
3.33 Equipment Housings
The equipment housing shall be a completely enclosed painted metal
fabrication that Is easily removed and replaced. The design shall
Include vent holes. The model and serial number shall be stamped or
etched on the outside of the housing.
3.34 Retention of Program Memory
ALL PROGRAMMED TIMING AND OPERATIONAL PARAMETERS SHALL BE RETAXNEO
-g-
WITHIN ELECTRICALLY ERASABLE PROGRAMMABLE READ ONLY MEMORIE~
(EEPROM's), OR EQUIVALENTt NOT RE(~JIRING BATTERY BACKUP. 8ATTERIEq
AND BATTERY BACKUP CIRCUITRY SHALL BE PERMITTED ONLY FOR TIMEKEEPING
FUNCTIONS WITHIN THE INTERNAL TIME BASE COORDINATOR DURING PERIODS IN
WHICH THE TIMER IS WITHOUT EXTERNAL POWER. ANY SUCH BATTERY SHALL BF
~(~JIPPED WITH AN ON/OFF SWITCH BY WHICH IT CAN BE DISCONNECTED TO
PREVENT DISCHARGE DURING STORAGF.
Any such backup systems shall conform to all applicable NEMA
temperature and operating standards and be capable of retaining
controller program memory for a period of thirty (30) days when the
controller is stored at any temperature and humidity within NEMA
range.
3.35 Fuses
All equipment shall be Individually fused with protection devices
that are panel mounted on the front face of the equipment.
3.36 Controller Programming/External Controls
Programming the controller shall consist of establishing ail timing
intervals and selecting the special modes of operation by using
adjustments which are directly accessible from the front of the
Ko,):roller. This would preclude portable type programmer/display
units contained In any separate case.
3.37 Watch Dog Timer
When microprocessor based controllers are supplied, a "Watch DOg
Timer" shall be installed as a responsive device that must activate
and deactivate a pro<jram check within a time span sufficient to
insure program integrity. A failure of the device shall cause the
voltage monitor to actuate.
3.38 Printed Circuit Assemblies
Refer to NEMA TS1-4.2.02 of NEMA Standards Publication No. TSl-lg76.
and the following design requirements.
Ali contact or mating surfaces shall be gold over nlckle plate.
Ail components mounted and soldered to the board shall be
removeable and replaceable without causing damage to the board
or tracks.
Ail components mounted to the board shall have their circuit
reference symbol clearly marked on the board or be Identifiable
by referencing to the pictorial assembly drawings.
O. All boards shall be identified by a serial number stamped or
etched on the board.
E. All boards, components and circuitry shall be sprayed with a
clear moisture and fungus proof material.
-10-
3.39 Internal S~,tware
Unless the bidder specificly states otherwise in writing tn his bid
proposal, the sale of his equipment to the Agency shall Include a
limited license for Agency personnel to make backup copies of all
software and firmware ~icrocomputer programming contained wlthin any
device for the Agency's.internal maintenance convenience.
FURTHER, ALL INTERNAL SOFTHARE PROGRAH(S) RELATING TO TNt
COORDINATION RE(~UIREHENTS OF SECTION 4.0 BELOH SHALL BE SUBJECT TO
REJECTION IF, IN [TS SOLE DISCRETION AND 3UDGEHENT, THE AGENCY FIND~
SUCH PROGRAHS TO HAVE ANY ERRORS, "BUGS" OR CONCEPTUAL DEFECTS OR
~EFICIENCIES. '
3.40 Ind$cators
Refer to NEMA TSI-4.3.05 of NEMA Standards Publication No.
and the following additlonaland revised requirements:
A. A11 indication lights shall be LED, LCD, or )EON types.
B. A11 indication lights shall be CLEARLY AND READILY visible in
both bright sunlight AND IN TOTAL DARKNESS.
TS1-19~6
Eo
The cabinet shall be equipped with a door switch to extinguish
the indications when the door is closed. AND KEEP THE
INDICATIONS ILLUMINATED WHILE THE CABINET D(~3R IS OPEN.
On all dual-ring controller timers, separate displays shall be
provided for each ring, such that the real time timing of the
active phase In both rings may be observed simultaneously.
Discrete indications shall be provided on the controller front
panel such that ALL of the following functions selected by the
user may be observed for all phases simultaneously:
1. vehlcle call
2. pedestrian call
3. phase on
4. phase next
Sufficient indicators shall be provided such that the following
selected by the user may be observed for both rings
simultaneously:
1. reason for phase
etc.)
2. Max II ttmimg.
3.50 PROM Programming
termination (gapout, maxout, forceoff,
If the model of controller proposed Includes any features such as
-11-
backup ti,..mg or ring-barrier configuratio,, which might be programmed
or modified by the user in PROM. then a suitable PROM programmer and':
a complete set of all related connecting cables, adapters, prom
erasers, etc., shall be provided complete with the delivery of the'
order.
4.0 COORDINATION EQUIPMENT
Except where the bid requisition Indicates that coordination, capability ts
not required, each controller, Including those provided for Diamond
Interchange operation, shall be delivered with an EIGHT (8) CYCLE, TWO (2)
SPLIT, and two (2) offset Time Base Coordinator CONTAINED INTERNALLY
WITHIN THE TIMER UNIT, and be delivered complete with all related
auxiliary harness(es) wired Into the cabinet, ready for operation. (NOTE
THAT THE EXTERNAL INPUT WHICN WOULD OTHERWISE BE USED TO CALL SPLIT ~"'MA¥
NOW INSTEAD BE USED IN COMBINATION WITH THE OTHER CYCLE CALL INPUTS Tu
~ALL CYCLES 5 THRU 8). COORDINATORS OFFERING ONLY FOUR (4) CYCLES,
OFFERING FOUR (4) SPLITS AND FOUR (4) OFFSETS PER CYCLE MAY 8E All
ACCEPTABLE SUBSTITUTE, BUT THE PROVISION OF SUCH WILL REQUIRE THE APPROVAl
OF THE AGENCY.
The coordination program provided in these timers .shall include the
following features:
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 KEYBOA~n to
be:
l) normal "leading" sequence (preceedlng 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 thus being omitted.
The ability to associate the desired type(s) of left turn operation
with each dial and split combination from the keyboard shall be
available for both Internal time base and external conventional hard
wire system operation. The program shall also Include the capability
to select these functions for "free" operation. For each controller
phase there shall be two (2) force-off points provided and available
for use In each coordination cycle, such that left turn phases on
both streets may be brought up twice per cycle (both "leading" and
"trailing") or such that the main and side street phases may be
brought up and forced off twice per background cycle.
THE COORDINATION PROGRAM SHALL BE OF A TYPE WHEREIN THE SET-UP OF THE
-12-
Ho
"YIELD" ANb "FORCE OFF" POINTS HILL REQUIRL THE ENTRY OF NO MORE THAfI
THREE (3) NUMERIC VALUES' IN EACH SPLIT FOR EACH TIME A PHASE l~
PROGRAMMED TO COME UP IN THE BACKGROUND CYCLE. NOTE THAT
COORDINATORS EMPLOYING CIRCUIT AND INTERVAL TYPE CONTROL AND TIMINC
SCHEMES WILL NOT 8E ACCEPTABlF.
For dual ring and diamond interchange operation, the coordinator
shall provide separate and independently adjustable "yield" points.
or equivalent, for the major street phase In each ring. such that the
termination point of each main street phase may be controlled with
adequate precision during "lagging" left turn phase operation.
The internal coordination program shall be of such a design that the
controller may be operated in either semi-actuated (major street
becomes non-detector extendable and rests In walk) or full-actuated
mode when in coordination, as individually selected by the operator
for each dial and split combination from the front panel. This
design shall include activation of the pedestrian recycle function at
appropriate points in the background cycle.
The coordination program shall feature automatic calculation and
implementation of the maximum width of the "permlsslve" 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 coordinator program shall allow the side street phases
to be re-serviced more than once In a given coordination cycle. This
shall include automatic internal computation of the points at which
each phases' vehicle and (separately) pedestrian omits shall be
applied an appropriate number of seconds before the occurance of that
phase's primary force-off (latching) point, to insure that no phase
will be timing its minimum or pedestrian intervals when Its primary
force-off occurs. The second (auxiliary) force-off shall be a
non-latching pulse gated to the respective phase on.
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 INTERI~AL TBC AND WHEN
OPEILATING AS A HARD WIRE SECONOARY.
The internal Time Base Coordination event clock shall be capable of
calling up Free. Max 2 and Night Flash as keyboard programed.
THE PROGRAMMING OF THE INTERNAL TIME BASE CBORDINATION EVENT CLO(O
SHALL BE OF THE TYPE IN WHICH ANY EVENT INSTRUCTION I(AY BE OIRECTLY
ASSOCIATED WITH ONE OR MC)RE DAYS OF THE WEEK OR HOLIDAYS, ANO NOT OF
THE TYPE IN WHICH DAY PRC)GRAM SCHED(JLES MUST BE FIRST PROGRAMMEDi ANn
THEN ASSOCIATED WITH THE CALENDAR DAYS TO WHICH THEY APPLY.
The scheduled night flash shall be generated either tnternai 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 non
-13-
conflJctt.~ arrangement of amber or reo flashing movements and to
program exclusive left turn and pedestrian indications to be dark
during scheduled flash operation. Suitable circuitry shall be
provided to permit the red monitor enable input to the confltct
monitor to be deactivated during scheduled flash where requisite.
Transfer between colors (stop-and-go) and scheduled night flash
operation shall be in a~cordance with the intent of the MUTCO.
METHOD OF INTERNAL TBC REFERENCE SYNC PULSE GENERATION.
The Internal Time Base Coordinator shall internally generate the
reference sync pulse from which the local offset is calculated either
by the method of computation forward from a user programmable
reference time of day. or by the method of generating each new
cycle's first sync pulse at the time of day the new cycle Is called
for ("event dependant" mode) AS SELECTEO BY THE OPERATOR ON THE FRONT
PANEL. IN OROER TO INSURE EXACT CORRESPONDENCE 8ETNEEN THE "MASTER"
SYNC PULSES ANO THE SYSTEM'S TIME-OF-DAY CLOCKt A SYNC PULSE SHALL Bf
GENERATEO AT ANY TIME THE TIME-OF-OAY CLOCK SHONS A POINT IN TINF
kNICN IS AN EXACT NUMBER OF CYCLE LENGTHS AT OR AFTER THE APPLZCASLF
RESYNC TIME. METHOOS WHEREIN CYCLE COUNTERS USEO TO GENERATE SYNC
PULSES ONLY UPDATE AT THE REFERENCE TIME OF. DAY WILL ROT 8F
ACCEPTABLE.
L. BACKGROUND CYCLE TIMER DISPLAY
Suitable means shall be provided such that the count-up of the local
background cycle timer may be observed in dynamic or realtime
operation on the front panel display.
M. COORDINATION PROGRAH INITIALIZATION
Suitable means shall be provided within the coordination program such
that a manual command may be entered from the keyboard to
relnitlalize all coordination timings and entries to an appropriately
Inactive or default value, such that the desired program may be
subsequently entered without the necessity of Individually deleting
unused values or entries.
Preferrably, when establishing its offset from an Internal sync
pulse, the coordinator should reference only the leading edge of the
sync pulse, Irrespective of its width.
For applicatlons where only an external sync reference Is avai)able
from non-time base or other unlike types of control equipment
("color-circuit slave-off" systems), as delivered it shall be
possible for the coordinator to establish its offset from an
externally input sync pulse while the Internal TOO clock and event
schedule remains available for the selection of all other schedulable
commands. Including: Cycle, Offset. Spltt. Max II. Free, and Flash.
-14-
PRETIMED L TROLLER EMULATION
The coordination program shall be of such a design that It may be
programmed from the front panel to .precisely ·emulate the operation of
a pretimed controller for applications where no detection is
provided. This shall include the ability to cause all pedestrian
movements for both main and cross street movements to rest in walk
unttl appropriate polnt~ In each background cycle.
Q. EXTERNAL COORDINATION INPUTS REQUIRED
In addttton to the capability of coordination by Internal time base,
each controller and cabinet assembly shall be provided with an
additional ("fourth") connector, together wi th ali related
harness(es) and a seperate terminal panel as described below and in
the block dtagram of Appendix i of thts specification completely
wired tn and ready for operation, having at least the following
Inputs and outputs for operation of the coordinator both as a master
and a secondary in a conventional "g-wire" Interconnect system.
Operation as master or local for any given application shall be
operator and/or Jumper-program selectable.
1) Sync (Reset 1)
2) Cycle 2
3) Cycle 3
4) Night Flash
5) Reset 2
6) Reset 3
.7) "System" or "TBC disable" input to permit the presence of
external interconnect or backup computer commands to supercede
the dial. split, and offset to which the TBC would oth~rwise
call the internal coordinator to operate.
8) Split 2
g) Split 3
lO) An external coamland enable output from the timer, the
deactivation of which in the internal TBC schedule may be used
to make certain locally scheduled events non-overrideable by the
external Interconnect other than computer control by disabling
the external command Inputs.
The following Inputs shall be provided and be hooked up in the
cabinet to the appropriate outputs of the computer control Interface
("gold box harness") In order to facilitate on-line computer control:
11)
1~-15)
15)
17-ZI)
A "Free" Input connected to the computer control Interface
"SSTO" output to cause the release of all loc&l
coordination during computer control.
External lag Input commands for phases l, 3, 5, & 7.
External Resync input to reset TOO clock to a pre-specified
time of day.
Appropriate preemption call Inputs and status outputs.
-15-
,' "NOTES ON
R.
EXTERNAL L_JRDINATION INPUTS AND OUTPUTS:
All coordination inputs and outputs to the tlmer shall operate at
24vdc ground true, but ten (10) relays with 'fully wired positions
shall be provided on the interconnect panel to interface coordination
Inputs #1 thru l0 above to the external 120VAC conventional
interconnect cable. The relay bases and Jumper wiring of the panel
shall be arranged such that either 24vdc coil relays for master
output operation, or 120VAC cotl relays for secondary Input operation
may be Inserted in the bases by only simple Jumper program reversal
ON THE FRONT PANEL.
External cycle and split commands shall be blnarlly encoded on the
respectlv~cycle and split input lines such that cycle i and split 1
shall be called for by neither of their respective pairs of Inputs
being active, and cycle 4 and spltt 4 shall be called for by
activation of both the cycle 2 and 3, or split 2 and 3 respectively,
Inputs. WHERE EIGHT (8) CYCLE CAPABILITY IS PROVIOEO, THE BINARY
ENCODING SHALL BE SUCH THAT CYCLES 5 THRU 8 ARE CALLEO BY ACTIVATION
OF WHAT WOULD OTHERWISE BE THE SPLIT 3 INPUT,' IN COMBINATION WITH THE
CYCLE 2 AND 3 INPUTS. Further, the offset selection scheme received
from or transmitted to any external interconnect cable by the
interconnect termination panel shall be of the type wherein the
synchronization pulse is superimposed upon whichever ONE of the Reset
1, 2, or 3 lines Is energized at any one time, and not of any type
wherein the synchronization pulse is transmitted on a line separate
from the offset selection lines. This is to Insure comparability
with many existing interconnect systems in the Agency to which this
equipment may be added. However, it may be permissible for the
timers supplied to accept other interconnect conventions provided
that:
1)
all requisite conversion circuitry ts provided between the two
connectors of the "adapter cable" described In U. below, and:
2) specific Agency approval for any such arrangement is obtained
prior to award.
On the Interconnect cable terminal panel, any 120VAC coil relay
provided for input #7 listed above shall be of the off delay type.
adjustable up to 50 seconds, such that the incoming Reset 1 (sync)
line can be utilized to provide this function in applications where
the existing interconnect cable includes no other discrete line for
this purpose. Any RC network or other circuitry providing the
equivalent effect will be acceptable subject to Agency approval.
THE CABLE TO THE COORDINATION ("FOURTH") CONNECTOR ON THE TIMER SHALL
BE INTERFACED AT THE INTERCONNECT PANEL THROUGH A 57 PIN
PLASTIC-SHELL TWIST-LOCK CONNECTOR HAVING AGENCY STANOARO PIN
ASSIGNMENTS ("AOAPTER CABLE")t SUCH THAT OTHER TIMERS OF UNLIKE BILANU
AND SERIES HAVING INTERNAL COOROINATION CAPABILI1~' MAY BE SUBSTITUTEO
FOR THAT SUPPLIEO ANO THAT SUCH SUBSTITUTE TIMERS MAY BE CONNECTEO 1U
THE COORDINATION INTERFACE PANEL BY THE USE OF ANOTHER SIMILAR
-15-
: ". "ADPATER ~,~BLE" APPROPRIATE FOR THAT T~,~ER. EVERY TIMER SUPPLIED
UNDER THIS SPECIFICATION, INCLUOING SPARE UNITS HITHOUT CABINETSi
SHALL BE PROVIOED COMPLETE HITH THIS "ADAPTER CABLE"!! THE EXACT
CONNECTOR TYPE AND LISTING OF PIN ASSIGNMENTS SHALL BE AS PROVIDED BY
THE AGENCY TO THE SUCCESSFUL SUPPLIER IF CLARIFICATIONS ARE REOUIRED
TO APPENDIX 1 OF THIS SPECIFICATION. FURTHER, ALL CONNECTIONS FROM
THE COORDINATION INTERFACE PANEL TO THE MAIN BACKPANEL SHALL BE
THROUGH ANOTHER, 63 'PIN PLASTIC-SHELL TWIST-LOCK CONNECTOR OF
AGENCY-SPECIFIED CONFIGURATION (NON-INTERCHANGEABLE WITH THAT FOR THE
"ADAPTER CABLE" DESCRIVED ABOVE), SUCH THAT THE ENTIRE PANEL MAY BE
READILY REPLACED NITH ANOTHER IN THE FIELD FOR MAINTENANCE PURPOSES.
The "free" input above shall also be connected to a local "free"
switch to be provided on the interconnect panel which shall
effectively release the local controller to operate in an isolated,
full-actuated manner, when necessary for maintenance purposes.
W. Computer Controller Connections
Ail controllers shall be provided complete with a five-harness
terminal panel assembly for the connection of a local communication
unit (purchased separately) for computer control.. The panel assembly
shall be appropriately mounted and completely wired-in and ready for
computer operation upon the simple connection of the local
communication unit. Connector types, input and output pin
assignment, and terminal point designation shall be as indicated in
Appendix I of this specification.
..... 4~ Coordination Control Hetrarchy
The hookup of the Interconnect panel shall be arranged such that:
The Internal TBC shall supervise the coordinated, free, and flash
operation of the Intersection in the absence of any on-line control
exerted by the central computer through the local communications unit
described above, and In the absence of any conventional 12OVAC
interconnect line inputs.
When the computer local communication unit operates to bring the
intersection on-line, Its control shall supersede that of the
internal time base or external conventional interconnect inputs.
An appropriate hookup shall be provtded from the computer local
communication unit to the external sync. reference input provided on
the Time Base Coordinator to remotely call for "free" full-actuated
operation of the Intersection when on-line despite TBC programming to
the contrary.
For non-computerized applications where conventional 115 VAC
interconnect lines are present, IT SHALL BE POSSIBLE TO OPERATE THE
TI3C AND CABINET INTERFACE AS PROVIDED BOTH AS A MASTER FOR THE
CONVENTIONAL WIRE SYSTEM, AND WITH THE INTERSECTION AS A LC)O~L which
will accept conventional Reset, dial 2, Dial 3, free/flash, etc.
-17-
commands incoming on the conventional interconnect line. All
connections to or from the conventional interconnect line shall be
made thru the required interfacing relays described in 4.0 R above.
Note that the outputs from the computer control communications
interface to the controller shall be complete including hookups to
the Call to Non-Actuated, Hax Inhibit, Pedestrian Re-cycle, etc.,
Inputs as requisite in. order to effect semi-actuated operation during
coordinated control. MUTIPLE CONNECTIONS FROM ANY ONE OUTPUT SHAll
[NCLUOE INDIVIDUAL DIODE ISOLATION TO INSURE AGAINST I~ACKFEED TO
OTHER SUCH CONNECTIONS FROM ANY CIRCUITS ADDED LATER BY THE USER.
.The Internal coordination and upload/download programs required above
.shall be simultaneously operable and mutually non-Interfering. The
implementation of revised timing parameters upioaded into the timer shall
be programmed to occur only at appropriate points in the controller and
coordination cycles.
5.0 ~OLID STATE LOAD SWITCHES
Refer to Part 5, NEMA TSI-5.0I of NEI~A Standards Publication. All load
switches shall be "Trtple Signal Load Switch" type. Ail load switches
provided for this bid shall provide indications for the input side of the
load switch. In all cases ALL OF the logic driver and 120 VAC+ Inputs to
the load swltches shall be readily accessible at terminal strip positions
such that the functional assignment of each load switch may be readily
modified as requisite for each application. ALL LOAD SWITCHES SHALL USE
CRYDOM BLOCK //02425 OR EOLJIVALENT SWITCH PArS AND OPTICAL ISOLATION. LOAD
SWITCH ASSEMBLIES CONSISTING ENTIRELY OF DISCRETE COMPONENTS WILL NOT BF
ACCEPTABLE.
6.0 CONFLICT MONITORS
'Refer to Part 6, NEMA Standard Publication dated July, Ig78 for the type
required by the application. Individual Indicators shall be provided to
indicate the presence of a conflict or lack of red condition on each
channel monitored. Channel compatability shall by determined by a Jumper
program card conforming to the applicable NEMA Standards and removable
from the front panel.
Unless otherwise Indicated, the controller shall normally be delivered
with a NEMA 1g-channel full-programmable monitor installed. INTERNAL OR
EXTERNAL TO THE MONITOR, BALLAST LOAOING SHALl. BE EMPLOYEO TO COMPENSATE
FOR SINGLE LAMP MONITORING ON ALL LOAD SWITCH OUTPUTS, BUT BE INOIVIDUALLY
DISCONNECTABLE FOR EACH OUTPUT.
Also, in accordance with NEMA conflict monitor standards,' the monitor
shall cause automatic reverting to flash operation upon de-energizing of
the control equipment circuit breaker.
Where confllct monitor capacity permits, each load switch position shall
be assigned Its own corresponding conflict monitor channel. HC~dEVER, ALL
FORTY-EIGHT (48) MONITOR INPUT CONNECTIONS SHALL BE INOIVIOUALLY
IDENTIFIED AND READILY AVAILABLE ON THE FRONT SIDE OF THE OUTPUT TERMINAL
-18-
PANEL SUCH l,,.! CONFLICT MONITOR CHANNEL ~SSIGNHENT MAY BE READILY
MODIFIED AS APPROPRIATE FOR THE APPLICATION.
THE CONFLICT MONITOR PROVIDED SHALL BE OF A TYPE THAT WILL INDICATE
SPECIFICALLY WHICH CHANNEL(S) A LACK-OF-RED INDICATION IS DETECTED, AS;' !
7.0
7.1
HELL AS EACH INDIVIDUAL CHANNEL ON WHICH
DISPLAYED. Note that the ~ed monitor enable
signal bus or flash transfer circuits such
system is put on flash for other reasons.
A NON-RED INDICATION ' IS".
Input shall be wired to~:the:.
as to disable it when the ~,:
FLASHER AND FLASH OPERATION
Flasher
Refer to Part B, NEMA Standards Publication No. TS1 dated September,
1978. All flashers shall be "Type 3" flfteen amperes, dual ctrcuit type.
7.2 Flash Operation
Two types of flash operation shall be provided:
I)
External to the controller there shall be a breakdown flash system
which shall flash all-red as delivered, but shall be prQgrammable to
flash amber to the major street. This system shall be activated by
the conflict monitor. The flash control rela)(s) shall transfer to
and from flashing operation in accordance with NEMA Standards, and
use an S-2412-SB connector socket for the plug-in relays. The flash
transfer circuits shall be wired Into the cabinet so as to operate in
a "fail-safe" manner, such that the on-street signal displays shall
automatically revert to flashing operation upon occurrence of any of
disconnection or failure of the controller or conflict monitor, or
actuation of the slgnai bus breakers.
This circuit design requirement Is tntended to mtnlmize the
probability of an "ail-out" condition whenever cabinet power Is
available, and the flasher and flash transfer relays are lacked in.
2)
There shall be another type of flash for programmed night or off duty
operation, which shall be delivered programmed to flash amber for the
major street thru movements, red for the cross street thru movements.
and to be dark for the pedestrian and left turn d!splays, but shall
be user modifiable.
THIS FLASH MAY BE GENERATED EITHER INTERNALLY OR EXTERNALLY TO THE
TIMER, BUT SHALL OPERATE BY BLINKING THE LOAD SWITCH DRIVER INPUTS.
It shall be this flash system which the TBC or remote system flash
shall operate, and shall be wired thru any auxiliary logic requisite
to assure that such time of day OR MANUAL transfer to or from
flashing operation shall be made only during the Common major street
phase(s) of the controller cycle, In accordance with the intent of
the applicable provisions of the Manual on Uniform Traffic Control
Oevices (MUTCD).
-lg-
A three position flash switch, or other CLEARLY 'LABELED means shall be
provided such that the technician may swttch select either type of flash ;
for manual flash operation. Also. the computer control communication,..;
interface shall be wired such that both types of flash may be remotely ,
commanded when under computer system control.
7.4 THE TWO C..ABINET FLASHER OUTPUTS SHALL BE WIRED TO THE' FLASH TI~ANSFER
RELAYS SO AS TO:
provide a rouqhly even load distribution
2) avoid the display of alternately flashing phases on any slnqle
approach.
3) avoid displays of simultaneously flashing ambers which might actuate
the conflict monltor;
A typical flasher load output In a sixteen load switch cabinet would be as
follows:
Top circuit:
phases 2,3,5,& 8, and overlaps A & C
Bottom Circuit: phases 1,4,6,& 7, and overlaps B & 0
AN EQUIVALENT DISTRIBUTION SHALL BE PROVIDED FOR THE LOAD SWITCH FLASH
ORIVERSt IF NOT USER PROGRAMMABLE.
8.0 DETECTOR HARNESSES AND TEST SWITCHES
8.01
An Individual harness and connector shall be installed In the cabinet to
connect each actuated phase to a loop detector amplifier. The connector
shall be MS3IO6A-OIs with the following pin assignments.
Pin C Line IZO VAC
Pin A Line Neutral
Pin H Chassis Ground
Pin D Loop
Pin E Loop
Pin B Relay Contact Common
Pin F Relay Contact Open during no-call condition
Pin G Relay Contact Closed during no-call condition
Pin I NO CONNECTION
Pin J 120 V Oelay Override
All terminal connections shall terminate on INDIVIDUAL, REAOILY ACCESSIBLE
terminals, and be clearly identified on BOTH the cabinet drawings ANO THE
TERMINAL PANEL ITSELF.
Unless Indicated otherwise on the requisition, the delay detector
override pins (pin J) on the harnesses shall normally be delivered with
the left turn phases wired to their respective opposing thru movement
load switch output red. Side street thru phase J pins shall be connected
to the major street thru (usually phase Z) red.
-20-
8.02
However. all ,~tector J pin connections sha., be readily modifiable by
the user as requisite for the application. This hookup, arrangement Is
Intended to minimize the probability that vehicles plactng otherwise
.'valid. calls.:'wlll, not 'be. skipped due to a delay 'being not timed'out at
their phase select point in the cycle.
Loop Surge Protector
For each detector harness provided, there shall be a manufacturer's
"SURRESTOR SRA-16C" provided and installed. No substitutes will be
accepted except upon specific advance permission of the Engineer.
8.1 Detector Test Switches
9.0
9.1
g.li
For each DETECTOR HARNESS PROVIDED in the cabinet, and for each
pedestrian phase used, there shall be provided a three-position test
switch. These test switches shall be toggle type, and no push buttons
will 'be allowed. These switches shall provide "NORMAL", "MOMENTARY
INPUT" and "DETECTOR DISCONNECT" positions CLEARLY LABELED ON BOTH THF
CABINET DRAWINGS AND THE SWITCHES' MOUNTING PANEL ITSELF.
.CABINETS ANO TERMINAL FACILITIES
Oestgn
The cabinet shall employ a slant roof design that extends out and over
the main door. The cabinets shall not have any exterior mountings (i.e.
ventilation system, police panel). The cabinet shall be marked with a
permanent. ,...ia1 number with .reference to. the controller and equipment
documentation.
Material
The cabinet and door shall be fabricated ONLY from either high grade cast
or fabricated aluminum alloy of at least I/8 inch thickness. Vendors
will note that steel cabinets are no longer permitted.
9.12 Minimum Outline Dimensions
The cabinet shall be of the size Indicated In Spec Section 1.1 above
unless otherwise indicated In the bid Invitation; .and be of sufficient
size that the the equipment will occupy no more than 601~ of the internal
cabinet volume and shall conform to the minimum dimensions as outlined in
the following table:
TYPE WIDTH HEIGHT DEPTH
(inches) (Inch~s) (inches)
APPROXIMATE OLD
LETTER EQUIVALENT
2 4 38 16 "G"
3 30 54 16 314 "SUPER M"
4 38 112 54 25 "P"
5 38 i/2 75 25 "R"
-21-
9.14
9.15
Finish and Surface Preparation
Cabinets shall be cleaned, rinsed, and thoroughly treated with a caustic!
etch. Cabinets shal'l requtre no paint on the interior or exterior
surface. All flash and welding brads shall be removed from the
cabinets. All internal panels (detector switch panels, circuit breaker
panels, termination panels~ etc,) shall have rounded corners and edgest
and be free from flash and cutting debris. Sharp and/or protruding edges
will not be accepted.
Shelves
Cabinets shall be complete with rigid shelves for supporting all control
and perpheral component equipment. The shelves shall be fabricated from
high strength metal and shall be height adjustable.
Doors
The cabinet shall require a main door only. The police panel door shall
not be required.
A. Main Cabinet Ooor
The cabinet shall have a right side hinged door which permits access
to all equipment wtthin, the cabinet and visual inspection of all
Indicators. controls and fuses. The door shall have a weatherproof,
dustproof seal between the door and cabinet, and include any
cross-bracing requisite to insure rigidity.
B. Hinges
The n~ln cabinet door shall use stainless steel hinge pins.Type 2
cabinets or smaller shall have a minimum of two hinges or a
continuous piano type hinge. Type 3 cabinets or larger shall have a
minimum of three hinges or a contlnous piano type hinge. The hinge
and door assembly shall have sufficient strength to withstand a 50
pound per verticle foot of door height with the load applied to the
outer door. There shall be no deformation of the door locking
mechanism or door seal function when the load is removed.
C. Ooor Stops
A door stop shall be provided for all cabinets which securely holds
the door open at three positions. A means shall be provided to store
the door stop.
O. Latches and Locking Mechanisms
The cabinet door shall be secured with a Corbin No. 2 lock or
equivalent. A minimum of two keys shall be provided with each
cabinet door. The latch and locking mechanism shall be adjusted so
as not to compress the door seal by more than 507. of the thickness of
the seal, and provide a minimum cross section of 0.25 square Inch
steel for latching shaft.
-22-
..... E. Door Open,.,g
The main door opening shall encompass a minimum of 80Z of the area of
the side which the door. closes.
F. Police Panel Door
This ts not a requirement, and the switches normally located behind
this door shall be placed internally as required.
g.2 Electrical Requirements
9.21 Service, Signal, and Detector Terminal Locations
The cabinet shall utilize specific cabinet areas for the following field
wire termination Junctions:
A. AC Service
Incoming AC power service for cabinets shall terminate a minimum of
six inches from the bottom of the right hand side wall of the
cabinet, and adjacent to the main power breaker.
B. Signal Hire Terminals
Signal wires shall terminate in the lower section of the cabinet and
be a minimum of slx Inches from the bottom of a Type 4 or larger
cabinet, and a minimum of three inches from the bottom of a Type 3 or
smaller cabinet. Ail field terminals shall be readily accessible
from the front of the cabinet.
C. Detector
The detector terminals shall terminate on the left hand side wall of
the cabinet and be a minimum of six inches from the bottom of a Type
4 or larger cabinet, and a minimum of three inches from the bottom of
a Type 3 or smaller cabinet.
9.22 Wire
All cabinet wires shall be copper, no aluminum wiring shall be accepted.
A. Size
All conductors used in the controller cabinet wiring shall be
stranded No. 22 AWG or larger. Underground AC conductors carrying
signal lamp current shall be a minimum of No. 14 AWG stranded.
Conductors supplying AC to solid state load switches shall be a
minimum of of No. 14 AWG stranded wire or larger, and a single No.
14 AWG stranded conductor shall supply AC to no more than TWO LOAD
SWITCHES EACH IN EIGXT LOAD SWITCH CABINETS, AND FOIJR LOAO SWITCHES
EACH IN SIXTEEN LOAD SWITCH CABINETS.
-23-
Color Cod,.,g
The cabinet wiring shall employ an appropriate color code equivalent
to the following:
1. Primary power feed (AC+), black.
2. Powerllne ne~.tral and signal commons (AC-), white.
3. Chassis co(amn (earth ground), green.
4. All other conductors shall be other color(s) than
used above.
those
C. Insulation
Conductors shall conform as a minimum to UL Type TFFN. The
Insulation shall have a minimum thickness of I0 mils. and shall be
nylon Jacketed polyvinyl chloride or equivalent. Conductors of No.
14 AW(3 and larger may be UL Type THHN.
9.23 AC Service
The cabinet shall be designed to operate from 120VAC 60 Hertz single
phase alternating current. OIstrJbutlon of the AC+ throughout the
cabinet shall pass through all panel mounted power protection devices
specified.
A. Service Rating
The main AC+ field Input conductor shall be connected to a single
pole non-adjustable, magnetic type circuit breaker rated for 120VAC
operation with the terminating lug equipped for a minimum wire size
of No. 6 AWG stranded.
The circuit breaker capacity rating shall be 40 amperes. This
breaker shall be physically located further inward in the cabinet
than the following specific breakers to encourage their use.
B. Interrupting Capacity
The main circuit breaker shall be capable of manual operation and
clearly Identified as to ON and OFF positions. The circuit breaker
when in the OFF position shall break all power Input.
C. RIF Filtering
Radio interference suppressor(s) adequate In number to filter the
power requirements for the cabinet shall be wired in after the main
circuit breaker. The RIF shall be designed to minimize Interference
In the broadcast and aircraft frequency bands and shall meet
standards of the UL and EZA specifications.
O. Lightning Protection
The cabinet shall be equipped with ONLY manufacturer's "SURRESTOR
-24-
SHP3OO-Ib surge arrestor. No substitutes wtll
upon specific advance approval of the Agency.
be accepted except
E. Grounding
The main AC-neutral shall be isolated from other grounds. The main
AC-neutral bus shall ge copper and have adequate teminals, two of
which will accept No. 6 AWG conductor. The earth ground bus shall be
bonded to the cabinet and Isolated from other grounds.
9.24 power Distribution Within Cabinets
The power distribution shall be panel assembly mounted. All components
on the pane1 assembly shall be readily accessible for maintenance. The
main AC power shall be distributed through seven (7) secondary breakers
CLEARLY LABELED ON THEIR MOUNTING PANEL ali wired after the protection
equipment described above, as follows:
A. *Breaker for fan, cabtnet ltght and duplex receptacle (10 ampere).
6. Breaker for the emergency flasher (15 ampere)·
C. Breaker for all control and other auxiliary equipment El0 ampere)~
O. THE SIGNAL BUS PROTECTION SHALL CONSIST OF A SET OF FOUR (4)
TEN-AMPERE COUMON TRIP BREAKERS, WIRED BETWEEN THE OUTPUT OF TNt
REQUIREO SIGNAL BUS MERCURY CONTACTOR ANO THE AC~ INPUTS TO THE LOAu
SWITCHES. CIRCUIT BREAKER OUTPUTS SHALL BE ASSIGNEO TO THE L(~Au
SNITCIIES SO AS TO EFFECT A ROUGHLY EVEN FIELO L(~kO OISTRIBUTION
AMONGST THE BREAKERS. A TYPICAL ASSIGNMENT FOR A SIXTEEN (16) LOAu
SNITCH CABINET WOULO BE:
SIGNAL BUS LOAD
BREAKER # TO SNITCH
2.
3.
4.
Phases i,2,5 & 6
Phases 3,4,7 & 8
OLs A & C, and peds. 2 & 6
OLs B & O, peds 4 & 8, the flash transfer relay coils,
the red monitor enable output to the conflict monitor*,
and the flash return output to the computer
communications Interface*.
A typical assignment for an Eight (8) load switch cabinet would be:
2.
3.
4.
Phases i & 2
Phases 3 & 4
OLA & ped 2
OLB, ped 4, flash transfer, RME* and flash return.*
These sense wires shall be connected at the most appropriate
point after the bus breakers, to Insure ali requisite red
monitor disabling and flash return sensing during both cabinet
and load switch (night) flash operation.
-25-
Each sigt, bus breaker shall
load switches It powers.
be CLEARLY LABELED as to which of the
9.25
1. ALL of the above breakers shall be manually
clearly Identified "ON" and "OFF" positions.
VISUAL INDICATION OF HAVING BEEN TRIPPEP.
E. In addition, a switch 'with clearly labeled "ON" and
be provided to control power to the timer only.
Safety Covers
operable with
AND PROVIDE A
"OFF" positions
Adequate safety shields shall be employed where AC+ may be hazardous to
performing maintenance.
:.;9.26. FIeld Terminal Blocks
Except as otherwise specifically approved In writing by the Engineer, all
field load output terminal blocks shall be of one piece construction with
a 600 volt rating. Each terminal position shall be threaded and use a
minimum No. IO blnderhead screws WITH 7/16" THREADS. The terminal
blocks shall be mounted with machine or self-tapping screws and be
replaceable.
All terminals for vehicle and pedestrian detector f~eld connections shall
be #8 or larger blnderhead screws with 1/4' thread. A total of at least
32 field terminals shall be provided on the detector panel, with the
"spare' positions appropriately distributed amongst the vehicle detector
terminals for possible use in series connections of multiple lead-ins for
a given amplifier.
9.27: Terminals for Internal Connections
Except as otherwise specifically approved In writing by the Agency, all
terminals for Internal logic shall be made up on blocks of one piece
construction with a 600 volt rating and #6 screws with I/4" thread on
Insulator bases. The terminals shall have threaded contact plates and
employ binderhead screws. All Inputs to and outputs from every device In
the cabinet shall be brought to terminal positions. NC) MORE THAN ONE (1)
CONNECTION MAY BE BROUGHT TO THE REAR SIDE OF ANY TERI41NAL POSITION, APn
NC) MORE THAN THREE (3) OTHERS MAY BE MADE TO THE FRONT SIDE OF ANY ONF
TERMI~L POSITION. ALL DEVICE INPUTS AND OUTPUTS MUST BE INDIVIDUALLY
ACCESSABLE FRON THE FRONT SIDE OF THEIR APPROPRIATE TERMINAL PANELED with
the exceptions of only the 120VACe. neutral, and chassis ground for the
detector amplifiers, and the +24vdc. AC-neutral. and chassis ground load
switch pins, which may be appropriately bussed to respective common
terminals. The load switch outputs of the controller shall be on
separate but adjacent terminals from the respective Inputs to the load
switches, and be 3umpered together on the front side of the panel in
order to facilitate Implementation of external logic. ALL REAR-SIDE
~ONNECTIONS ON THE MAIN BACKPANEL SHALL BE MADE BY INDIVIDUALLY SOLDERED
DISCRETE WIRES OF THE SIZES SPECIFIED IN g.22 (Al ABOVE. NO PRINTED
CIRCUIT BOARD-TYPE LOAD BAYS WILL BE ACCEPTABLE.
-26-
To the max,...um extent feas'lble, all lo~lc terminations shall be
positioned on strips above the load switches, and Include an appropriate
number of spares for the possible future addition of minor logic circuit
wiring. AC terminations should be below the load switch positions.
9.28 TERMINAL PANEL POSITIONING AND LABELING
Unless a functionally equivalent design ts given written approval by the
Engineer, the main load switch output terminals to the field IN ALL BASE
MOUNTEO CABINETS shall be positioned no further rearward in the cabinet
than are the puli handles of the load switches themselves, and may not be
recessed under and behind the fronts of the load switches. This is to
maximize ease of access to the field color terminals for testing and
maintenance purposes, and may be accomplished by:
A. the bending or forming of the main backpanel into an appropriate "L"
or "S" shape;
B. provision of the load switch output terminals on a panel separate
from the main backpanei below the load switches, or;
C. other comparable arrangement.
BACKPANELS IN POLE M(XJNTED SHALL BE OF THE CONVENTIONAL, SUBSTANTIALLY
FLAT TYPE.
THE MAIN BACKPANEL SHALL BE BOTTOM HINGED TO PERMIT EASY ACCESS TO THE
REAR SIDE. ALL HARNESSES SHALL BE TBAINEO AND ROIJTEO CORRESPONDINGLY.
TERMINALS SHALL RUN HORIZONTALLY ACROSS THE PANEL. VERTICALLY MDUNTEO
FIELD TERMINAL STRIPS WILL NOT BE ACCEPTABLE.
ALL electrical termlnatlons in the cabinet, for both Internal and
external connections shall be CLEARLY LABELED WITH BOTH:
l) A number for reference to the cabinet documentation, and
2) A brief, but clear, functional Identification, with particular
respect to any rear-side connection to that terminal (exanq)ie:
"phase I veh. call").
Further, any additional connections brought to the front side of the
same terminal shall be end-sleeved with a slmlliar functional
Identification (example: "phase 1 detector output").
9.29 Harnesses
All timer, conflict monitor, and detector harnesses In the cabinet shall
meet the following requirements:
Each wire In every harness shall carry some suitable maans of
Individual Identification. Tn harnesses where each conductor is not
Individually color coded, each wire shall be stamped at least every
six Inches with Individual markings which shall be appropriately
Identified in the cabinet documentation.
-27-
All such .,arnesses shall be neatly trained & laced, and shall be
either enclosed In PVC sheathing or wrapped tn a comparable
protective Jacket.
9.3 LOCATION OF COMPONENTS
Components of the control system shall be located as follows. The
connecting harness cables 'shall be of sufficient length to allow for
Interchangeablllty with other manufacturer's equipment.
A. Left hand side from top to bottom:
i) Detector test switch panel.
2) Detector harness terminals.
3) Vehicle and pedestrian detector field lead terminals.
B. Rear wall, top to bottom:
1)
2)
3)
Ali shelf-meunted equipment with a minimum of two shelves
provided.
Controller harness terminals.
LOAD BAY, WITH MOUNTING POSITIONS (JACKS) .FOR LOAD SWITCHES~
FLASHER AND FLASH TI~ANSFER RELAYS. LOAD SWITCH BASES SHALL BF
POSITIONED IN A SINGLE LINE HORIZONTALLY IN ASCENDING NUMERICAl
ORDER FRO# LEFT TO RIGHT ACROSS SUBSTANTIALLY THE FULL WIOTH OF
THE REAR NALL OF THE CABINET.
4) Signal field terminals, per section 9.28 above.
C. Right wall, top to bottom:
1)
2)
3)
Control panel, Including flash and signals & timer off switches.
Power control panel, Including circuit breakers specified tn
Sect. 9.2 above, required surge suppression etc. THIS PANEL
SHALL INCLUOE THE MERCURY SIGNAL BUS CONTACTORt WHICH SHALL BF
NOUNTEO ON THE FRONT SlOE OF THE PANEL IN A REAOILY ACCESSIBIK
LOCATION SUCH THAT IT NAY BE EASILY REPLACEO IN THE EVENT OF
FAILURE.
Buses for AC-neutral, chassis ground and logtc comn~)n. NOTE:
These Items may be placed on the rear wall load bay as an
alternate location in Type #2" and "3# cabinets upon approval of
a sample cabinet submitted to the department.
O. Inside top of cabinet:
i) Fan and thermostat.
2) Florescent light at top front.
E. Door:
i) Print sack.
2) Intake vent and filter.
3) Door stop (top or bottom).
-28-
" ~'" 9.'4 COOLING AND VE..,[LATION
9.5
9.51
A thermostatically controlled ducted fan unit shall be installed in the
cabinet to provide forced air ventilation through the cabtnet.
A. Cabinet Fan and Thermostat
The following minimum Fan ratings shall be used: A 100 CFM for Type
2 cabinet or smaller. A 200 CFM fan(s).for Type 3 or larger. The
thermostat shall be mounted in the top of the cabinet and have as a
minimum adjustment 90 to 140 degrees F. The thermostat shall be a
snap action type and be hermetically sealed.
B. Air Ducts and Fan Mounting
The exhaust duct shall be an Intergral part of the cabinet design.
The fan shall be mounted to the inside top of the cabinet. The
system shall intake air through filtered vents located near the
bottom of the cabinet and exhaust the air through a screened duct
located near the top of the cabinet. Exhaust ducts or fans that are
external to the cabinet shall not be allowed.
C. Filters
Fiberglass type dry filters shall
cabinet. These filters shall be
available commercially.
OTHER CABINET FEATURES
be used on all air intakes Into the
of standard dimensions that are
Print Sack
A heavy duty plastic envelope, either self-sealing or with a flap,
securely attached to the main door shall be provided. The minimum
dimensions shall be nine inches wide and twelve Inches deep. The
envelope shall be side opened for access.
9.52 Cabinet Illumination
The illumination shall be florescent and mounted near the top of the
cabinet. The control shall be a breaker mounted on the power panel
assembly and by a main door switch.
9.53 Pedestrian Push Button Circuit Isolation
IO.O
For each pedestrian movement provided, suitable relay or solid state
Isolation shall be provided in the cabinet to separate the pedestrian
detector input circuit to the controller from the pedestrian push button
curcutts in the field. The field push button circuits shall be energized
by suitable low-voltage AC source.
CONTROLLER AND CABINET OOCUMENTATION
The vendor shall deliver three complete documentation packages with each
controller/cabinet assembly purchased. If, because of proprietary
-29-
control, a c~..,plete documentation package cannot be furnished for the
entire controller/cabinet assembly, the Agency shall require the vendor
to submit in writing to the traffic engineer a proposal for full warranty
repair of each piece of undocumented equipment that fatls during
operation. A complete documentation package shall include as a minimum,
the following:
10.1 Cabinet Oocumentatlon
A. Detailed pictorial diagrams of the controller cabinet showing
manufacturer, part number and physical locatlon of all components and
sub-assemblies.
B. All part numbers must be universal, such as JEDEC, RETMA, EIA, or
list original manufacturers' names in full.
C. Detailed electrical schematic diagrams of complete cabinet wlrtng.
D. A brief but clear operating procedure description summarized on a 8
)/2 x 11" laminated plastic card to assist field operating personnel.
E. COMPLETELY UP-TO-OATE AND ACCURATE MYLAR MASTER OF ALL CABINET
PRINTS, FROM WHICH ADDITIONAL COPIES MAY BE REPROOIJCED BY AGENCY
PERSONNEL. A SEPARATE MYLAR MASTER SHALL BE PROVIOEO FOR EACH
DIFFERING DRAWING ANO AN ADDITIONAL SET OF REPROOUCABLES SHALL BE
PROVIOED FOR EACH TEN (101 CABINETS BUILT OR WIRED TO IDENTICAL
PRINTS.
10.2 Equipment Oocumentatlon
COMPLETE OPERATIONS MANUAL(S), FULLY DESCRIBING ALL KEYB(~ARD ENTRIES,
SWITCH SETTINGS, ETC. NECESSARY TO ACTIVATE ALL FUNCTIONS OF WHICH
THE EI~tJIPMENT IS CAPABLE.
B. Complete schematic diagrams by circuit function, and separate
schematic diagrams by module.
C. Complete block diagrams of equipment circuits.
Complete logic diagrams by circuit function with Individual
components of each logic block identified. Logic symbols used must
comply with the latest Military Standard'806.
Detailed circuit-by-circuit descriptions of the equipment operation
that follows component-by-component with the schematic diagram or
block-by-block with the logic dtagram.
F. COMPLETE MEMORY MAPS OF ALL EEPROMS IN WHICH ANY USER-ENTERED
Ge
PROGRAMMING DATA IS STORED.
Complete pictorial diagrams of the equipment case or frame, and each
sub-assembly, showing the physical location of ail parts and
components.
-30-
Complete . arts listing showing full name~ of original manufacturers
for parts not Identified by universal parts numbers such as 3EDEC.
RETMA or EZA. Ali semiconductor devices shall be registered types
with second source availability. [n-house numbered devices shall not
be acceptable.
[. Complete performance specifications of the equipment.
3. Complete maintenance and trouble-shooting diagnostic programs.
K. Copies of all check lists and other related paperwork indicating the
controller and cabinet assembly's successful passage through final
Inspection and quality control checkouts which the manufacturer shall
perform prior to shipment of the equipment.
L. Any modification shall be accomplished by a modification notice and
an updated schematic Including, If necessary, a new circuit
description.
ii.0 STATEMENT OF CO~qPLZANCE AND WARRANTY
The vendor shall Include all warranties and/or guarantees with respect to
materials, parts, workmanship and performance of the equipment provided.
A minimum guarantee of one year shall be provided by the vendor. The
extent of such guarantee in excess of the one year requirement will not
be a factor in selecting the sucessful bidder.
11.1 Formal Training
The vendor shall provide with each model or series of models a training
seminar at the expense of the manufacturer. The training minimum Is
thirty-two (32) hours of Instruction. The vendor shall conduct the
training seminar within twelve months of the award of the bid.
II.g Turn-on Assistance
The equipment supplier shall provide, at his expense, any shop and/or
field assistance requested by the Agency at the time of equipment turn-on
In order to Insure Implementation of a complete and ~orklng system
utilizing the equipment supplied. Turn-on of the equipment may occur on
any ~orklng day within twenty-four (24) months from the date of equlpmant
delivery, and at least seventy-tuo (72) hours from notification of the
supplier by the engineer.
12.0 PRE-OROER AND DELZVERY RE(~J[REHENT~
12.1 Inclusion Xn The Bid
As an Informal aid to more rapid bid tabulation, vendors are requested to
Indicate on the btd form the brand and series numbers of the equipmant
they are proposing to provide. Where the series number Indicated is one
which the Agency feels It has adequate previous exposure, the Agency may
or may not, in its sole discretion, elect to waive the sample
demonstration requirements below.
-31-
After the btc opening, the vendor may subs~.cute another brand and/or
model of controller, but only upon specific permission of the Agency.
Examples of cases In which the Agency might grant permission to make such
a substitlon include but are not limited to:
A. The substitution of another model which the Agency considered
superior to that originally proposed.
8. The substitution of another model offereld subsequent to a sample
demonstration at which the originally proposed model was rejected.
The substitution of another model Judged by the Agency to be at least
equal to or superior to the model originally proposed in order to
improve delivery.
Of course, any such substitution would be allowed only with no
increase in price, delivery lead time or change in other terms. If
the bidder is bidding with specific exceptions, he shall attach or
append a list of them to his bid. This is the only other Inclusion
required to be submitted with the bid form. Any other attachments,
such as catalog cuts, other descriptive literature, compliance
statements etc. are no longer required with .the bid, but are
encouraged and may be included at the bidder's option.
Bidders should carefully study the delivery time requirements
indicated in the bid to Insure that their delivery time quotations
fall entirely within the delivery required. Time is of the essence
tn Agency equipment purchases, and delivery quotations in excess of
the delivery requirements SHALL BE grounds for bid re~ectlon, even if
the proposal is in conformance with the requirements in ali other
respects.
12.2 Sample Demonstration Requirements
The apparent low bidder(s) may be required to demonstrate a working
production unit of the brand, type, and series of controller timer he
proposes to provide prior to award. If such a demonstration will be
required, the bidder shall arrange to render such demonstration at Agency
facilities within fifteen (15) working days after being notified of the
requirement by the Agency. In order to
expedite the the award process, it ts recomended that the apparent low
bidder initiate contact with appropriate Agency personnnel regarding the
possibility of this requirement at his earliest convenience on or .after
the date of the bid opening. At any such demonstration, the required
functions shall be demonstrated to the satisfaction of Agency engineering
personnel, in whose sole discretion and Judgement the adequacy of the
demonstration shall be determined.
However. the Agency reserves the right to further require the the
apparent low bidder to produce a complete sample controller,
documentation package and typical cabinet assembly for up to two weeks
evaluation and bench test at the Agency within two weeks of receipt by
the vendor of a request for such. Or, in some cases, the Agency may
request that the vendor leave the sample controller timer
-32-
at the Shops .or up to two weeks of bench testing in a Agency supplied
cabinet. In al1 such cases, the sample equipment left for examination is
done so at the supplter's expense and risk.
At the initial demonstration, the supplier should be prepared to leave
suitable descriptive literature, such as the Operations Manual for the
controller timer, catalog sheets or fliers on the conflict monitor, other
auxiliary equipment proposed and an example cabinet print for the
Agency's more detailed review.
As' a condition necessary to approval of the sample controller and sample
cabinet assembly described above, vendor may be required to submit a
signed letter subsequent to inspection describing in detail how he
proposes to resolve any discrepancies discovered by the Agency between
the sample submitted and the requirements of this specification.
Compliance with and acceptance under the above sample and document
submissions requirements shall not relieve the vendor of responsibility
for compliance wtth or resolution of any discrepancies between the
product configuration supplied and the requirements of this specification
which might be discovered by the Agency during the warranty period.
If. at the end of the demonstration or evaluation, t~e Agency finds the
sample equipment or Its functions to be incomplete or unsatisfactory, the
bidder will be notified that this ts the grounds on which his bid will be
rejected, and the above evaluation process wi11 begin agatn with the next
Iow responsive bidder. Likewise, failure to provide a sample and
demonstration within the above time requirements shall be considered
grounds for bid rejection.
12.30ellquency of Previous Orders
If, at the time of the award, the Agency finds that the vendor is
seriously deliquent in the delivery or completion of any order previously
placed by the Agency with him. the Agency shall have the option of
rejecting his bid on those grounds.
12.4 Pre-Oellvery Inspection
ALL OELIVERIES OF EQUIPMENT PURCHASED UNDER THIS SPECIFXCATION WILL BE
CATEGORICALLY REFUSEO unless they have first passed an inspection by the
Agency personnel at the suppller's assembly facilities prior to
shipment. This inspection wiil be conducted by the Agency personnel upon
appointment made by the supplier with the Agency at least five (5)
working days in advance.
This inspection shall incude a detailed functional and conftguratlonal
examination of one or more complete controller and cabinet assemblies, as
selected by the inspection team for each bid line item, Including a
review of the required documentation package, which controller shall be
set up by the supplier and running on bench test for this purpose. All
of the other cabinets included in this proposed shipment shall be
available for inspection to ensure that all required components and
-33-
prints are In..uded for shipment complete. ~t the conclusion of the
inspectIon, the supplIer will be informed that the equipment proposed for
shipment:
A. is found to be complete and in compliance wlth these specifications,
and that shipping may proceed forthwith, or;
lacks only minor Items or revisions necessary to make it complete and
to specifications, whlch the vendor W!11 be responsible for
correction of prior to shipment, but for which relnspection will not
be required before shipping, or;
C. is disapproved for shipment due to ma3or items lacking or deviations
from these requirements, and that a subsequent reinspectton will be
required before shipment will be authorized.
Nhenever feasible, the supplier shall arrange for the pre-delivery
Inspection to be conducted at suitable facilities In or near the
Oallas-Ft. North Metroplex area. If the proposed stte of inspection is
outside thls area the suppller may be required to provide adequate
transportation to and lodging near the Inspection site for the Agency
inspection team members at his expense.
It shall be the vendor's responslblllty to submit his request for
inspection sufficiently far tn advance of any delivery deadline that any
deficiencies found tn the Inspection may be rectified without exceeding
delivery requJremants. REJECTION OR RESTRICTIONS ON THE ACCEPTANCE OF
THE PROPOSEO EOUIPMENT SHIPHENT NILL NOT USUALLY BE CONSIOEREO GROUNO~
FOR THE GRANTING OF A OELIVERY TIME EXTENSION.
Occasionally, the Agency may elect to waive the Pre-Delivery Inspection
requirement In cases where It knows the equipment proposed for shipment
to be identical to previous shipments found satisfactory, or where
manpower constraints preclude the staffing of an Inspection team. In
such a case the supplier w111 be so notified when he contacts the Agency
to arrange for the Inspection.
12.50ellvery and Oockslde Inspection
Equipment for which permission to ship has been granted will still be
subject to inspection, refusal and return, If found to be Incomplete or
not to specifications upon delivery to Agency premises. Particular
attention wi11 be paid to any Items found in Sect. 12.4 above to insure
that items brought to the supplier's attention during the Pre-delivery
Inspection have been properly corrected.
The vendor shall notify the carrier who Is responsible for delivery that
the Agency will require a twenty-four hour advance notice of delivery and
SHIPMENTS WILL NOT BE ACCEPTED AT THE AGENCY AFTER 12:00 NOON OF A NORMAL
12.6
WORKING DAY.
Policy on Partial Shipments
The vendor shall ship only
complete
controller/cabinet assemblies wtth
-34-
complete docum. .cation Included. Partially cb,,,pleted controller/cabinet
assemblies will not be accepted and will be returned at the vendor's
expense and risk.
However. upon specific advance request the Agency may permit the supplier
to deliver a partial number of the completed controller and cabinet
assemblies. Vendors in a' position to do this should contact Agency
offices to discuss the term~ applicable to partial shipments.
12.7 ORDER CANCELLATION DUE TO NON-DELIVERY
8Y SUBMISSION OF HIS PRICE PROPOSAL, BIOOER SIGNIFIES HIS UNOERSTANDINn
AND AGREEMENT THAT REC~ARDLESS OF THE IMPLEMENTATION OF ANY LIOUIOATEO
DA~LRGE PROVISIONS RELATED TO ANY EQUIPMENT ORDERED UNDER TNIS
SPECIFICATION, ANY SUCH ORDER SHALL BE DEEMED AUTOMATICALLY CANCELLEn
WITH RESPECT TO EOUIPMENT NOT DELIVERED BY THE OUOTEO DELIVERY DATE~
UNLESS THE SUPPLIER HAS OBTAINED WRITTEN AUTHORIZATION FRON THE AGENCY
FOR A DELIVERY TIME EXTENSION OF A SPECIFIC PERIOD.
END OF SPECIFICATION
-35-
SPECIFICATION FOR VEHICLE AND PEDESTRIAN DETECTORS:
DETECTOR AI4PLIFIER$~" LEAD-IN CABLE; PEDESTRIAN
PUSH BUTTONS: INSTALLATION PROCEDURES
Section 1.0 GENERAL
This specification covers minimum design and functional requirements of
electronic loop detector amplifiers, lead-in cable for loop detectors,
pedestrian detector push buttons, and the installation requirements for
detector components within a traffic signal system.
Section 2.0 LOOP DETECTOR AHPLIFIER
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
detect ion zone of an induction loop.
2.1.2
Detection shall be purely electonic and shall respond to a change of
inductance of the loop caused by the pre~nce o~ a ,~hicle in the field
of influence of the loop.
2.1.3
Inductive tuning to loops of various configurations shall be automatic,
the unit accomodating loop circuits in the range of 0 to 1000 microhenries.
Tuning controls of any kind for this function will not be acceptable.
Each unit or detection channel shall be self-tuning on initial turn-on
and self-retuning within .10 seconds of reactivation or restoration of
electrical power.
2.1.6 In each unit or detection channel the method, of measurement shall be
crystal referenced digital period counting.
2.1.5
Each unit or detection channel shall be capable of operation in one of
three front panel switch selectable modes:
(a) Pulse Hode - A vehicle passing over the loop shall cause a 125t25
millisecond output pulse. In this mode the detector shall rephase
.1 second after initiation of the above described output pulse.
The rephase sequence shall allow detection of the smallest detectable
vehicle, t~o seconds subsquent to detection of a stopped automobile
in loop field.
(b) Presence Hode- Continuous output based on continuous occupancy of
the loop field. Hold t i~e for smallest detectable vehicle shall
be adjustable from 2 to 2066 seconds in 2 second increments.
(c) The detector shall have a built-in delay and stretch time elements,
functioning independent of each other. Delay shall be adjustable
from 0-31 seconds in 1 second increments. Stretch time shall be
adjustable from 0-15.7~ seconds in .25 sec. increments.
36
2.1.6 At least 3 front panel switch selectable levels of sensitivity shall be
provided in each unit or detection channel, for each mode described in
paragraph 2.1.5. Sensitivity range shall be adequate to detect both the
smallest and the largest detectable vehicles stopped or passing over
various loop configurations, with lead-in cable length up to 1000 feet.
2.1.7."Channel active" indicator lamps, front panel-mounted shall be provided
for each detection channel, and shall be visible in bright sunlight.
Each detection channel shall be provided with a front panel-mounted "off"
switch for deactivation, and a "write-on" pad for traffic movement
association identification.
2.2 FAectrical Requirements
2.2.1
Detector amplifier units shall be shelf-mounted and a self-powered unit,
include one detection channel and operate on input voltage from 95 VAC
to 135 YAC, (Power supply contained in unit). Units shall interface with
a 10-pin (H$-3106A18-1S) mating connector. Varistors between power line
leads shall be provided to limit peak transient voltage to 270 VDC.
2.2.2
Each detection channel shall be provided with an isolated output circuit
such that detection is indicated in a conductive state by an optically
isolated Darlinston transistor (30 VDC @ 50 ttA).
2.2.3 Operation of detection channel shall not terminate if loops are defective
through either single point leakage to ground, or short to ground.
2.2.4 Circuitry in the detection channel shall be such that output response to
an open loop is a continuous detection.
2.2.5 Each detection channel shall have circuit board programming capability
to modify performance for particular applications as follows:
(a) ~ode: Pulse/Presence
(b) Presence Hode: Presence time shall be adjustable from 2-2066 seconds.
(c) Delay Time: Time delay shall operate in a range from 0 to 31 seconds
in one second increments.
(d) The Stretch Time: Stretch time shall have an operating range from
0 to ?.5 seconds adjusted in 0.25 second increments.
37
2.2.6
Each detection channel shall be protected against lightning strikes.
It aha11 be capable of wlthstandin8 the discharge of a ten (10) micro-
farad capacitor charged to '1000 volts across the loop terminals and
from each loop terminal to 'earth ground.
2.2.7 The detection system (s) shall operate properly at temperatures from
-35°F. to +165°F. and at relative humidity to lOOZ.
2.3 Documentation
Each detector unit shall be provided with the following:
(a) Complete and accurate schematic diagram(s).
(b) Complete installat/on procedures.
(c) Complete performance specifications.
(d) Complete parts list including names of vendors for parts not
identified by universal part numbers (JEDEC, RETI4A or EIA).
(e) Pictorial of component layouts or circuit board(s).
(f) ~aintenance and trouble shootin8 procedures.
(g) Stage by stage theory of circuits and their operation.
2.4 Guarantee
The manufacturer shall furnish a 2-year guarantee for the work provided herein,
the Contractor shall turn this guarantee over to the Engineer for potential
dealing with the guarantor.
Section 3.0 DETECTOR LEAD-IN CABLEt DETECTOR LOOPS & INSTALLATION PROCEDURES
3.1
Detector lead-in cable shall be of the 2 conductor shielded type;
The cable shall conform to the following: (a) T~o-conductor cable aha11
consist of tinned-copper conductors, AWG #14 (Stranded 19x27) and
twisted w/thin the shield approximately 15 turns per foot. Each
conductor shall be polyethylene insulated, at least 0.032 inches thick.
The'shield aha11 be of aluminized mylar or polyester and shall be 100
percent effective with metal to metal contact between adjacent ~rrapa.
An AWG #16, tinned copper drain wire shall be provided, ~rrapped with a
chrome vinyl jacket, 0.035 inches minimum thickness. An outer nylon
sheath approxt~tely 0.003 inches thick shall be applied over the vinyl
Jacket. Nominal cable diameter shall be approximately 0.340 inches.
liaxtmum capacitance between conductors shall be 25 micro-micro-farads
per running foot of cable, with one conductor shall be 50 micro-micro-
farads per running foot of cable. This specification describes Belden
#8?20 shielded cable, or approved equal.
3.2
3.3
3.4
Detector Cable Installation
Detector cable shall be ru~. continuously, without splicing from
detector loop connections in Junction or pul! box to the controller
cabinet. Conductor splices in the Junction or pull box adjacent to
loop (s), shall be soldered and wrapped with waterproof plastic tape.
Each completed splice shall be encapsulated and waterproofed, per the
Engineer*s instructions and recommendations.
Induction Loops - Installation
Induction loops shall be of confiqurations and dimensions sho~a in saw
cut patterns on the plans. Loop wire conductors shall be il2 AWG,
soft dra~n, stranded wire, type XPLN or Type ZHK~. If the number of
loop turns sho~n on the plans is not in accordance with the amplifier
manufacturerts recommendations for units furnished, £ield revisions in
loop layouts and wire quantities will be made by the Engineer. Loop
wire cable shall be run continuously, without splicing from the Junction
or pull box, through the connecting conduit and pavement saw slots and
returned through the conduit to the box, for connection to lead-in
cable. After splicint is completed and before the slots are senled,
the resistance of the loop and lead-in cable to ground, shall be
measured. After a satisfactory test, which shows a resistance of not:
less than 10 megohms, the slot shall be sealed with approved asphalt
sealing compound.
All saw cuts must be of sufficient width and depth (minimum 2") that
all loop wire contained in the cut is completely encapsulated when the
sealing compound is poured.
Pedestrian push buttons, when required, shall be mounted 4'0~ above the
ground or sidewalk and shall be of the type that have permanent signs
within the unit or signs permanently attached to the unit which
explain the purpose of the push buttons and define specific crossings
and signal assiinments. Push buttons shall be of the direct push contact
type, entirely insulated from the case and be of brass or other corrosion
resistant material with a backplate. The assembly shall be sturdy,
weatherproof and secure against electrical shock to the user. The case
o£ the unit shall be tapped for ~-inch pipe, for appropriate conduit
connection.
39
SPECIFICATION FOR HULTIPLE CONDUCTOR. AND
SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE
Section 1.0 GENERAL
~his specification covers polyvinyl th~oride coupound-Jacketed polyethylene-
insulated multi-conductor cable, and polyvinyl chloride conpound-insuleted
single conductor wire, rated 600 volts, for use in st~nal system in under-
around conduit, as aerial cable supported by · ~essanser or for induction
loop detector wire.
Section 2.0 GENERAL CONST~CTION
Cable under this specification shall be composed of uncaged copper conductors
~ndividually ~usulated w~b heat stabilLzed po/y2~hylene (uulti-conductOr)
or with polyvinyl chloride compound (Ltusle conductor) as ,specified herein.
Hultiple insulated conductors shall be laid up :in · coupact fo~m, bound
~th suitable tape, and Jacketed with polyvin~l chlm~de c~ousd.
Section 3.0
3.1 The copper conductors shall, be~ore l~-,tl~tt~nR, confozn to th~ ~quire-
manta of AS~H DesiKnat~on ~3, latest revi~ for soft ~e~ed coppsr
v~re, and A~ ~8 for c~cen~ric lay, s~anded copper
3.2 ~e c~ductors Shll be stranded ~ms schemas specified in the phnm
and spec~lcac~ous. -
3.3 ~e nm~r a~ stze of the conductors shall ~ ~ specified An the
pins a~d ~ec~ficatiuns.
Section &.O INSULATION
&.l Sulti-Cunductor Cable. The insulating coupound before application to the
conductors shall be best-stabilized polyethyleue confordduS to the require-
manta of ~ Desisnation D 12&8, 63T, Type 1, Class B, Grade &. Tho
insulation shall be applied concentrically about the conductor* Insula-
tion after the application to the conductors shall meet the follouin~
requir~nents when tested in accordance with the procedures siren in ~
Desisnation D 1351, latest revision, and AS~H 9esi~nation D &?0, latest
revbiou.
4O
4.2
Physical Properties of Polyethylene Insulation
as
Initial Properties:
Tensile strength,
lbs. per sq. in., minimum
Elongation at rupture,
percent, minimum
l&00
350
After 48 hours in air oven at 100°C:
Tensile strength,
percent of original, ~tnimum 75
Elongation at rupture;
percent of original, minimum 75
C®
Cold Bend Test, i hour at -55°C; plus or
minus I degree no cracks (Handrel diameter 2.5
times insulation dia~eter).
The nominal thickness of the insulation shall be not less than thst
specified in Table I. The minimum thickness of the insulation shall be
not less than 90 percent of the nominal value.
Moisture Absorption.
as
After a twenty-four hour i~mersion in tap water at 50°C plus or
minus 1°C, the specific inductive capacity of the insulation shall
be not more than 2.5. After a continued fourteen day iunersion,
the specific inductive capacity shall be not more than 1.5 percent
hisher 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, NEMAWCS, latest revision.
Electrical Properties.
ae
Dielectric Strength
Each processed length of insulated conductor before cabling shall
'withstand the test voltage specified datable I for a period of 5
minutes after iwerston in water for not less than 6 hours and while
still immersed.
Insulation Resistance
Each processed length of insulated conductor, after withstanding the
Dielectric Strength Test, and while still immersed, shall comply
with the insulation resistance requirements of Table I.
41
The D~electric Strength and Insulation Resistance Tests sha~l be
conducted in accordance ~ith the requirements of AST~iDesigna~:Lon
D 470, latest revision.
[
42
Conductor
Size, AWG
TABLE !
INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESLqTANCE
LnstdaXiofl Reslstafle8
b~scdaUon Test at $0v~. Megohms-
Thickness, Inch Voltage 1000 Feet
20 .025 2500 15,000
19 .025 2500 15,000
18 .025 2500 15,000
17 .025 2500 15,000
16 .025 2500 14,800
15 .025 2500 13,700
14 .025 2500 12,600
13 .030 3000 13,200
12 .030 3000 12,100
11 .030 3000 11,000
l0 .030 300~ 10,100
9 .030 3000 9,200
8 .030 3000 8~00
4..5
4.0
Single Conducto~ Cable:
The insulation shall be tough, durable, stabilized polyvinyl chloride
coupound meeting the requirements of Underwriterts Laboratories Type
The physical characteristics of the insulation shall be as given in
Table II. Tests of these characteristics shell be made in accordance
with ASlll Designation D &70, latest revision.
TABLE
a. Initial Properties:
Tensile strength, lbs. per sq. inch, min. 2300
ElongaUon, percent, min. 250
bo After 120 hours in &ir Oven at 100° C
Tensile strength, percent of original, min. 85
Elongation at rupture, percent of original, min. 60
e. Cold Bend T~.st. X Hour at -55° C, no cra,ks
de
(Mandrel Diameter 2.5 times covering diameter)
Flame Test, self-extinguishing in minutes, max. I
Thickness, Diameters and Weights
The completed conductor shall conform to the requirements of Table m.
b. The thickness of the insulation shall be not less than 90% of the nominal
value in Table Ill.
The ~!lnimum spot thickness shaU be not le~ than 70% ot' the nominal
thickness.
TABLE ill
Conduetor N .ominal Approx. Approx.
Size Thickness O.D. Weight
A, WG of Coverinl~ Inches Lbs/M Ft.
~ ' 4 .045" .300 131
6 .045" .260 85
8 .045" .220 56
] 10 .030. .174 34
12 .030" .X40 23
I,
I
I
SECTION 5.0 CONDUCTOR COLOR CODING
5.1 MulU-Conduetor Cable:
Standard color coding for cables shall be fa accordance with Table W. When
permitted by the purcbe~er, the conductor coding may be numerals and words
printed on the conductor insulaUoa. Bue colors shaU be obtained by the use
of colored ir~sulation. T~acers shall be colored stripes or bands w~dch are part
of, o~ firmly adhered to, the surface of the insulation in such a rammer as to
afl'ord distinetive circuit coding throughout the length of each wire. T~aeers
*may be in continuous or broken lines, such as a series of dots or dashes, and
shell be applied long~tudinsUy, mmularly, spirally or in o~b~ d~stineUve
patterns.
I
I'
TABLE W
CONDUCTOR COLORS AND SE(~UENCE
Conductor No.
Base Color
1 Black
2 White
3 Red
4 Green
5 Orange
J 6 Blue
7 White
8 Red
j' 9 Green
10 Orange
11 Blue
12 Black
J 13 Red
14 Green
15 Blue
I 16 Black
17 White
18 Orange
iJ 19 Blue
,' 20 Red
21 Orange
First Tracer
Black
Black
Black
Black
Black
White
White
White
White
Red
Red
Red
Red
Green
Green
5.2
The color sequence may be repeated as necessary.
applies when cable is composed of mixed sizes.
Color code sequenee
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, shaU be used for pc/rs, repeated ss neeessssT.
'1
'1
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'
shaU be used for detector DnsiUve. Blue covering shall be used for detector
circuit common. Covering colors shall be obtained by use of colored polyvinyl
chloride.
SECTION 6.0 'CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE)
6.1 Two-Conductor Cable
a. Two-conductor cables shall have a maximum length of lay not more than
30 times the insulated conductor diameters.
b. Two-conductor cables shall be of the round, twisted type.
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 shaU be laid up symmetrically in layers with lay not
exceeding the foUowing:
46
'1
.I
Number
of Condu=tors
5 or more
Maximum Length of Lay
35 Umes insulated conductor diameter
40 times Insulated conductor diameter
15 times assembled core diameter
Each layer of conductors in the cable shall be laid in a direction opposite
to that of adjacent layers.. When permitted by the purchaser,
unidirectional lay may be used. The outer layer shall be left=hand lay.
8.3 Fillers shall be used, where necessary, to secure a uniform assembly of
conductors of a firm, compact cylindrical core. Fillers shall be of a non=
metallic moisture resistent material which has no injurous effect on adjacent
components.
6.4 The conductor assembly shall be covered with a spiral wrapping of a
moisture=resistant tape applied so as to lap at least 10 percent of its width.
SECTION ?.0 JACKET (MULTI=CONDUCTOR CABLE)
?.1 Over the taped conductor assembly there shall be applied a tighUy fitting
pelyvinyl eltloride compound jacket which shall meet the fbllowin~ require=
meats when tested in aeeordenee with ASTM Dasi~nation D=. 1047, latest
revision.
PHYSICAL PROPERTIES
OF POLYVINYL CHLORDIE JACKET
ae
Initial Properties:
Tensile Strength,
lbs., per sq. in., minimum
1800
47
F. longation at rupture
~ereent. minimum 250
b. After $ da~ in ,ir oven at 100 degrees C:
Te~ile ~ength
~reent o~ ori~n~, minimum
~ongaU~ at ~pt~e
~reent o~ ori~n~, mi~mum 60
e. Heed Sh~ Test, Air Oven, ~ ho~ et 12Z°~:
no
· Heat D~t~Uon T~t, Air Oven, 1 ~ et ~2Z°O:
Deere~e In
~eent, m~mum
e. ~old B~d Test, ~ ho~ et -40°C: no erae~
f. Flame Tes~ minut~ burning, m~mum 1
~. After 4ho~s In ASTM No. 2 oil at 70
Te~ile Strength,
~rcent of ori~n~, min. 80
~ongaUon at rupt~e,
~rcent of ori~n~, min. 60
7.2 The nominal thiek~ of the jaeket shaU be as specified in Table V. The
average thi'ckness shall be not less than 9096 of the specified thickness. The
minimum thieknass shall be not less than ?0% of the nominal thickness.
TABLE V
Calculated Diameter of Cable
Under Jacket. Inches
0.425 and
0.426 - 0.700
0.701 - 1.500
1.501 - 2.500
2.501 and larger
Jacket Thickness
Mils
45
60
80
110
140
SECTION 8.0 IDENTIFICATION
8.1 Each shipping length of multi-conductor cable shall have a tape showing the
name of the manufacturer and the year in which the cable is manufactured,
placed over or under the tape covering the cunduetor assembly before the
application of outer coverings. As an alternate method of identification, the
above information may be applied to the outer surface of the jacket.
8.2
Each shipping length of single conductor shall have indented printing on a
tape or other permanent identification showing the name of the manufacturer
and the yea~ in which the _~o_n_4uetor is manufactured.
SECTION 9.0 SAMPLING, INSPECTING AND ACCEPTANCE
9.1 Inspection and tests shall be made prior to shipment and at the place of
manufanture.
9.2 The contractor shall furnish the Engineer in suitable form, a eertifiod report
of the tests made on the cable to show compliance with this specification.
9.3
Tests on Entire Cable - The individual conductors of eanh length of completed
cable sha~l meet the voltage and insulation resistance requirements of Section
4, except that the final electrical test on multiple conductor cables may be
made without immersion in water. Each conductor of a multiple conductor
cable shall be tested against all other conductors and shield if present.
9.4
Sample Tests - One sample for establishing eontormity to this specification
shall be taken from each 10,000 feet or fraction thereof, of each type and
size of cable except that for the physical dimensions and the visual inspection
& 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
beth satisfactory. However, in case of any failure on the retest, the lot shall
be rejected.
4g
Section 10.0 PACKING AND .qARgING FOR SH~PI~NT
Reels for multi-conductor cable shall be substantially constructed and in good
condition. The cables shall be suitably protected. Each end of th~ cable shall
be available for testing, properly sealed, and protected against injury. Each
reel shall be plainly and permanently marked with manufacturer's full descrip-
tion of the cable, giving the length of the cable on the reel, the number of
conductors in the cable and the date of shipment from the factory.
Single conductor cable may be furnished on non-returnable reels or in cartons
~t the Contractor's op,.ion.
Section 11.0 CUARANTEE
If it is the normal trade practice for the manufacturer to furnish a guaranty
for the work p£ovided herein, the contractor shall turn this guaranty over to
the Engineer for potential dealing with the guarantor. The extent of such
suarnnty will not be a factor in selecting the successful bidder.
Section 12.0 CONSTRUCTION HETHOD
The conductors shall be installed in accordance with the details on the plans
or as directed by the Ensineer. Conductors shall be continuous, without splices,
from terminal to terminal. Splicing will be permitted only in transformer
bases as shown on the plans.
Section 13.0 MEASURI~ENT
Electrical conductor will be measured by the linear foot of single conductor
complete in place, the measurement being made along the conduit in which the
conductor is placed plus five ($) feet for each foundation and pull boxes.
Section 11.0 PAYliENT
Electrical conductor will be paid for at the unit price bid for specified size
and type which price shall be full compensation for furnishing, installtng~
testing and splicing and for all 1shot, tools, equipment and incidentals
necessary to complete the work.
,I
SO
SPF-GIFICATION FOR SIGNAL POWER SUPPLY AND SEHVXCE
EQUXPHENT .AND GENERAL SYSTEM WIRING PROCEDURES
Section 1.0 PO~ER SUPPLY AND SERVICE EqUIPHENT
1.1 Power Conuection.
1.1.1
The Contractor shall make aTM arrangements for connection to powea:
supply, shall obtain meter and meter socket from the Power Company
when they are required and install them in accordance with the plans,
and shall furnish and install all other materials necessary to make
the power connection which are not furnished by the Power company.
1.1.2
Unless otherwise called for in the plans, the power connection shall
be made to a 115-125 volt, single-phase, 60 cycle A.C. supply. The
wire used for the power connection shall be a minimum size aa indicated
on the plans and shall be insulated for s~.x hend~ed (600) volta. The
common wire shall be white and the power positive shall be black. Use
of markEng tape ~s prohibited for indentEfica~on. The proper insulation
color is absolutely mandatory.
1.2 Power Service EauiDment Reauirements. Power service
equipment shall meet the following requirements: (a) Circuit
breakers will be provided. They shall be 70 Ampere Frame, single
pole, 120 volt 5000 IAS meeting Federal Specification W-C-375A,
installed as shown on the Plans. (b) All miscellaneous
hardware, i.e., conduit, conductors and weatherhead, shall be
installed as shown in the Plan details. Conductors shall be of
the size indicated and be type THW meeting applicable ASTM
Specifications. (c) Circuit breakers to be square D type QO.
Any other type of breaker shall be approved by the engineer.
Section 2.0 SYSTEM WIRING METHODS
2.1 Controller. Wiring for the controller slmll consist of connecting to its
terminals (1) wires to signals, (2) wires to detectors, (3) the power wires and
(&) the. ground wires. Other wiring for the controller shall be as required by
the wiring dingrams and instructions funished with the controller by the
manufacturer.
2.2 Signal Heads. The Contractor shall wire all signal heads with adequate wire
to tie each head into the signal cable for the system. Wiring got the signal
head shall consist of connecting the terminal block in each sisnal section to
the common terminal block in each signal face to the terminal block in the signal
head terminal compartment. The Hast Arm and pole mounted heads shall be wired
with 5 or 7 conductor signal cable.
2.3 Splices.. Unless otheneine called for in the plans, splices wLtl be permitted
in the wires of slsnal conductors and the detector conductors only in the
translorser base and at terminal points shown. Splices at points other than aa
stated above ~ay be made only with the written permission of the ~agineer. All
splices shall be water-tight.
2.& Terminals. Except for controllers, the ends of all wires which are to be
attached to .terminal posts shall be provided v~th solderless term~nalsthat
meet the requirements of the National Electrical Code.
2.5 Wire and Cable. A~i wire and cable shall conform to the requirements sho~n
on the plans, except wire and cable specifically covered by other iteus' of this
contract. The minimus size of conductors shall be as indicated on the plans.
2.6 Enclosed Wiring. Except for span wire suspended cables and electrical
wiring ~tthin steel signal poles, all cables atut single conductor ~rl£e within
twenty-one (21) feet above the ground surface shall be enclosed in approved
metal conduit. Power-tap lines carried do~n poles shall be placed in metal
conduit. The power entrance to the controller shall be made through underground
polyvinylchloride conduit only.
2.7 Identification of Signal Wires. The Contractor shall identify each cable
and wire ends in the controller and signal-pole-base terminal boxes.
2.8 Sit~l and Controller. The signal housing, controller housing, signal
co~n and service co~on shall be grounded. All grounding shall be as sho~n
on Lhe plans and/or as may be ~ndicated ~n the menufacturer% specifications
and w~r~ng diagrams. All grounding devices used shall conform to the
quizements of the N~tiona! Electric Code. The service common at the pole
from which the power is taken shall be grounded.
2.9 Conduit and Signal Posts. Hetal conduit and metal signal posts or
pedestals shall be bonded to form a continuous system and shall be effectively
grounded. Bonding Jumpers shall beNo. 8 copper wire orequal.
2.10 After the signal cable connecting the signal and the controller is ,in
place the unfilled portion of the openings which are provided for the entrance
of the cable to the signal and condulet attached to the polyvinylchloride
conduit or to the metal pipe conduit, shall be sealed with a sealing compound
mn accordance ~ith the National Electrical Code.
2.11 The sealing compound used shall have a melting point of not less than
t~o hundred (200) degrees Fahrenheit, and shall not be adversely affected
by the surrounding.atmosphere or moisture.
'2.12 Cable at Pull Box. Hinimau 3' slack loop at all pull boxes and trans-:
former bases.
SPECIFICATION FOR POL~CARBONATE RESIN
TRAFFIC SICNAL HEADS
12-INCH, EXPANDABLE, ADJUSTABLE TYPE
Section .1.0
1.1
1.3
1.4
CENERAL
The traffic control signal heads shall be ~n accordance w~th the latest
revision of ITE Techntcal Report Ho. l, except as noted below.
Each traffic siEnal face shall consist of · nunber of identical sign·l
sections rigidly fastened together in such a manner as to present a
continuous plens~ng appearance.
The left-turn ·nd right indication viii he displ·yed vith the use of
· dual arrou fiber optics lens (~/inkoHatic Hodel ~12, or equal)
rigidly fastened to·ether ~th a standard l-section head.
The .electrical and optical s~sten of the signal head shall, unless
otherwise specified, be designed for operation fro· · power supply of
115 volt, single phase, 60 llz alternating current and 60-120 watt la~ps
spe~fied. (Acceptab12 bra~s are ~rot~t or ~ratronics.) ..,
Section 2.0 SIGNAL FACES AND glOttAL ~DS.
2.1 Signal faces and SiLva1 Reads shall be ms mhmm in the pl·ns.
2.2 All housing cases of ~ultiple ray signal heads shall be rigidly attached'0
at top and bottom to lq' (inside diameter) standard pipe supporting am
rsdiatin rrm hubs at the verti~l central axis of ~e h~d and rigidly
- -g ...... - ...... er chat ~11 assure pedant alight_ of
atclcnen cne~u~u ~,, - ~. - - -- -- ~ ~---~ -~ c~fOm to the
the serrate bnsi~s. ~e huu.s~A H ~e~,,~_~ ~. --.do for n~
s~n~le outlet ~n the ~nt~ actecn~ncs. ~ ~P-~ ~. -.---
.~ ~. ~t~ ~e bracket for ~lt~ple~a~ apan~re a~ ~.a~.~ ~..~
~ted BL~ h~da. ~ p~pe uzac~eL a,~ - ....
---- ~ ~1 unit· of the ~a~bled ~d e~Lt be
threaded CF·asea0 not elbows.
of adequate etrensth for the purpose intended and ·haLt be constructed of
materials not affected by continuous exposure to sunlight or corrosive
a~nospberes.
53
Section 3.0 HOUSINGS, DOORS. VISORS _AND LENSES
1'
.I
3.1
3.2
3.3
3.4
3.5
The housing of each section shall be a one piece polycarbonate resin
material with sides, top and bottom integrally molded. The housing shall
be st least .090" (2.3 w.) thick and shall be ribbed so as to produce the
s~rongest possible assembly consistent with light weight. Two or mere
sets of internal bosses shall be provided in each section for mounting of
a terminal block. Terminal blocks shall be securely meunted (see Section
lO).
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 l~" (38.1 m) pipe brackets.
Individual signal sections shall be fastened together either with at
least & machine screws between each section or by fJ~e bolt and washer
method. Complete signal faces shall provide posit, ire locked positioning
when used w/th serrated brackets, mast-arm or span-~r~ra .fittings.
Provision shall be made for accom~dation of the particular type of
mounting specified and attachment of doors, opr~tcal units and such other
accessories as may be specified for the particular installation. Cases
shall be designed for adequate st~=~gth. Fitr~ings and accessories shall
be of rust resistant materials capable of withstanding constant exposure
to sunlight and corrosive atmespheres, including salt air. All traffic
signal housing cases when assembled, together with doors, lenses and mount-
ing attachments, shall comprise a dust and meisture proof housing for
the optical units, and shall be of such construction as to assure
permanent alignment of all lenses in the signal faces.
Portions of cases providing for attachment to supporting arms shall be
molded with large bosses for the supporting arms. Each housing case
shall b~ so attached to its supporting arm that it will be adjustable by'
rotation about its vertical axis in such manner that any pair of adjacent
cases may be adjusted individually to give indications in two directions as
close as 15° apart and may be rigidly clamped in any position throughout
the ~ange of adjustment. Provision shall be made for carrying the signal
leads enclosed in the mounting attachment.
~raffic control signal housing cases shall be of the sectional adjustable
expandable type. The assembled housings for each signal face shall
consist of three or more individual sections each designed for housing a
single complete optical unit (including the dual arro~ fiber optical
unit), rigidly connected by means of bolts extending through each section
or by individual connectors between sections and forming a single 'Signal
Face". ~oth the top and bottom of each section shall be provided with
an opening to acconmodate 1~' pipe brackets. A locking ring shall be
integrally molded around the top &' bottom opening. Around the top open-
ing shall be either an integrally~olded locking ring or a separate splined
54
3.6
locking ring designed to fit into notches.
a minimum of 72 evenly spaced teeth and shall beso designed that top
and bottom rings ~rlll mate to provide a perfectly aligned signal head
with flush connection between the outer circumference of the sections.
Individual units shall be so manufactured that all units are interchange-
able.
The locking rings shall' have....
Any open end of an assembled signal face housing shallbe plugged with
an ornamental cap and gasket.
Section &.0 HOUSING DOOR
4.1
The housing door of each signal section shall he a one piece polycar-
bonate resin material. The door shall be attached to the housing
by means of two stainless steel hinge pins, or by polycarbonate hinge
pins which are an integrally molded part of the housing door.
4.2
4.3
T~o stainless steel ~rlngscrews 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. ~ing screws shall have a flat-bearing surface or stain-
less steel flat~asher to prevent gouging of the housing door by the ~ing
screws. ~ing screws shall remain captive in the housing door when the
door is open.
Design of door, housing, and visor shall be such that no light is visible
in the profile view of the signal face.
Section 5.0 OPTICAL SYSTEH
5.1
5.2
Each lens shall be provided with an optical unit consisting of a reflector
assembly with leads to the terminal block (which is to be furnished in
each complete housing) together with all bolts, nuts, screws, clips,
hinges, lugs and incidentals necessary for mounting the various parts of
the optical assembly.
Optical system shall consist of a red, yellow and green lens ~ith a
'nominal size of 12" (300 ~) as specified. I~nses shall be injection
molded of a polycarbonate material, and shall be per~nently~arked, in
an inconspicuous manner, indicating the top of the lens and the name
or trademark of the manufacturer.
5.3
Lenses and optical system shall be capable of withstanding continuous
illumination of a 150 watt lamp in a 12" head without distortion of
lenses. Lens and reflector design shall conform to ITE Standard
(ITE Report ~1) and the American Standards Association ~D-10.1-1958UDC656.057
optical specifications.
5.5
J.
5.4
.Each leas and reflector assembly shall bedesigned such that the
reflector and lens fo~m esseatially a sealed unit. This shall be
accomplished through the use of a precision molded silicone Easket.
The gasket shall marry the lens to the reflector to form this sealed
unit.
5.5
The Dual Arrow Fiber Optics (A~ber/Green Arrow) shall be Winkoliatic
Hodel AFO-12, or equal. The lens and optical system shall be
bright fiber optic's t~o color arrow housed in a s~andard polycarbonated
unit. Each arrow is formed using a separate set of glass bundles term4nAting
at the light catering end. A 10.8 volt tungstea halogea lamp and
stepdovn power supply is provided for each indication. The lamp socket
should be adjustable to provide maximum Light inteasity. Each dual
arrow assembly shall be provided with one spare lamp. The spare
lamps shall be turned over to the engineer at the end of the 30 day
test period.
Section 6.0 REFLECTORS
6.1
The reflector shall be approximately parabolic in section, made of high
quality clear glass, reasonably free from chips, bubbles, streaks, and
~rrinkles. The outer surface shall be silvered by a chemical or electrical
deposition to such thickness that the lighted filament o£ a 200 watt
incandescent lamp will be invisible through the silvered coating and
shall rhea 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 Alzack aluminum the thickness of the anodid coating
to be a minimum of 0.0001 inches, or its equivalent, spun or dra~n from
metal not less rhea 0.025 inches thick equipped wt~h 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 not accepted as alternates.
6.4
The reflecting surface shall be totally free of flaws, scratches,
defacements or mechanical distortion.
Section 2.0 LAI~P RECEPTACLE
7.1
The lamp receptacle shall be of weather-proof molded construction
capable of withstanding without deterioration the high temperatures
within the optical unit during operation and shall be equipped with a
lamp grip to render it impossible for,,the lamps to be loosened by
vibration. The receptacle in the 12" signals shall be set so as to
56
7.2
place the filament of a standard 150 watt lamp in the proper focal
position with respect ~o the reflector. Lamp receptacles shall ba
rotatable to place the.opening between the filament leads up.
Yhe reflector holder and lamp receptacle holder shall consist of a
structure of such design as to securely hold the reflector end 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, ltaterials used in the construction of the above
parts shall be of rust resisting material and not subject to corrosion
when subjected to cintinued exposure in corrosive atmospheres, par-
ticularly salt air.
Section
8.1
g.o
Each reflector assembly shall be provided with two flexible insulated
color coded leads not smaller than No. 18 America~ 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: ·
Hot Wire
Lens _
Red Red
Yellow Arrow Red w/Y Tracer
Y allow Y allow
Green Green
St. Arrow Blue
Lt. Arrow Blue w/R Tracer
Rt. Arrow Blue w/Y Tracer
Neutral Wire
White w/R Tracer
White w/R & Y Tracer
White w/Y Tracer
White w/G Tracer
White w/B Tracer
White w/B & R Tracer
White w/B & Y Tracer
Section
9,1
9.2
9.0 VISORS
Each signal door shall be equipped with a detachable standard tunnel
(unless otherwise shown in the plans), polycarbonate resin visor fastened
at four or mare points to the door.
The visor shall have a downward tilt o£ 3~ to 5 degrees and shall encom-
pass approx!-~uatelY 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.
57
Section
10.1
10.2
10.3
Section
11.1
10.0 TERMINAL BLOCKS
Each optical unit (or ~ection) of each signal head shall be ~tred co a
terminal block ~ounted near the bottom inside of the unit. The terminal ?
block shall be securely mounted in an accessible position, be of ~olded
weather-proof construction, and be equipped with identified terminals
for signal (interior) and field wires. Binding screws shall be provided
for field wires. Solderless connectors or binding screws shall be provided
for interior ~rlring to the optical unit.
In addition to individual terminal blocks described above, each multiple-
section signal (head) will be provided with a co~on terminal block
~ount in the top section of each signal head. Bach assembled signal head
shall be ~rlred by the supplier to the con. On terminal block.
If specified, an additional terminal block located within a compartment
shall be provided for con,non ~lring of multiple signal heads located on
a single pole or pedestal. The terminal compartment shall be weather-
proof with cover and ~olded-construction terminal blocky ich separate,
identified terminals for signal and field wires. A sufficient number of
terminals shall be provided to handle all optical unit ~rlres. I 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. Cocoons from each housing shall be grouped
and carried to one terminal in the compartment.
Use of terminal compartment described in 10.3 does not eliminate the
requirements for those specified in 10.1 and 10.2.
11.0 HOUNTINC ATTACHHENTS
All ~ountin~ attachments shall be of adequate strenBth for the purpose
intended and shall be constructed of materials not affected by continued
exposure to sunlight or corrosive atmospheres, particularly salt air. Any
non-metallic hardware shall be polycarbonate materiel impregnated with
glass fibers. Provision shall be made for carrying the siBnal leads
enclosed in the ~ounting attachment. The mounting attachment, together
~tth supporting arms and assembled housings, shall co. prise a dust-and-
moisture-proof enclosure for optical units and lead wiring. BounCing
attaciments shall be of one of the following types as specified for the
particular head on the plans.
(a) Hast-lrmHounting. Hast-arm signal head mounting shall be as sho~n
on the plans. .
(b) Side-of-Pole Hounting. Supports for side-of-pole mounting of the
signal head in a vertical position shall be 1~' (no.ina1 diameter)
standard pipe bracket at. ns, attached to the top and bottom of the
signal head. The signal head shall be adjustable, by rotation of the
variouS signal faces about their vertical axis, throughout a radial
58
(d)
angle of 360° and shall be capable of being rigidly clamped in any .
position throughout the range of adjustment. Th~ ~ounting asse~bly:i
shall consist of two standard-pipe sections extending 12-3/&' fro~.~and?
at risht ansles to the axis of rotarAonal adjustment of the siEnal
head. Both supports shall have runnin$ threads at least
the pole connection end. Provision shall he ~ade for
vlring frma the signal head enclosed in the bottom support and an
outlet tilted downward for the wiring shall be provided, ad,scent
to the pole connection end, tapped and plugged for lk" conduit.
variations to this design are sho~n in the plans.
Top of Pedestal Hounting. Supports for top-of-posEs ~ounting of
the signal head in a vertical position shall be l~'* (nominal diameter)
standard pipe bracket a~ms'attached to the top and bottO~ of the
signal head. The mounting assembly shall consist of a slipfitter
connection, as either the hub or as a part of the hub of the bottom
pipe-arm assembly, for attachment around the top of a 4~" outside
diameter pipe. The signal head shall be adjustable, by rotation
about its vertical axis in a horizontal plane, throughout a radial
angle of 360° and the mounting attachment shall be so constructed
that the head may be firmly clamped in any position throuibout the
range of ad~ust~nent. The slipfitter connection shall be of pleasing
appearance and of adequate strength, capable of holding the signal
head rigidly in place and effectively sealing the interior of the
pipe from moisture.
Section 12.0 HATERIAL
All material used in construction of ma~or signal components shall be of poly-
carbonate resin. This material shall be such that it ~rlll withstand 70 foot-
pounds of impact without fracture or permanent deformation.
Section 13.0 COLOR~
The color of signal heads and hardware shall be black. The underside of visors
shall be painted a flat black. Color as specified shal~ be integrally impreg-
nated in the polycarbonate resin in the molding process.
59
SPECIFICATION FOR PEDESTRIAN ONE-SECTION
SIGNAL HEADS - INCANDESCENT LAHP
Section 1.0 GENERAL
1.1
These specifications cover the minimum requirements for low energy
lightweight single section pedestrian head. (WinkoHatic Model VX-2L-AG)
1.2
The size of the pedestrian signal shall be approximately 10" deep
including the visor, 19" high, and 17" wide. The shipping weight should
be less than 35 lbs.
1.3
The signals may be used alone or in conjunction with traffic signal heads
in a complete assembly.
Section 2.0 HOUSING, DOORS, VISOR AND LENS
2.1
The housing shall be die cast as a complete integral unit with a smooth
exterior surface usingAluminumA~loy A-380. The housing shall be
designed to accomodate the electrical and optical elements af the
pedestrian signal. There shall be a neoprene gasket permanently
tached to the perimeter of the housing. The top and botto~ exterior of
the housinS shall have openings two inches in diameter to per.it entrance
of 1½ inches of pipe brackets.
2.2
2.3
The door shall have two hinge lugs casted at the bottom of the door which
shall mesh with two pairs of hinge lugs cast in the bottom of the housing.
Stainless steel drive pins shall connect these hinges to pet~ait the
door to rotate downward. T~o reinforced 1uss, each with a vertical
slot (o~en at the top) shall be cast integrally in the top of the
door. The top of the front of these lugs shall be slightly affset to
prevent the hinge bolts from sliding out of the slots. Two pairs of
luis shall be cast integrally with the top of the housing compartment.
Two stainless steel hinge bolts with captive stainless steely ins nuts
and plain washers shall be attached to the housifig lugs with the use of a
stainless steel k" drive pin.
The door shall contain an offset upon which an endless neoprene gasket
will seat, for the purpose of holding the lens and visor and causing a
water-tight fit of door to housing.
Any open end of an assembled si~nal face housing shall be plumed with an
ornamental cap and gasket.
The visor shall consist of a single unit sun shield egg-type visor and be
attached to the cast door by & hinged lugs that will allow the visor to be
re~c~ed from the door without the use of any tools. The visor shall sit
60
2.4
directly on the door and shall consist of 15 vertical .030" thick
polycarbonate strips and 26 horizontal .030" thick polycarbonate
strips. The strips shall be slotted such that they fit together
in a cross-hatch fashion. TWo anti-vandal metal rods shall be
laced into the polycarbonate strips in such a manner that they do not
interfere with the legend on the sign. The metal rods shall be
firmly fastened to the visor frame thereby producing an anti-vandal
assembly. The polycarbonate strips when assembled shall be bordered
by a two-piece extruded .040" aluminum channel that shall be pop
riveted together to provide solid support for the polycarbonate
strips. The visor assembly shall be ih" deep and the grid pattern
shall measure approximately ~" by
The lens shall consist of a two-piece k" ~olded pigmented glass
optical unit with the legend mast on the first surface and a
molded prismatic surface on the second (inside). The lens material
is molded glass with the standard ITE colozs molded in the glass.
The top lens consisting of the legend DON'T WALK in 4½" letters,
shall be Portland Orange and the bottom lens consisting of th"
letters, indicating W.".LK shall be molded in Lunar white letters.
The inside prismatic surface shall be m~ted to the parabolic
reflector so as to form an even dintrihution of light without hot
spots. The entire lens and reflector assembly shall be designed
for any wattage light bulb using a 2-7/16" light center.
Section 3.0 REFLECTOR AND LAHP RECEPTACLES
The reflector shall be a one-piece die cast aluminum reflector creating a
double parabolic unit. Polycarhonate reflectors are strictly prohibited.
The reflector shall have a metalized silver surface, over-coated for
endurance. One parabolic reflector curve shall sit behind the "DON'T WALK"
legend, and a second behind the 'WALK" legend. Two lamp receptacles shall mount
directly to the back of the reflector. The receptacles shall have a procelain
heat-proof and moisture-proof housing and shall be designed to accomadate A21
lamps or any wattage utilizing a 2-?/16" light center. The center contact
shall be spring activated. The brass fitted sleeve (or shell) shall have a lamp
grip to prevent the lamp from vibrating loose.
Materials used in the construction of the above parts shall be of rust-
resistant materials and not subject to corrosion.
Section 4.0 WIRING
Each pedestrian signal shall be wired completely internally and ready for
connection of field wiring. There shall be a & point terminal block installed
inside the housing to which a wiring harness consisting of 18 AWG wiring shall
be attached. The other end shall be attached directly to the sockets in the
reflector. The wire length shall be sufficient to allow the reflector to be
fully removed from the signal.
Section 5.0 FINISH
The housing door, and visor channel shall be' cleaned and etched prior to paint.
They shall be painted with one coat of primer and two coats of black paint to
match other signal heads. The inside of the housing and the visor must be flat
black.
61
'1
SPECIFICATION FOR
MAST ARM POLE ASSEMBLY
Section 1.0 GENERAL
1.1 This specification covers steel (as specified in Plans) mast arm and
pole assemblies, which, shall include transformer base. 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 ~rlnd 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 ~ighway Signs, Luminaires
and Traffic Signals'* and other pertinent specifications of th~s body. Unless
otherwise sho~fl in the Plans, wind speeds used for design shall be based on
a SO-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.& All castings shall be true to pattern in form and .dimensions, free from
pouring faults, spon$iness, cracks, blowholes and other defects in any position
affecting their strength and value to service intended. Surfaces shall have a
~orkmanlike finish, and no sharp unfilleted angles or corners will be allowed.
Steel pole assemblies required to be hot-dip galvanized shall be designed to
provide proper filling, venting and drainage during the cleaning and galvaniz-
ing process.
1.5 All parts of assemblies of the same manufacturer shall be inte~changeable.
1.6 Each pole assembly shall be designed to support respective required dead
loads of signal heads, signs and the stresses applied to the exposed areas of
all appurtenances based on wind and ice loads per Section 1.3 above.
Section 2.0 POLE SHAI~,
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.
62
2.2 Fabrication. Round continuously tapered shafts shall be formed and
~elded, and shall have no more than one (1) longitudinal welded Joint and no
horizontal welded (transverse) J~ints. After forming and welding, the tapered
shaft may be longitudinally rolled under sufficient pressure to flatten velds
and to assure continuous uniform taper (on .10-in/ft. or .ii-in/ft.). All
velds 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 sho~n on the Plans.
Section 3.0 SHAFT BASE
3.1 Steel shaft bases shall be fabricated and constructed with an opening
of a size and shape to recieve the shaft and shall be welded to the shaft
by continuous velds which develop strength of the base and of the adjacent
shaft section. Four mounting holes shall be provided in the shaft base with
a bolt circle pattern comparable with transformer base. T~gnsformer base
mounting bolts and four nuts shall be provided for securing shaft base to
transformer base. Ornamental casting covers are required to cover exposed
base mounting bolts.
Section 4.0 THANSFOBHER BASE
A transformer base of the size and design shown in the plans shall be
provided for each pole assembly. The base shall be of fabricated steel and
shall develop the strength of the respective adjacent base and shaft. A
handhole vith cover of the minimum dimensions sho~n on the plans shall be
provided. The cover shall be securely held in place with a non-corrosive
holding device such as one or more galvanized bolts. One or more corrosion
resistant steel plates, conforming to ASTH 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 sir all si~nal conductor connections. This
ia the only point that the splices are to be made.
Section 5.0 ANCHOR BOLTS AND SHIHS
Four steel anchor bolts, and template for proper alignment of bolts in
foundation, shall be furnished for each pole assembly. Allowable unit stress
for eachanchor bolt shall be as provided in AASBTO Specifications mentioned
in Section 1.4. Transformer base installations require each anchor bolt to
be top threaded and fitted with one nut and one flat washer. A set of six
(6) "U' shaped galvanized steel shims (3 each, 1/8 inch thick and 3 each, 1/16
inch thick) shall also be furnished with each transformer base. Shoe base
poles require that each anchor bolt be top threaded and provided with two
(2) nuts and two (2) flat washers. The embedded end of anchor bolts shall
have a 90° bend as sho~n on the Plans, and have a minimum elongation in 2 inches
o£ 16 percent, or in 8 inches of ii percent.
Section 6.0 SIGNAL HEAD AND LUHINAIRE ~L~ST ARHS
}iasc 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
ar~ assemblings to the shaft by use of set screws (which would cut into or
groove the shaft) guys, rods or sway braces will not be acceptable.
Section 7.0 FINISH
Painted Finish - All surfaces at the time of paint application shall be in
accordance with the requirements of Brush-Off-Blast-Cleaning as specified in
Steel Structures Painting Council Specification SSPC-SPT. When shipped, the
outside of each assembly shall be coated in s manner that will assure all
surfaces~ at the time of erection, will be coated with a dry, smooth, continuou~,
uniform, tightly adhering, nonchalking film that is a mi~tmtlm Of t~O (2)
mils thick measured over the peaks of the anchor pattern. The dried /ih
contain, on a weight basis, a minimum of 20I binder solids and a minimum of
251 pigment capable of chemically inhibitiug corrosion. A minimum of 121
of the film shall be a chromate type corrosion inhibiting piE.~t. The ins/de
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 ~he touch up coat is
thoroughly dry, each pole assembly shall be provided with a one (1) mil
(dry) thick film of paint of brown specified and approved by the Engineer.
Section 8.0 CERTIFICATION REqUIREHENTS
The Contractor shall submit for approval by the Engineer, five (5) prints, of
drawings which show all pertinent information and data required for veri-
fying structural adequacy, and all fabrication and erection details.
(A) The d~awings shall be prepared on sheets 2& X 36 inches in size,
with 1½ inch left margin and other margins of ~ inch.
Each sheet shall have. a title in the lower right hand corner
which includes the names of the Contractor, Fabricator end sheet
numbering.
(c)
All material of each component shall be referenced to ASTH Speci-
fications, or to other specifications provided minimum yield points
or yield strength and elongations are shown.
(D) Dra.wings for only one assembly need be submitted for ~wo or ~ore
which are of Identical design and dimensions.
64
(F)
Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the dra~rlnEs,
shop fit field connections and proper Ealvanizing designs when
galvanizing is required.
The dra~rlngs shall bear a fully descriptive, detailed certification
thereon that the assemblies were structurally desisned in accordance
with criteria specified in Section 1.0 and specified in the Plans.
The drawings shall be submitted to and approved by, the Engineer
prior to fabrication.
SPECIFICATION FOR
CONDUIT & PULL BOXES
Section 1.0 CONDUIT.
1.1
Description. This item shall govern for the furnishing and placing of
conduit of the types and sizes indicated on the plans, including
fittin~s, attachments and incidentals.
1.2
Unless otherwise sho~n 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 sho~n on the plans and aha11 meet the requirements of
the National Electrical Code and shall be listed by Under~riters
Laboratories, and shall be marked in accordance with the applicable
requirements of the NEC.
Connecting fittings and attachments shall be fabric~ted from a material
similar to the PVC. The PVC shall be made of Polyvinyl Chloride,
Schedule 40 and meet requirements of NEHA Standard TC-2 and UL 651.
1.3
The Contractor may, at his o~m expense, use conduit of larger size
than specified on the plans providing that the larger size is used
for the entire length of the conduit run.
1.4
Conduit ter~inating in posts or pedestal bases shall extend vertically,
approximately two (2) inches above the concrete foundation. Field
bends in rigid metal conduit shall have a minimum radius of twelve (12)
diameters of the nominal size of the conduit.
1.5
Each length of galvanized rigid metal conduit, where used, shall be
reamed and threaded on each end and couplings aha11 be made up tight.
IJhite-Lead paint or equal shall be used on threads of all Joints.
PVC Conduit shall be Joined by solvent-weld method in accordance with
the conduit manufacturers recomendation. No reducer couplings shall
be used unless specifically indicated on the plans.
1.6
All conduit and fittings shall have the burrs and rough places
smoothed and shall be clean and free of obstructions before the ca~le
is installed. Ends of conduits shall be capped or plugged until start-
ing of wiring. Upon request by the Engineer, the Contractor shall
draw a full-size metal brush, attached by s~rlvel Joint to a pull tape
through metal conduit and a spherical template having a diameter not
less than 75 percent of the indide diameter through PVC conduits to
insure that the conduit is clean and free from obstructions. A nylon
or non-metal pull tape shall be used in pulling cables and conductors
through PVC conduit. Hera1 tapes ~ll not bepermitted in PVC Conduit.
The conduits shall be placed as sbo~m on the plans or as directed by the
Engineer. Unless other~se sho~n on the plans or directed by the
Engineer, conduit placed in an open trench shall be placed at least
eighteen (18) inches deep imbedded in sand.
66
1.7
PVC Conduit which is to be placed under existing pavement, side-
walks and driveways shall be placed by first providing a void through
which the PVC Conduit shall be inserted. The void may be accomplished
by ei£her boring or Jacking a mandrel. Hetal conduit which is 'to be
placed under existing pavement, sidewalks and driveways shall be placed
by Jacking or boring. If it is determined by the Engineer that it is
impractical to place the conduit as outlined above due to unforseen
obstructions, ~;ritten permission may be requested by the Con~ractor to
cut the existing pavement. Pits for Jacking or boring shall not
be closer than t~o (2) feet to the back of the curb or the outside edge
of the shoulder unless other~ise directed by the Engineer. The Jacking
and boring method used shall not in~erfere with the operation of
street, highway or other facility, and shall not weaken or damage
any embankment, structume, or pavement. Heavy Jacks are to be used for
Jacking. Boring is to he done by mechanical means providing amax i mum
one-inch overcut for the conduit to be placed, and use of water or
ocher fluids in connection with the boring ope~ation will be permitted
only to the extent to lubricate cuttings. ~&ter letting will no~ be
permitted. ~here conduit is to be placed under existing asphaltic
pavement, the jacking method is to be used unless written approval
is given by the Engineer for placement of the conduit by boring.
Section
2.1
2.0 PULL (JIINCTION) BOXES
General. The purpose of this specification is to describe a reinforced
concrete mortar, pull (Junction) box with cover and extension (if
required) for use in underground traffic signal systems. The box shall
be used for terminating and beginning conduit runs (Junctions) of
various sizes and also for accessibility when pulling signal cable.
2.2
2.3
Description.
(a) The assembly shall consist of box, cover and extension (if required)
and all conponents shall be of reinforced plastic mortar. The cover
shall be fabricated out of steel so as to fit properly in a recessed
lip for full and stable contact on the box, and be secured thereon
vith ar least two stainless steel bolts. The legend "Traffic Con~rol'l
shall be integrally cast into the top surface of the cover, and the
cover shall be provided with s sturdy, stainless steel drop handle to
facilitate removal.
(b) The box and extension (if required) shall be rectangular in shape,
with inside minimum dimensions of 2&-inch length, l&-inchvidth and
12-inch depth. The bottom portion of each vill be open, with a sturdy
flange around the perimeter so that the box seats firmly on the top of
the extension. A minimum of t~o knockouts, 3"x&", one on each end,
shall be provided in each box and extension section.
Haterial and Strength Requirements. The pull box, cover and extension
shall be of reinforced plastic mortar, and be designed and tested to
temperatures of --50°F-, meeting ASTH D-635 flmmuability test. The
box and cover shall be capable of withstanding a minimum $,000-pound
single axle load over any 10"xl0" area of exposure.
67
Section 3.0 NEASU~NT AND PAYHENT
Work performed and material furnished as prescribed by this item~r£11 be
measured and paid for by linear foot along the main line of the conduit and per
each pull box installed. A S-foot allowance for the PVC is permitted for
all foundation connections. The fittinE within the pull boxes will be
considered incidental to the pull Box installation.
Please note that where sho~n on plans as 2--2" PVC or 2--3*t PVC to be placed in
same trench shall be paid for as one (1) run of conduit.
The price shall be for fullcompensation for material, equipment and labor.
68
SPECIFICATION FOR
CONCRETE FOUNDATIONS
Section 1.0 DESCRIPTION FOR CONCRETE POLE BASE SHAFTS AND CABINET FOUNDATIONS.
1.1
Concrete materials and their preparation shall be in accordance with the
requirements of Item &21, "Concrete for Structures", Standard Specifications
for Construction of Highways, Streets and Bridges, Texas State Department of
Highways & Public Transportation 1982 and the additional requirements herein.
All concrete shall be 'Class A'. All materials and methods of placement
for drilled shaft foundations shall be in accordance vith Item 416, "Drilled
Shaft Foundations" of the above cited publication. Reinforcing steel shall
conform to the requirements in Item &&O, "Reinforcing Steel" of the above
cited publication.
1.2
Concrete pole base (drilled) shafts.
(a) Excavation for all required foundations shall be done in accordance
~lth lines and depth indicated on the plans. The Contractor viii clear all
location from utilties prior to any excavation. Na~es of utilities representa-
tives to be contacted ~r111 be furnished. All loose material shall be removed
by the excavation before the concrete is placed. Any rater shall be removed
by pumping or bailing. The use of explosives ~r111 not be permitted.
(b) Foundations shall be constructed to the dimensions shoen on the plans
or directed by the Engineer. Care shall be used to insure that the top of
the finished foundation is exactly level and does not extend six (6) inches
above curb grade. Anchor bolts and conduits shall be held rigidly in place
by a template until the concrete is set. A mechanical vibrator shall be used
for compacting and working the concrete. After the concrete has been placed
and the top struck off. it shall be covered vith wet cotton or burlap mats,
for not less than ninety-six (96) hours. All bracing and templates for anchor
bolts shall remain in place for ninety-six (96) hours after the concrete is
poured. During that tl~e, the anchor bolts and conduit shall not be subjected
to any applied strain.
(c) Backfill shall be tamped vith mechanical tamps in 6-inch layers to the
density of the surrounding ground, l~here excavation is made in the surfaced
shoulder, the shoulder shall be replaced vith material equal to the original
construction.
(d) All excavated material not required for backfill shall be promptly re-
moved and disposed of by the Contractor outside the limits of the project.
Il 69
(e) No concrete shall be placed when the atmospheric temperature ls at or
below 40°F. (Oaken in shade away from artificial heat) unless premission to
do so is given by the Engineer. Curing and placement of concrete at tempera-
oF
Cures of less than 40 , when such placement is permitted by the Engineer, shall
be in accordance with Che requirements of the Standard Specifications Item
421, "Concrete for Structures".
1.3
Concrete Cabinet Foundations
(a) Excavation for controller cabinet foundations shall be done in accordance
with lines and depths indicated on the plans. All loose material shall be
removed from the excavation before concrete is placed. Water shall be removed
by pumping or boiling. Foundation and front access pad shall be constructed
as shown on the Plans or as direcced by the Engineer. Care should be taken to
insure chat the top finish surface is level. Anchor bolts and conduits shall
be held rigidly in place uncil concrete is set.
1.4
}leasuremenC and Palment
Work performed and naterial furnished as prescribed by this item will be
measured and paid for per each location. The unit price shall be for full
compensation for all ~aterial~ equipment and labor.
The Contractor shall take necessary caution to protect all anchor bolts
during the placing of the foundations. Any anchor bolt that is damaged will
resulc in the removal and replacement of the entire foundation at the expense
of the Contractor.
7O
DIVISION I
GENERAL REQUIREMENTS
DIVISION i - GENERAL REQUIREMENTS
Mention herein or indication on the Drawings of items,
materials, ope~ations or methods, requires that the
Contractor provide and/or install each item mentioned or
indicated of . quality or subject to qualification noted~
perform, according to conditions stated each operation
prescrlbed~ and provide all necessary labor, equipment,
supplies and incidentals.
Requirements of the General Conditions, Supplementary
Conditions, and Addenda, if issued, shall apply under this
Division of Work as if herein written.
Separation of these specifications into Divisions and Sections
is for convenience only and is not intended to establish limits
of work.
01010 - SUMMARY OF WORE
01050 - FIELD ENGINEERING
01152 - APPLICATIONS FOR PAYMENT
01310 - CONSTRUCTION SCHEDULES
01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
01700 - CONTRACT CLOSEOUT
01720 - PROJECT RECORD DOCUMENTS
01750 - WARRANTIES
DIVISION I
General Requirements
1
SECTION 01010 - SUMMARY OF WORK
1.1 DESCRIPTION AND LOCATION OF WORK
ae
Work covered by the Contract Documents includes the
furnishing of all labor, materials, tools,
equipment, taxes, services, transportation and other
items necessary to perform and complete all of the
work for the construction as indicated on the drawings
and as herein written.
1.2 WORK SPECIFIED ELSEWHERE:
A. General conditions of Agreement, Special Conditions
and Standard Specifications.
1.3 START OF WORK
ae
Work shall be started immediately upon issuance of a
notice to proceed order. Prior to this, all
contracts and beginning documents will have been
executed and insurance in force.
1.4 COMPLETENESS OF WORK:
ae
The drawings and specifications describe the various
items of work, character of materials and quality of
workmanship and finish. Any appurtenances, parts,
finish of work essential to the entire completion of
the work, though not specifically shown or specified,
shall be provided by the Contractor and included in
the Contract Sum.
Be
Time of Completion: The completion of
be on or before the time indicated
and Contractor Agreement.
this work is to
in the Owner
1.5 EXISTING UTILITIES, STRUCTURES, AND OTHER PROPERTY:
ae
Prior to any excavation, it shall be the
Contractor's responsibility to determine the
locations of all existing water, gas, sewer,
electric, telephone, telegraph, television and other
underground utilities and structures. Obtain
location drawings and other assistance from the
various local Utility Departments and other
applicable agencies, and make other investigations as
required to accomplish this.
Be
After commencing work, use every precaution to
avoid interference with existing underground and
surface utilities and structures, and protect them from
damage.
01010
1
Where the locations of existing underground and
surface utilities and structures are indicated on the
drawings, these locations are generally approximate,
and all items which may be encountered during the work
are not necessarily indicated. It shall be the
Contractor's responsibility to determine the exact
locations of all items indicated, and the
existence and locations of all items not indicated.
1.6 CONTRACTOR'S DUTIES:
A. Except as specifically noted, provide and pay for:
Labor, materials, equipment.
Tools, construction equipment, and machinery.
Water, heat, and utilities required for construction.
Other facilities and services necessary for proper
execution and completion of work.
B. Pay legally required sales,
privilege and other taxes.
consumer, use, payroll,
Ce
Secure and pay for, as necessary
execution and completion of work, and as
at time of receipt of bids:
for proper
applicable
Permits
Fees
Licenses
D. Give required notices.
Comply with codes, ordinances, rules, regulations,
orders and other legal requirements of public
authorities which bear on performance of work.
Promptly submit written notice to Engineer of observed
variance of contract documents from legal requirements.
It is not the contractor's responsibility to make
certain that drawings and specifications comply with
codes and regulations. Appropriate modifications to
contract documents will adjust necessary changes.
Assume responsibility for work known to be contrary to
such requirements without notice.
Enforce strict discipline and good order among
employees. Do not employ on work, unfit persons or
persons not skilled in assigned task.
1.7 SUB-CONTRACTOR'S LIST:
Ae
of all sub-contractors to be on the pro]eot
at the time of submitting his bid proposal. Any
subcontractor listed must beacceptable to the Owner.
01010
2
1.8 COORDINATION:
The prime general contractor is responsible
for the coordination of the total project. All other
prime contractors and all sub-contractors will
cooperate with the prime general contractor so as to
facilitate the general progress of the work. Each
trade shall afford all other trades every
reasonable opportunity for the installation of their
work.
1.9 CONTRACTS:
1.10
1.11
A. Construct work under a single prime general contract.
WORK SEQUENCE:
Construct work so as
interruption of service
businesses situated along
to provide the least
to traffic and
the construction area.
At all times throughout construction, existing water,
sewer and gas facilities shall remain in use. No
discontinuation of service for any extended period of
time will be allowed.
CONTRACTOR'S USE OF PREMISES:
Contractor shall limit his use of the premises for work
and for storage to the rights-of-way limits or other
areas allowed by property owners.
B. Confine operations at site to areas permitted by:
2. Ordinances
3. Permit
4. Contract Documents
5. Owner
C. Do not unreasonably encumber site with materials or
equipment. Coordinate use of premises with
Owner/Engineer and property owners.
D. Assume full responsibility for protection and
safekeeping of products stored on premises.
E. Move any stored products which interfere with
operations of Owner or other contractors.
F. Obtain and pay for, use of additional storage of
work areas needed for operations.
01010
3
1.12
MATERIAL AND WORKMANSHIP:
All material under this contract shall be new and as
specified, suitable for the purpose and subject to
approval by the Engineer. The workmanship shall be
first-class and subject to the approval of the
Engineer as equal to best standard practice.
Contractor shall furnish labor which in no way will
conflict with other labor working on the site. The
Contractor shall at all times enforce strict
discipline and good order among his men and shall
not employ any unfit persons or anyone not skilled
in the work assigned to him. The work shall be
protected from action of the weather and damage from
workmen. Surfaces shall be clean and free from defects.
The Contractor shall remove at his own expense any
work or material condemned by the Engineer as
defective and not in accordance with the additional
compensation. Failure to do so shall be deemed as
violation of contract and shall be subject to the
procedure established for such case. An~ omission or
failure on the part of the Engineer to disapprove or
reject any work or material shall not be construed to
be an acceptance of any such defective work or material.
1.13 INSPECTION OF WORK:
Ae
All the work of the contract shall be subject to the
inspection of the Engineer and his authorized
representatives, and the Contractor shall afford
every facility for the inspection of materials and
workmanship. Such access shall include such portions
of the place of manufacture or fabrication as may be
necessary to complete inspection. The Contractor shall
notify the Engineer in writing, in ample time, to permit
inspection at the place of manufacture should the
Engineer so desire. Materials shall be delivered on
the job properly marked for identification and whether
previously inspected or not shall be.subject to
reinspection and final acceptance or rejection at the
site of the work.
If the specifications, Engineer's instructions,
laws, ordinances, or any public authority require
any work to be specially tested or approved, the
Contractor shall give the Engineer timely notice of
its readiness for inspection, and if inspection is by
another authority than the Engineer, of the date fixed
for such inspection.
01010
4
Re-examination of the questioned work may be ordered
by the Engineer and, if so ordered, the work must be
uncovered by the Contractor. If such work is found to
be in accordance with the Contract Documents, the
Owner shall pay the cost of the re-examination and
replacement. If such work is found not in accordance
with the Contract Documents, the Contractor shall pay
such cost unless he shall show the defect in the work
was caused by anoth~ Contractor and, in that
event, the party responsible shall pay such costs.
1.14 SUSPENSION OF WORK - DELAY:
Cm
!~,aa~ ~ eh, Enaineer, the work may be suspended
&ause,- such as, but not limited
~ -&'~favorable weather conditions, ~ail~re, refu~a~
neglect on the part. of the con=rag=or
employees to comply with the terms aha conui=lons
the Contra~t documents. The use of, o? attempted use
of mgter~als or methods not. in accordance
therewith, ln~erference of the work with other work of a
pu~.lxc or private nature ~ecessary to be done
prxor to .the work herexn contemplated or for any
cause of like nature, and the work so suspended shall
not be resumed except with the consent of the
Engineer.
During the time of such suspension of the work, if it
is to be a considerable time, the Contractor shall
have all material neatly piled or removed from the
line of work, and all equipment shall be located so
as to least interfere with public convenience and
traffic. Should the Contractor refuse or neglect to
take proper care of such materials and equipment, the
Engineer shall cause the same to be properly cared for
and an amount equal to the cost of so doing shall be
deducted from any monies which may be or may become due
to the Contractor.
The Contractor may file proper claims for loss or
damage on account of delays incurred by the Owner.
If any delay is caused by a~y act of the Owner,
or results from causes herexnbefore mentioned, the
Contractor will be granted an extension of time for
the completion of the work, sufficient to offset such
delay if a claim is made by the Contractor in
writing to the Engineer within seven days from the
date upon which such delay is started. No extension
of time shall be granted for time lost during
suspension of the work due to the Contractor's failure
to comply with the conditions or terms of the contract.
01010
5
1.15 CHANGES IN THE WORK:
A. No extra work or change shall be made without a
written order from the Owner, in which event the
Contractor shall proceed with such extra work or
change, and no claim for an addition to the Contract Sum
shall be valid unless so ordered.
B. However, the Engineer shall have the authority, by
instructions, to make minor changes in the work, not
involving extra cost and not inconsistent with the
purposes of the project. If the Contractor claims that
any such instructions to make minor change do involve
extra cost under the contract, he shall notify the
Engineer in writing, within a reasonable time after
receiving the said instruction and, in any event,
before proceeding with the work as changed thereby or be
barred from making any claim against the Owner for such
extra costs.
C. Compensation for the work covered by the approved
change order shall be determined by an agreed lump sum.
1.16 LATENT CONDITIONS:
If, in the performance of the Contract, latent
conditions at the site are found tobe materially. .
different from those indicated by the specifications
or unknown conditions not usually inherent in work
of the character specified, the attention of the
Owner and Engineer shall be called immediately to such
conditions before they are disturbed. Upon such
notice, or upon his own observations of such
conditions, the Engineer and Owner shall promptly
make such changes in the specifications as they find
necessary to conform to the different conditions,
and any increase or decrease in the cost of the work
resulting from such changes shall be adjusted as
provided under Article 6, General Conditions, EXTRA
WORK AND CLAIMS, as amended in the Special Conditions.
01010
6
SECTION 01050 - FIELD ENGIneerING
1.1 GENERAL:
Ae
Contractor shall provide and pay for field engineering
services required for the project and include in his
bid the necessary allowance to cover same, including:
survey work required in execution of the project.
Civil, structural, or other professional
engineering services specified, or required to
execute Contractor's construction methods.
B. The Engineer will identify existing control points
indicated on the drawings, as required.
1.2 QUALIFICATIONS OF SURVEYOR OR ENGINEER:
A. Qualified engineer or registered land
acceptable to Contractor and Engineer.
surveyor
1.3 BENCH MARKS, MONUMENTS AND SURVEY REFEI~ENCE POINTS:
The Contractor will carefully maintain all bench marks,
monuments, and other reference points. If destroyed or
disturbed, the reference points will be replaced, by the
Contractor, to their original positions. In any case in
which a reference point is disturbed, the Contractor
shall notify the Engineer.
1.4 PROJECT SURVEY REQUIREMENTS:
Ae
The Contractor shall accurately stake out all components
of the project and will be held entirely responsible for
any errors in these lines and levels.
The Contractor shall verify all grades, lines and
levels and shall report any inconsistencies to
the Engineer before commencing work.
1.5 RECORDS:
Am
Contractor shall maintain a complete accurate log
of all control and survey work as it progresses, copies
which shall be available to the Engineer if requested.
Sec. 01050
1
1.6 SUBMITTALS:
A. If requested by Engineer, Contractor shall submit:
1. Name and address of surveyor and/or professional
engineer.
2. Documentation to verify accuracy of field
engineering work.
3. Certificate signed by registered engineer or
surveyor certifying that elevations and locations of
improvement are in conformance, or non-conformance
with Contract Documents.
Sec. 01050
2
SECTION 01152 - APPLICATIONS FOR PAYMENT
1 · 1 GENERAL:
Contractor to submit Applications for Payment to
Engineer in accordance with the schedule established by
Special Conditions, paragraph 1.4, F, Partial Payments.
1.2 FORMAT AND DATA REQUIRED:
A. Submit itemized applications typed on Application and
Certificate for Payment, as approved by Engineer.
1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT:
A. Application Form:
1. Engineer shall supply the application form to the
Contractor.
2. Fill in required information, including that for
Change Orders executed prior to the date of
submittal of applications.
3. Fill in summary of dollar values to agree
with the respective totals indicated on the
continuation sheets.
4. Execute certification with the signature of a
responsible officer of the Contract firm.
B. Continuation Sheets:
1. Fill in total list of all scheduled component
items of work, with item number and the scheduled
dollar value for each item.
2. Fill in the dollar value in each column for each
scheduled line item when work has been performed or
products stored.
3. List each Change Order Number, and description, as
for an original component item of work.
1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS:
A. When the Owner or the Engineer requires
data, Contractor shall submit suitable
with a cover letter identifying:
substantiating
information,
1. Project
2. Application number and date
3. Detailed list of enclosures
4. For stored products:
a. Item number and identification as
application
b. Description of specific material
shown on
B. Submit one copy of data cover letter
copy of application.
for each
Sec. 01152
1
1.5
SUBMITTAL PROCEDURE:
A. Submit Applications for Payment to Engineer at times
stated in Special Conditions.
B. Number: six (6) copies of each Application.
C. Sign each copy and have each copy properly notarized.
D. When Engineer finds the Application properly
completed and correct, he will transmit three (3)
copies of the certificate for payment to the Owner and
one (1) copy to the Contractor.
Sec. 01152
2
~ECTION 01310 - CONSTRUCTION SCHEDULES
1.1 GENERAL:
A. within 15 days after award of the Contract, the
Contractor shall prepare and submit to the
Engineer an estimated construction progress
schedule for the Work, with dates on which he will
start the salient features of the work and the
contemplated dates for completing the same.
B. Submit revised progress schedules with each
application for payment. Submit two (2) copies.
Failure to submit these will be cause for payment to be
delayed.
1.2 FORM OF SCHEDULES:
Ae
Prepare schedules in the form of a horizontal bar chart.
1. Provide separate horizontal bar for each separate
item or operation.
2. Horizontal time scale: Identify by week, month,
year, etc.
3. Minimum sheet size: 8 1/2" x 11".
B. Format of listings: The chronological order of the
start of each item of work.
1.3 CONTENTS OF SCHEDULE:
A. Construction Progress Schedule:
1. Show the complete sequence of construction by
activity.
2. Show the dates for the beginning, and completion
of, each major element of construction.
3. Show projected percentage of completion for each
item, as of the first day of each month.
1.4 PROGRESS REVISIONS:
A. Indicate progress of each activity to date of
submission.
B. Show changes occurring since previous submission of
schedule.
01310
1
~ECTION 01340 - ~HOP DRAWINGS. PRODUCT DATA AND SAMPLES
1.1 GENERAL:
Contractor
Samples as
specified
to submit Shop Drawings, Product Data and
required by the Contract Documents and as
in other sections of the specifications.
1.2 SHOP DRAWINGS:
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.
Ce
No work requiring shop drawings will be executed until
review and acceptance of such drawings has been
obtained.
1.3 PRODUCT DATA:
A. Preparation:
1. Clearly mark each copy to identify pertinent
products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturer's standard schematic drawings and diagrams:
1. Modify drawings and diagrams to delete information
which is not applicable to the work.
2. Supplement standard information to provide
information specifically applicable to the work.
1.4 SAMPLES:
A. Provide samples as indicated in other parts of
these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to
submission.
Sec. 01340
1
B. Determl,le and Verify:
1. Field measurements
2. Field construction criteria
3. Catalog numbers and similar data
4. Conformance with specifications.
Coordinate each Shop Drawing and/or Project Data
submittal with requirements of the work and of the
Contract Documents.
Begin no work which requires Shop Drawing submittals
until return of approved Shop Drawings from the
Engineer.
E. Keep one (1) approved copy of shop drawings or product
data at job site at all times.
1.6 SUBMISSION REQUIREMENTS:
Make submittals promptly and
cause no delay in the work or
contractor.
in such sequence as to
in the work of any other
B. Number of submittals required:
For shop drawings and product data: Submit the
number of copies which the contractor requires, plus
four which will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any
previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
c. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the
work or materials.
7. Applicable standards, such as ASTM or Federal
Specification numbers.
8. Identification of deviations from Contract
Documents.
9. Identification of revisions on resubmittals.
10. Contractor's stamp, initialed or signed, certifying
to review of submittal, verification of products,
field measurements and field construction criteria,
and coordination of the information within the
submittal with requirements of the work and of
Contract Documents.
CONTINUED ON NEXT PAGE
Sec. 01340
2
11. Fabrication and erection drawings lists and
schedules.
12. Basis of design and design calculations signed and
sealed by a registered professional engineer.
13. Seal and signature of a registered engineer on all
structural submittals.
D. REVIEW:
1. Shop drawing and product data information review
will be general. Such review will not relieve the
Contractor of any responsibility and work required
by the Contract.
2. Satisfactory shop drawings will be so designated and
all sets, except four (4), returned to the
Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be
returned to the Contractor, with indications of the
required corrections and changes.
3. Rejected shop drawings will be corrected and
resubmitted to the Engineer for acceptance.
1.7 RESUBMISSION REQUIREMENTS:
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
specified for the initial submittal.
2. Indicate any changes which have been
than those requested by the Engineer.
resubmit as
made other
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
Be
Affix stamp and initials or signature, and
indicate requirements for resubmittal, or acceptance of
submittal.
C. Return submittals to Contractor
or for resubmission.
for distribution,
Sec. 01340
3
SECTION 01700 - CONTRACT CLOSEOUT
1.1 GENERAL:
Contractor shall comply with requirements stated in
Conditions of the Contract and specifications
for administrative procedures for closing out the work.
B. Related requirements specified in other sections:
1. Record Documents: Section 01720
2. Warranties: Section 01750
1.2 SUBSTANTIAL COMPLETION:
A. When Contractor considers the work is substantially
complete, he shall submit to the Engineer:
1. A written notice that the work, or designated
portion thereof, is substantially complete.
2. A list of items to be completed or corrected.
Within a reasonable time after receipt of such notice,
Engineer will make an inspection to determine the
status of completion and shall furnish the Contractor a
complete list of items of work to be completed or
corrected. The list so developed shall, in no way,
release the Contractor, or subcontractors from
furnishing and installing or correcting items or
work required by the Contract Documents.
C. Should Engineer determine
substantially complete:
that the work is not
1. Engineer will promptly notify the Contractor in
writing, giving the reasons therefor.
2. Contractor shall remedy the deficiencies in the
work, and send a second written notice of
substantial completion to the Engineer.
3. Engineer will reinspect the work.
D. When Engineer concurs that the work is substantially
complete, he will:
1. Prepare a Certificate of Substantial Completion
accompanied by Contractor's list of items to be
completed or corrected, as verified and amended by
the Engineer.
2. Submit the Certificate to Owner and Contractor
for their written acceptance of the responsibilities
assigned to them in the Certificate.
01700
1
1.3 FINAL INSPECTION:
A. When Contractor considers the work is complete, he shall
submit written certification that:
1. Contract Documents have been reviewed.
2. Work has been inspected for compliance with
Contract Documents.
3. Work has been completed in accordance with
Contract Documents.
4. Equipment and systems have been tested in the
presence of the Owner's representatives and are
operational.
5. Work is completed and ready for final inspection.
Be
Engineer will make an inspection to
status of completion with reasonable
after receipt of such certification.
verify the
promptness
C. Should Engineer consider
incomplete or defective:
that the work is
1. Engineer will promptly notify the Contractor in
writing, listing the incomplete or defective work.
2. Contractor shall take immediate steps to remedy the
stated deficiencies, and send a second written
certification to Engineer that the work is complete.
3. When the Engineer finds that the work is
acceptable under the Contract Documents, he shall
request the Contractor to make closeout submittals.
1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
Ae
Upon final acceptance by the Owner, and completion of
all work, the Contractor shall submit to the Owner,
through the Engineer, the following data:
1. Certificate stating that all accounts for labor,
equipment and material are paid in full; or
in the case of outstanding accounts because of
this work, the Contractor shall furnish a
release of claims by the individual or concerned
party. This certificate shall be notarized and
signed by the Contractor.
2. The Contractor's Bonding Company shall furnish a
release to the Owner, that it is with their consent
that final payment be made to the Contractor.
3. The Contractor shall furnish a letter guarantee of
all workmanship to be free of defects for a period
of one year, unless required longer by any division
of the specifications, and should any defects arise,
then such defects shall be restored to the original
condition at no expense to the Owner. This shall
include all necessary cutting and patching as may be
required to correct the defective work.
01700
2
4. The Contractor shall submit accurate and detailed
"As-Built Drawings" covering all changes to the
work. Submit two (2) copies.
5. The Contractor shall submit all guarantees,
warranties, brochures, and operating instructions
as required by the different divisions of the
specifications.
6. The Contractor shall submit a request for final
payment, which shall include an audit of the account
of the contract and said audit shall fully cover
amounts paid by the Owner to the Contractor, and
amounts due Contractor because of this work, all
of which shall be fully covered by the contract
documents and approved change orders.
1.5 FINAL PAYMENT:
Final payment shall be recommended to the Owner by the
Engineer upon submission of the documents called for above,
and as covered under the general conditions and any
modification thereto.
01700
3
SECTION 01720 - PROJECT RECORD DOCUMENTS
1.1 GENERAL:
A. Contractor shall maintain at the project site one
record copy of:
1. Drawings
2. Specifications
3. Addenda
4. Change orders and other modifications to
Contract
5. Reviewed shop drawings, product data and samples
6. Test records
the
1.2 MAINTENANCE OF DOCUMENTS:
A. Maintain documents in neat, clean legible condition and
in good order.
B. Make documents available
inspection by Engineer.
at all times for
1.3 RECORDING:
A. Record information concurrently with construction
progress.
B. Drawings; legibly mark to record actual construction:
1. Finished elevations
2. Horizontal and vertical locations of underground
utilities and appurtenances.
3. Field changes of dimension and detail.
4. Changes made by field order or by change order.
5. Details not on original contract drawings.
C. Specifications and Addenda; legibly mark each
section to record:
1. Manufacturer, trade name, catalog number and
supplier of each product and item of equipment
actually installed.
2. Changes made by field order or by change order.
1.4 SUBMITTAL:
Ae
At Contract close-out, deliver one set of reproduoibles
and two sets (blue line prints) of record
documents (as-built) to Engineer for the Owner. Cost
of reproducibles and blue lines will be borne by the
Contractor.
01720
1
SECTION 01750 - WARRANTIES
1.1 GENERAL:
ae
Contractor shall guarantee materials and
workmanship for a period of one year from date of
completion except where additional guarantees or
warranties are required under the technical sections
of the specifications.
Before final payment is made the General
Contractor shall deliver to the Engineer all material
and equipment guarantees or warranties in writing from
sub-contractors and suppliers.
The General Contractor shall also deliver to the
Engineer before final payment three complete
bound sets of manufacturer's instructions, service
and parts manuals on each piece of equipment furnished
under this contract.
01750
1
APPENDIX A
SANDY LAKE ROAD TRAFFIC SIGNAL
MODIFICATIONS AT MOORE ROAD
1 · 0 GENERAL
The City of Coppell intends to modify the existing traffic signal
system on Sandy Lake Road at Moore Road to allow a protected left
turn for east and west bound traffic on Sandy Lake Road. This
section will present two basic alternates for modification of
the existing system. Upon receipt of bids the City of Coppell
will review and evaluate the bids for the traffic signal
modification alternates and determine which alternate it wishes
to include in the Contract.
2.0 SCOPE OF WORK
A. ALTERNATE NO. 1
Furnish all labor, equipment and material required for:
The complete furnishing and installation of one
green/amber dual arrow fiber optics turn signal
section (Winkomatic Model AFO-12 or equal) on the
bottom of heads Nnmher 5 and 7 as shown on the
Drawings for Alternate No. 1 included with this
Appendix A (a total of two new sections).
Note: The bottom of each signal head must be at least
17' above the pavement surface.
®
The complete modification of the existing four
phase controller to operate on fixed time on
phases 1,2 and 3 is as follows:
Phase 1 - westbound Sandy Lake Road through
traffic and left turn traffic from west bound
Sandy Lake Road to south bound Moore Road
Phase 2 - eastbound Sandy Lake Road through
traffic and left turn traffic from eastbound Sandy
Lake Road to northbound Moore Road
Phase 3 - northbound and southbound traffic on
Moore Road
Phase 4 - is not to be used for this Alternate No.
1
Note: Emergency flashing operation shall be red in all
directions.
B. ALTERNATE NO. 2
Furnish all labor, equipment and material required
for:
a.) Installing additional span wire, wire, cables
and repositioning the existing signal heads
3.0
to achieve the layout shown on the Drawing
for Alternate No. 2 using the two (2)
existing signal poles and furnishing and
installing new poles.
The complete furnishing and installation of
one green/amber dual arrow fiber (Winkomatic
Model AFO-12 or equal) on the bottom of heads
2, 4, 5 and 7 as shown on the Drawing for
Alternate No. 2 included with this Appendix A
(a total of four new sections) and;
Note: The bottom of each signal head must be at
least 17' above the pavement surface.
aw
The complete modification of the existing four
phase controller to operate on fixed time on
phases 1, 2 and 3 and on loop detector actuation
for phase 4 is as follows:
Phase i - Fixed time phasing - westbound Sandy
Lake Road through traffic and left turn traffic
from westbound Sandy Lake Road to southbound Moore
Road
Phase 2 - Fixed time phasing - eastbound Sandy
Lake Road through traffic and left turn traffic
from eastbound Sandy Lake Road to northbound Moore
Road
Phase 3 - Fixed time phasing - northbound and
southbound traffic on Moore Road
Phase 4 - Traffic activated left turn phase for
northbound and southbound traffic on Moore Road
(activated by existing loop detectors in left turn
lanes on Moore Road)
Note: Emergency flashing operation shall be red in all
directions.
DRAWINGS
(See following two pages)
DALLAS COUNTY, TEXAS
' ~- ALTERNATE NO. I
m TRAFFIC SIGNAL MODIFICATIONS
I ~ SANDY LAKE ROAD AT MOORE ROAD
GINN. INC.
Consulttn~ En~lnoers Dallas. Texam
~,' ~-6TW ~m- TEC h~,- June, 1989
~g~l'l~'~l- :becked- JCK kill - I#= 201
ALTERNATE NO. 2
TRAFFIC SISAL M~IFICATIONS '~
GINN.