TR9301-BD 921001 CITY OF COPPELL
Bid No. Q-1092-04
BID PROPOSAL,
~ONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
TRAFFIC SIGNAL INSTALLATIONS
MaCARTHUR BLVD AT SAtVKJEEt~LVD·
AND
BETHEL RD. AT COPPELL RD.
I ~ DALLAS COUNTY, TEXAS
Prepared by:
BARTON-ASCHMAN ASSOCIATES, INC.
5485 Belt Line Roa~d, Suite 199
Dallas, Tex. a~ 75240
(214} 991-1 ~00
CITY OF COPPELL
Bid No. Q- 1092-04
BID PROPOSAL,
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
TRAFFIC SIGNAL INSTALLATIONS
MacARTHUR BLVD AT SAMUEL BLVD.
AND
BETHEL RD. AT COPPELL RD.
CITY OF COPPELL
DALLAS COUNTY, TEXAS
Prepared by:
BARTON-ASCHMAN ASSOCIATES, INC.
5485 Belt Line Road, Suite 199
Dallas, Texas 75240
(214) 991-1900
October 1992
TABLE OF CONTENTS
Cover Page
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
00020
00100
0O110
00300
OO4O0
00500
OO51O
00600
00610
00630
- Advertisement for Bids
- Instructions to Bidders
- General Instructions for Bonds
- Proposal and Bid Form
- Bid Bond
- General Conditions of Agreement (GC-1 thru GC-14)
- Standard Form of Agreement (SF-1 thru SF-2)
- Performance Bond (PB-1 thru PB-2)
- Payment Bond (PB-3 thru PB-4)
- Certificate of Insurance
00650 - Special Conditions (Supplementary Conditions)
General Notes and Specification Data (GN-1 thru GN-11)
TECHNICAL SPECIFICATIONS
DIVISION I - GENERAL REQUIREMENTS
01010
01050
01152
0131O
O1340
01700
01720
01750
- Summary of Work
- Field Engineering
- Applications for Payment
- Construction Schedules
- Shop Drawings, Product Data & Samples
- Contract Closeout
- Project Record Documents
- Warranties
SECTION 00020
Advertisement for Bids
Sealed proposals addressed to the City of Coppell, Texas for Traffic Signal Installations at
MacArthur Boulevard at Samuel Boulevard and Bethel Road at Coppell Road will be received
by the Office of the Purchasing Agent at the City of Coppell Town Cen~er Hall, 255 Parkway
Boulevard, until 2~p(~...~ .J~/e,.bor ! ~, 1 S92, 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 and/or copies may be obtained for a non-refundable payment of $35.00 per set at
the following location:
Bert on'~c hman .:~s~ociates, Inc.
5485 B.I 'n gad., Suite 199
(214) ~9~1-1 go0~ .,
i Any questions pertaining to the purcha~l~ procedure shou~ha addressed to the
Purchasing
Agent, Mr. Jim Ragsdill, st (214) 'T~'2~2,.2~ Any tech,n/i~,_a[ q. uestions should be directed to
:[L~ ~¢...-~' Ms. ShO'nr, Dsneshmsnd, Civil Engineer et (214) 3~0 1016 or to Mg. =_Keren. M. ,C..eer§e,
· ~, ,- Barton Acchman A~sacistes, Inc. ot (214) 991-190e.
The Owner reserves the right to waive any informalities or to reject any or all bids.
Each bidder must submit two (2) Original Bid Proposals and deposit with the bid, a security
in the amount, form and subject to the conditions provided in the Instructions to Bidders.
Faxed Bids will not be accepted. A bid affidavit shall be submitted and signed by the bidder.
PRINCIPLE ITEMS OF WORK INCLUDED IN THIS PROJECT ARE:
Installation of traffic signals at the intersections of MecArthur Blvd.+Semuet-~vd. and-Be*ohel-
-Rd./Coppsll Rd. in Coppell, Texas. The signal installations will consist of furnishing and
installing an eight-phase N.E.M.A. controller, pad mounted controller cabinet, signal heads,
mast arm poles, conduit, pull boxes, loop detectors, opticom detectors, signal cable, and
miscellaneous appurtenances for a complete installation as called for in the plans and
specifications.
Advertisement Dates:~ ~t'ober ~0, 1902, Nav¢..~asr 8 a~l 13, 133~
SECTION 00100
Instructions to Bidders
PART 1: GENERAL
1.1 General
A. 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 be understood as referring to the City of Coppell; Coppell,
Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and
Contract Documents, it shall be understood as referring to the City of Coppell's
City Engineer or an authorized representative.
Inspector: 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.
Bidder: An individual, firm or corporation or any combination thereof, submitting
a proposal.
Contractor: The individual, firm or corporation or any combination thereof, party
of the second part, with which the contract is made by the City of Coppell,
Texas.
Superintendent: The representative of the Contractor authorized to receive and
fulfill instructions from the Engineer and who shall supervise and direct the
construction.
B. Documents: Complete sets of the Bidding Documents may be obtained from
~,.~.~/,~..~ Ba.l, on Asch,.en A~soc;atee, Ine. upon receipt of the required payment as
: ~. ~. stated in the Advertisement for Bids. The payment is non-refundable. No
~'~"~'~ ? partial sets of plans, specification or proposal forms will be issued. No Bidding
Documents will be issued later than two (2) days prior to the date for receipt
of bids.
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. Discrepancies: Should a Bidder find any discrepancy, ambiguity, inconsistency,
error or omission from the drawings, specifications or project manual or of the
site and local conditions, or be in doubt as to their written meaning,
it
is
00100-1
1.2
1.3
requested that the Bidder promptly notify the Engineer who then will send a
written instruction or interpretation to all known holders of the documents.
Neither the Owner nor the Engineer will be responsible for any oral instructions.
Addenda: Any addenda to the drawings, specifications, or project manual
issued before or during the time of bidding shall be included in the proposal and
become a part of the contract.
Addenda will be mailed or delivered to all Bidders receiving a complete set of
Bidding Documents.
No Addenda will be issued later than four (4) days prior to the date for receipt
of bids except an Addendum, if necessary, postponing the date for receipt of
bids or withdrawing the request for bids.
Each Bidder shall acknowledge on bid proposal that he has received all Addenda
issued.
Substitutions: 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.
BIDDING
Method of Bidding: The proposal provides for quotation of a price, or prices, for
one or more bid items, which may be lump sum bid prices, alternate bid prices,
or a combination thereof. No payment will be made for items not set up on the
proposal, unless otherwise provided by contract amendment. All Bidders are
cautioned that they should include in the prices quoted for the various bid items
all necessary allowances for the performance of all work required for the
satisfactory completion of the project.
Subcontracts: The bidder is specifically advised that any person, firm or other
party to whom it is proposed to award a subcontract under this contract must
be acceptable to the Owner. It is further required that the name of the
mechanical and electrical subcontractors and any other listed subcontractor be
noted on the proposal form in the blank space provided. Failure to list these
will be sufficient grounds to reject the proposal.
BID SECURITY
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.
001 OO-2
1.4
1.5
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.
QUALIFICATION OF BIDDERS
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.
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.
Co
The Engineer and Owner reserve the right to require documented evidence of
the foregoing from the Contractor prior to award of the contract.
EXAMINATION OF CONTRACT DOCUMENTS AND SITE
Conditions of Work: Each Bidder must fully inform himself/herself 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 their 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: All Bidders, including the general Contractor and
subcontractors shall examine carefully the site of the Work to acquaint
himself/herself 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
00100-3
elm
Fo
Ho
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 the 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 a Bid, each Bidder may, at their own expense, make such
investigations and tests of the sight as the Bidder may deem necessary to
determine their 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 their
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.
The quantities of work or materials as set forth in the proposal form or on the
plans are a calculated approximation and are for the purpose of comparing the
Bids on a uniform basis. Payment will be made by the Owner to the Contractor
only for the actual quantities of work performed or materials furnished in
accordance with the contract. The quantity of work to be done and materials
to be furnished may be increased or decreased as hereinafter provided.
Obligation of Bidder: At the time of opening of bids, each Bidder will be
presumed to have inspected the site and to have read and be thoroughly
familiar with the drawings, specifications and the project manual, including all
addenda.
The submission of Bid will constitute an incontrovertible representation by the
Bidder that he/she 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 '~he Work.
O01-00-4
1.6
BID PROPOSALS
Ao
General: The Bidder shall submit two Original Bid Proposals 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.
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.
Submittal: Each Bidder shall submit their 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.
Telegraphic 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.
00100-5
OPENING OF BIOS ~/,
A. The City of Coppell, Texas (h~r~in called the "Owner") invites all Bids on the
form attached hereto, all bla,oks of which must be appropriately filled in. Bids
will be received by the Owner (cio City Purchasing Agent's Office) until 2:00
P,M, T-esSay. Novambor'-~7-~-l~9~ at City of Coppell Town Center, 255
Parkway Blvd., (Post 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 Traffic Signal Installations at
MacArthur Boulevard end Samuel Boulevard and Bethel Road and Coppell Road"
(Request for Bid No. Q-1092-04).
B. When Bids are opened publicly they will be read aloud, and an abstract of the
amounts of the base Bids and major alternates (if any) will be made available
after the opening of Bids on a bid tabulation sheet sent to all bidders.
BIDS TO REMAIN OPEN
All Bids shall remain open for ninety (90) days after the day of Bid Opening, but
Owner in his sole discretion, release Bid and return the Bid Security
may,
any
prior to that date.
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 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 organizati.ons (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 end 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 necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and
financial ability of Bidders, proposed subcontractors and other persons and
do the Work in accordance with the
organizations
to
Contract
Documents
to
00100-6
1.10
1.11
1.12
Owner's satisfaction within the prescribed time.
Owner reserves the right to reject the Bid of any Bidder who does not pass any
such evaluation to Owner's satisfaction.
If the contract is to be awarded, it will be awarded to the lowest Bidder whose
evaluation by Owner indicated to Owner that the award will be in the best
interests of the project.
If the contract is to be awarded, OWner will give the Successful Bidder a Notice
of Award within ninety (90) days after the day of the Bid opening.
After award of contract to Successful Bidder, the Contractor shall agree to
begin work within ten (10) calendar days after the date of "Notice to Proceed"
of the Owner and to fully complete the project within the stated number of
consecutive calendar days thereafter as stipulated on the bid proposal and
agreement between Owner and Contractor.
LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
In the event the Bidder's proposal is accepted, and he fails or refuses to enter
into the contract and furnish the required Performance and Payment Bonds
within fifteen (15) days after he has received notice of the acceptance of his
Bid, unless given a written extension of time by the Owner, then the Bidder will
be considered as having abandoned his proposal and his Bid Security will be
retained by the Owner as liquidated damages, IT NOW BEING AGREED that the
specified sum of the Bid Security is a air 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 state in the
proposal.
CONTRACT TIME
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:
ONE HUNDRED TWENTY (120) CALENDAR DAY. S
Extension of time of completion will be permissible in accordance with Section
4.02 of General Conditions of Agreement.
LIQUIDATED DAMAGES
Provisions for liquidated damages are set forth in the Proposal. Liquidated
damages for this project are:
TWO HUNDRED FIFTY DOLLARS ($250.00) PER CALENDAR DAY
00100-7
1.13
1.14
SUBCONTRACTORS, ETC.
If the apparent Successful Bidder, and any other Bidder so requested will within
seven (7) days after a 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 Work as to which such identification is so required. Such list
shall be accompanied by an experience statement with pertinent information as
to similar projects and other evidence of qualification for each such
Subcontractor, person and organization if requested by the Owner. If Owner
or Engineer after due investigation has reasonable objection to any proposed
Subcontractor, other person or organization, either may before giving the Notice
of Award request the apparent Successful Bidder to submit an acceptable
substitute without an increase to Bid price. If the apparent Successful Bidder
declines to make any such substitution, the Contract shall not be awarded to
such Bidder, but his declining to make any such substitution will not constitute
grounds for sacrificing his Bid Security. Any subcontractor, other person or
organization so listed and to whom Owner or Engineer does not make written
objection prior to the giving of the Notice of Award will be deemed acceptable
to Owner and Engineer.
In contracts where the Contract Price is on the basis of Cost-of-the-Work Plus
a Fee, the apparent Successful Bidder, prior to the Notice of Award, shall
identify in writing to Owner those portions of the Work that such Bidder
proposes to subcontract and after the Notice of Award may only subcontract
other portions of the Work with Owner's written consent.
No Contractor shall be required to employ any Subcontractor, other person or
organization against whom he has reasonable objection.
PERFORMANCE AND OTHER BONDS
Ao
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.
The requirement for Performance and Payment Bonds may be waived under the
following conditions:
The total contract sum is less than the amount of One Hundred
Thousand Dollars ($100,000.00).
The General Contractor agrees to one (1) lump sum payment at
completion of the project in lieu of standard monthly progress payments.
Both of the above requirements must be met for waiver of Performance and
Payment bonds to occur.
O0100-8
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 (1 5) 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) 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.
00100-9
Part 1:
1.1
GENERAL
General
Co
SECTION 00110
General Instructions For Bonds
The surety on each bond must be a responsible surety company which is
qualified to do business in Texas and satisfactory to the Owner.
The name, 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.
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.
The date of this bond must not be prior to the date of the contract in
connection with which it is given.
Amounts of bonds shall be as set forth in Paragraph 3.10 of the General
Conditions.
00110-1
SECTION 00300
Proposalend BidForm
~.~.:~ ~ I. -; ' '
FOR: Traffic Signal Installations at MacArthur Blvd~
Coppell, Texas
(Request for Bid No. Q-'1.O9.2~0'4~'-'~
TO: City of Coppell (hereinafter called "Owner")
c/o City Purchasing Agent's Office
P.O. Box 478
255 Parkway Boulevard
Coppell, Texas 75019
Gentlemen:
BIDDER, compliance your for bids for the above referenced project,
The
in
with
invitation
having examined the plans and specifications 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 pa~.
The undersigned, as BIDDER, declares that the only person or parties interested in this
proposal as principals are those name 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 8~r~d that lum~ ~um ~rie~, ma~ bo ineroa$od to eovor additionsI work ordor~d
b~ tho OW~fi~, but now ~ho~n on th~ ~l,n~ or r~quimd b~ tho S~eifieations, in accordane~
with tho ~rovi~ion~ of th~ G~n~r~l ~ondifion~. $imil~H~, th~ ma~ bo decma~d to corot
deletion of work ~o ordor~d.
BI~ horob~ 8~r~8~ to eommoneo work undor this Contract on or
,~,cifi~d in writton ~oti~, to ~roe~d~ b~ th~ OW~fi~ ,nd to {ull~ eom~let, the ~ro~ct
within 120 con~cutiv~ e~lendar d~ th~m~r ,~ ~ti~ulat~d
~0-1
further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive
calendar day thereafter as hereinafter provided in Paragraph 1.4, E of this Special Conditions.
Accompanying this proposal is a Certified or Cashier's Check payable to the City of Coppell
(Bid Bond) in the amount of ($ ), 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 PHONE NO.
BIDDER agrees to perform all the work described in the Specifications as shown on the Plans
for the following unit prices:
(Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words will govern.)
00300-2
The total amount bid includes separate material cost and services cost which
results in a Separated Contract as provided by House Bill 11 (H.B. 11). The
bidder is expected to comply with all the requirements of the State Sales Tax
Law including H.B. 11 plus separate the total contract amount into material
costs and services charges as provided below. (See instructions to Bidders
(Section 00100) for more information).
TOTAL MATERIALS COSTS:
TOTAL SERVICES CHARGES:
TOTAL AMOUNT BID:
00300-8
F
F
F
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
off 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)
00300-9
SECTION 00400
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we,
the undersigned,
· as Principal, and
as Surety, are hereby held and firmly
bound unto as Owner in the penal sum of
for payment of which, well and truly to be made, we hereby jointly and
severally bind ourselves, our heirs, executors, administrators, successors and assigns.
SIGNED, this ~ day of , 19
The Condition of the above obligation is such that whereas the Principal has submitted to
a certain Bid, attached hereto
and hereby made a part hereof to enter into a contract in writing, for the
F
NOW THEREFORE,
a. If said Bid shall be rejected, or in the alternate,
bo
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.
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.
00400-1
F
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have cased 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.)
Date:
By:.
Surety
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.
00400-2
TABLE OF CONTEN~
FOR
GENERAL CONDITIONS OF AGREEMENT
1. Definition of Terms Page
1.01 Owner, Contractor and Engineer ...................... G-1
G-1
1.02 Contract Documents .........................
G-1
1.03 Sub-Contractor . .- ..........................
G-1
1.04 Written Notice ....................... (3-1
1.05 Work ...............................
G-1
1.06 Extra Work ........................... . ' ' '
G-1
1.07 Working Day ......................... ....
G-1
1.08 Calendax Day .............................
1.09 Substantially Completed ......................... G-!
2. Responsibilities of the Engineer and the Contractor
2.01 Owner-Engineer Relationship ....................... G-2
2.02 Professional Inspection by Engineer ..................... G-2
2.03 Payments forWork . . ................. G-2
2.04 Initial Determinations .......................... G-2
2.05 Objections .............................. (1-2
G-2
2.06 T,i.es and Grades ...........................
2.07 .Contractor's Dut~ and Superintendence ................... G-2
'~2.05 Contractor's Understanding ........................ G-3
(1-3
2.09 Character of Workmen ........................
2.10 Contractor's Buildings ......................... G-3
2.11 Sanitation .............................. G-4
G-4
2.12 Shop Drawings ............ . ................
2,13 Preliminary Approval ................ G-4
2.14 Defects and Their Remedies ........... . . . . . . . . . . . . G-4
.2.15 Changes and Alterations ................... G-5
3. General Obligations and Responsibilities,
3.01 Keeping of Plans and Specifications Accessible ................ G-5
3.02 Ownership of Drawings ......................... G-5
of Design ~-5
3.03 AdequAcy ..........................
G-5
3.04 Right of Entry .............................
3.05 Collateral Contracts ........................... (1.5
3.06 Discrepancies and Omissions ....................... G-5
3.07 Equipment, Materials and Construction Plant ................. G-5
G-6
3.08 Damages ...............................
3.09
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
3.18.1
4.01
4.02
4.03
5.01
5.02
5.03
5.04
5.05
5.06
5.07
5.08
5.09
6.01
6.02
6.03
6.04
6.05
7.01
7.02
Protection Against Accident to Employees and the Public ............ G-6
G-6
Performance and Payment Bonds ....... ~ ...................
Losses from Natural Causes ....... . ~ .'~ ,/; ~.:~ ~ ~ .............. G,6
Protection of Adjoining Property.... ...................... O-6
Protection Against Claims of Sub-Contractors, Etc ................. G-6
Protection Against Royalties or Patented Invention ................ G-7
Laws and Ordinances ............................... O-7
Assignment and Subletting ............................ (1-7
Indemnification ................................. G~7
Contractor's Liability Insurance ......................... /3-8
Certificate of Insurance ............................. O-8
4. Prosecution and Progress
Time and Order of Completion .......................... (1-8
Extension of Time ................................ (1-9
Hindrances and Delays .............................. G-9
5. Measurement and Payment
Quantities and Measurements ........................... G-9
Estimated Quantities ............................... G-9
Price of Work ................................... G-9
Partial Payment .................................. ' G-10
Use of Completed Portions ............................ G-10
Final Completion and Acceptance ........................ G-10
Final Payment .................................. G-10
Payments Withheld ................................ G-10
Delayed Payments ................................ (1-11
6. Extra Work and Claims
Change Orders ...................................
Minor Changes .................................. G-11
Extra Work .................................... G-11
Time of Filing Claims .............................. G-12
Arbitration ..................................... G-12
7. Abandonment of Contract
Abandonment by Contractor ........................... G-13
Abandonment by Owner ............................. G-14
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 a~y 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 nerson 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 fo~ all materials, supplies, machin-
ery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel.
transportation and other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have a well known technical or trade meaning shall be held to refer to
such recognized standards.
1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood
to mean and include all work that may be required by the ENGINEER or OWNER to be done by
the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the
plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S
Proposal, except as provided under "Changes and Alterations", herein.
1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays,
Sundays or any legal holidays, in which weather or other conditions, not under the control of
the CONTRACTOR, will permit construction of the principal units of the work for a period of
not less than seven (7) hours between 7:00 a.m. and 6:00 p.m.
1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted.
1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant
that the structure has been made suitable for use or occupancy or the facility is in condition to
ser~e its inteaded purpose, but still may require minor miscellaneous work and ~djustment.
G-I ® .... ""'-- '""' '"'
2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR
2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will .be the OWNER'S
representative during construction. The duties, responsibilities and limitations of authority of the
ENGINEER as the OWNER'S representative during construction are aa set forth in the Contract
Documents and shall not be extended or: limited~'~,without written consent of the'OWNER and
ENGINEER. The ENGINEER will advise and consult with the OWNER, and all of OWNER'S
instructions to the CONTRACTOR shall be issued through the ENGINEER.
2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make
periodic visits to the site to familiarize himself generally with the progress of the executed work
and to determine if such work generally meets the essential performance and design features and
the technical and functional engineering requirements of the Contract Documents; provided and
except, however, that the ENGINEER shall not be responsible for making any detailed, exhaus.
t~ve, 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-
quet~ces, quality, procedures, programs, safety precautions or lack of same incident thereto or in
connection therewith. Notwithstanding any other provision of this agreement or any other Contract
Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S
or subcontractor's agents, servants or employees or any other person, firm or corporation perform-
lng or attempting to perform any of the work.
2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications·
t'or payment and supporting data, determine the amount owed to the CONTRACTOR and approve,
in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
work has progressed to the point indicated to the best of his knowledge, information and belief,
but such approva. 1 of an application for payment to CONTRACTOR shall not be deemed as a
representatioP by ENGINEER that ENGINEER has made any examination to determine how or
for what purpose CONTRACTOR has used the moneys paid on account of the Contract price.
2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims,
disputes and other matters in question between the CONTRACTOR and the OWNER relating to
the execution or progress of the work or the interpretation of the Contract Documents and the
ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI-
NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken
as if his decision had been rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract,
either party may file with the ENGINEER within thirty days his written objection to the decision,
and by such action may reserve the right to submit the question so raised to arbitration as
hereinafter provided.
2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be
furnished by the ENGINEER or his representative. Whenever necessary, construction work shall
be suspended to permit performance of this work, but such suspension will be as brief as practicable
and the COS~TRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR
shall give the ENGINEER ample notice of the time and place where lines and grades will be needed.
Ail 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 shah 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 ir given to the CONTRACTOR.
The CONTRACTOR is and at all ti.mes shall remain an independent contractor, solely
responsible for the manner and method of completing his work under this co'ntrzct, with-full
power and authority to select the means, method and manner of performing such work, so long az
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 az for the protection of the safety of the improvements being erected
and the property of himself or any other person, az a result of his operations hereunder. Engineer-
ing construction drawings and specifications as well as any additional information concerning the
work to be performed passing from or through the ENGINEER shall not be interpreted as
requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of
such drawings, specifications and any other such instructions being to define with particularity the
agreement of the parties az to the work the CONTRACTOR is to perform. CONTRACTOR shall be
fully and completely liable, at his own expense, for design, construction, installation and use, or
non-use, of all items and methods incident to performance of the contract, and for all losz, damage
or iniury 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. De{iation 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 in 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
shah 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.
G-3 ® - ,.- ,--- ,--', ,,,.,
2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the CONTRAC-
TOR in such manner and at such points as shall be approved by the ENGINEER., and their use
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 ~'~k'6r' inthat 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 ~afety of either person or property
during CONTRACTOR'S performance hereunder.
2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the
obligations of this contract for the furnishing by the CONTRACTOR of good material, and of
his performing good work as herein described, and in full accordance with the plans and specifica-
tions. No failure or omission of the ENGINEER to discover, object to or condemn any defective
work or material shall release the CONTRACTOR from the obligations to fully and .properly
perform the contract, including without limitations, the obligation to at once tear out, remove and
properly replace the same at any time prior to final acceptance upon the discovery of said defective
work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC-
TOR, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, such acceptance shall be binding on the OWNER, unless it can be
clearly shown that such material furnished does not meet the specifications for this work.
Any questioned work may be ordered taken up or removed for re-examination, by the
ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for
said work, all expense of removing, re-examination and replacement shall be borne by the
CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and
shall be paid for by the OWNER; provided that, where inspection or approval is specifically
required by the specifications prior to performance of certain work, should the CONTRACTOR
proceed with such work without requesting prior inspection or al. proval he shall bear all expense of
t~king up, removing, and replacing this work if so directed by the ENGINEER.
2.14 DEFECTS AND THEIR REMEDIES. It is further a~reed 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
aeeompanying Performance and Payment Bonds.
G-4 o · ,..- ,-,-..-., ,-
If such changes or alterations diminhh the quantity of the work to be done, they shall not
constitute the b~ for a claim for damages, or anticipated profits on the work that may be
dispensed with, except as provided for unit price items under Section 5 "Measurement and Pay-
ment.'' If the amount of work is increased, and the work can fairly be classified under the speci-
fications, such increase shall be paid for according to the quantity actually done and at the unit
price, if any, established for such work under this contract, except as provided for unit price
items under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid
for as provided under Extra Work. In case the OWNER shall make such changes or alterations az
shall make useless any work already done or material already furnished or used in said work,
then the OWNER shall recompense the CONTRACTOR for any material or labor so used,
and for any actual loss occasioned by such change, due to actual expenses incurred in prepaxation
for the work as originally planned.
3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
3.01 KEEPING OF PLA.NS 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. All drawings, specific~tioas and copies thereof furnished
by the ENGINEER shall not be reused on other work, and, with the exception of the signed
contract sets, are to be returned to him on request, at the completion of the work. All models are
the property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for
the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and
the practicability of the operations of the completed project; provided the CONTRACTOR has
complied with the requirements of the said Contract Documents, all approved modifications
thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of
proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the
said requirements of the Contract Documents, approved modifications thereof and all approved
additions and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location
on which the works herein contracted for are to be constructed or installed, by such agent or agents
as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or
installing such collateral work as said OWNER may desire.
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 az not to delay the progress of the work, or damage said CONTRAC-
TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents.
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this
contract that all work must be done and all material must be furnished in accordance with the
generally accepted practice, and in the event of any discrepancies between the separate contract
documents, the priority of interpretation defined under "Contract Documents" shall govern. In
the event that there is still any doubt as to the meaning and intent of any portion of the contract,
specifications or drawings, the ENGINEER shall define which is intended to apply to the work.
3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR
shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction,
and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not
paid for such work, until the entire work is completed and accepted.
3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple-
tion of the work by the act, neglect, omission,, mistake or default of the OWNER, or of the
ENGINEER. or of any other CONTRACTOR employed by the OWNER upon the work. thereby
causing loss to the CON?RACTOR, the OWNER agrees that he will reimburse the CONTRACTOR
for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence,
omission, mistake or default of the CONTRACTOR, or should the CONTRAC'r~R unreasonably
delay the progress of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR ~hall reimburse the OWNER for such loss.
3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of Federal, State, and
Municipal safety laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible wkh
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
hi~ discretion as an independent Contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in
standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment
of any guarantees required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed chat
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 aJ'fected by any process of construction to be undertaken under
this Agreement, from any damage or injury by reason of said process of construction; and he shall
be liable for any and all claims for such damage on account of his failure to fully protect all
adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OWNER
and ENGINEER against any claim or claims for damages due to any injury to any adjacent or
adjoining property, arising or growing out of the performance of the contract; but any such
indemnity shall not apply to any claim of any kind arising out of the existence or character
of the work.
3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER-
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been p~/id~ discharged or waived. If the CONTRACTOR fails
so to do, then the OWNER may at the option of the CONTRACTOR either pay directly s. ny
unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S
unpaid compensation a sum of money deemed reazonably sufficient to liquidate any and ~ such
lawful claims until satisfactory evidence is furnished that ail liabilities have been fully dischrrged,
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 ~ntence be con~trued~to imlxxe
obligation upon the OWNER by either' the CONTP,.ACTOR or his Surety.
3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The. CON-
TRACTOR shall pay all royalties and license fees, and shall provide for the use of anY d~,
device, material or process covered by letters patent or copyright by suitable legal ~,~,reement
with the patentee or owner. The CONTRACTOR shall defend all suits or claims for infringement of
any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER h~,mless
from any loss on account thereof, except that the OWNER shall defend dl such suits and claims
and shall be responsible for all such loss when a particular design, device, material or process or
the product of a particular manufacturer or manufacturers is specified or required by the ~)WNER;
provided, however, ff choice of alternate design, device, material or process is allowt~d to the
CONTRACTOR, then CONTRACTOR shall indemnify ~nd save OWNER l~rrnless from any loss
on account thereof. It' ti;e material or process specified or required by the OWNER is an infringe-
ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such
information to the OWNER.
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at ,Il times observe ~nd comply
with all Federal, State and local laws, ordinances and regulations, which in any manner ~ffect the
contract or the work, and shall indemnify and save harmless the OWNER ~nd ENGINEER ~gainst
any claim arising from the violation of any such laws, ordinances, and regulations whether by the
CONTRACTOR or his employees, except wfiere such violations ~re called for by the provisions
of the Contract Documents. If the CONTRACTOR observes that the pl~ ~nd specifications are
at variance therewith, he shall promptly notify the ENGI~'EER in writing, ~nd any necessary
changes shall be adjusted az 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 reguhtions,
and without such notice to the ENGINEER, he shall b~ar all costs ~rising therefrom. In c~ze the
OV,~ER is a body politic and corporate, the law from which it derives its powers, insofar az the
same regulates the objects for which, or the manner in which, or the conditions under which the
O~,~,~ER may enter into contract, shall be controlling, ~nd shall be considered az p~rt of this
contract, to the sarae effec:, az though embodied herein.
3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further ~,rees zh~ 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 otherwir~, or sublet said contract without the
written consent of the ENGLN'EER, and that no p~rt or feature of the work will be sublet to
anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further zgree~
that the subletting of any portion or feature of the work, or rnateri~ required in the l~rformance
of this contract, shall not relieve the CON'TRACTOR from his full obligation~ to the OWNER, u
provided by this Ag~.eement.
3.17 INDEMNIFICATION. The CONTRA~R shall defend, indemnify and hold harmless
the OWNER and the ENGINEER and their respective officers, ~gents and employees, from a~d
against all: damages, claims, losses, demands, suits, judgments and costs, including reuonable
attorneys' fees and expenses, arLsing out of ot resulting from the performance of the work,
provided that any such damages, claim, loss, demand, suit, judgment, cost or expense:
(1) Is attributable to bodily injury, sickness, disease or death or to injury
to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom; and,
G.7
(2) Is caused in whole or in p~rt by ~ny negligent act or omission of the
Contractor, any Subcontractor, ~nyone directly or indirectly employed
by ~ny one of them or anyone for whose act~ shy of them may be
liable, regardless of whether or not it is caused in p~rt by a party
indemnified hereunder.
The obligation of the CONTRA~OR Under this Paragraph shall not extend to the liability
of the ENGINEER, his agents or employees arising out of the preparation or approval of mai~,
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the
failure to ~ive directions or instructions by the ENGINEER, his agents or employees, provided
such ~iving or failure to ~ive is the prima~ cause of the injury or damage.
3.18 INSU~CE. The CO~RACTOR 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 operation~
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 compensation claims, disability benefits and other similar
employee benefit act~;
(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 claimi insured by usual
bodily injury liability coverages; and '
(4) Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC-
TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and the
ENGINEER. Such Certificates shall contain a provision that coverages afforded under the policies
will not be cancelled until at least fifteen days' prior written notice has been given to the OWNER.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering
all sub-contractors.
4. PROSECUTION AND PROGRESS
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract.
unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute
his work at such times and seasons, in such order of precedence, and in such manner as shall be
most conducive to economy of construction: provided, however, that the order and the time of
prosecution shall be such that the work shall be substantially completed as a whole and in part. in
accordance with this contract, the plans and specifications, and within the time of completion
designated in the Propos~l; provided, also, that when the OWNER is having other work done, either
by contract or by his own force, the ENGINEER may direct the time and manner of constructing
the work done under this contract, so that conflict will be avoided and the construction of the
various works being done for the OWNER shall be harmonized.
The CONTRACTOR shall submit, at such times as may reasonably be requested by the
ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to
carry on the work, with dates at which the CONTRACTOR will start the several parts of the work.
and estimated dates of completion of the several parts.
~' 4~02 'EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion
of the work ~oy any act or neglect of the OWNER or ENGINEER, or of ~ny 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 c~rriers, 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 £ime shall be allowed for completing the .work, sufficient to
compeasate 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 ca-~e shid work shall be stopped by the act of the OWNER, then such expense as in the judgment
of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the
CONTRACTOR.
5. MEASUREMENT AND PAYMENT
. : 5.0i QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any kind will be allowed, but the actual measured and/or computed length, area, solid contents,
number and weight only shall be considered, unless otherwise specifically provided.
' 5.02 ESTIMATED QUAuNTITIES. 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
£o b'e 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.
]: is understood ind 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.
Wher~ payment is based on the unit price method, the CONTRACTOR agrees that he will
n~ake no claim for damages, anticipated profits or otherwise on account of any differences which
rnav be found between the quantities of work actually done, the material actually furnished
~nc~er this contract and the estimated quantities contemplated and confined in the proposal;
~provided, however, that in case the actual quantity of any maior item should become as much
'as 20~ morb 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 "Ma'jor I~em" shall be construed to be any individual bid item incurred in the proposal ~hat
"has' a ~otal cost equal to or grea~er than five (5) per cent of the total contract cost, computed on the
'basis of the proposal quantities and the contract unit prices.
"' Any revised consideration is to be determined by agreement between the parties, otherwise
?:'i,.'the term? of this Agreement, as provided under "Extra Work."..
· '~"~ "5'.03 "PRICE OF WORK. 'In consideration of the furnishing of all the n'ecessary labor,
'eq~'ipment ~nd 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
i~:onformity 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
chis Agreement. G-9
5.04 PARTIAL PAYMENTS. On Or before the?10th day of each month, the CONTRACTOR
shall prepare and submit to the ENGINEER for approval or modification a statement showing as
completely as practicable the total value of the Work done by the CONTRACTOR up to and
including the last day of the preceding month; said statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current
month the total amount of the approved~statbment.,';~ less I0 per cent of the amount thereof,
which 10 per cent shall be retained until final payment, and further less all previous payments
and all further sums that may be retained by the OWNER under the terms of this Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the
OWNER may-upon written recommendation of the ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S
option, may be relieved of the obligation to fu!!y complete the work and, thereupon, the CON-
TRACTOR shall receive payment of the balance due him under the contract subject only to the
conditions stated under "Final Payment."
5.05 USE OF COMPLETED PORTIONS. Tile OWNER shall have tile 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 tile 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 tile 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
Document~.
5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CON-
TRACTOR has given the ENGINEER written notice that the work has been completed, or
substantially completed, the ENGINEER and tile OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in accordance with
tile Contract Documents, tile ENGINEER shall issue to the OWNER and the CONTRACTOR his
Certificate of Completion, and thereupon it shall be the duty of the OWNER.within ten (10) days
to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC-
TOR in writing of the reason for non-acceptance.
5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI.
NEER shall proceed to make final measurements and prepare final statement of the value of all
work performed and materials furnished under the terms of the Agreement and shall certify same
to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day, and before the
35th day. after the date of the Certificate of Completion, the balance due the CONTRACTOR
under the terms of this Agreement, provided he has fully performed his contractual obligations
under the terms of this contract; and said payment shall become due in any event upon said
performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the 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
~,vidence, 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-lO e) -,
(a) Defective work not remedied.
(b) Claims fi]ed or reasonable evidence indicating probable filing of claims.
(c) Failure of the CO~FRACTOR 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 ~e contract amount.
(f) Reasonable indication that the work will not be completed within
the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment
shall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRAC-
TOR of the sum named in any partial or final statement, when payment is due, then the OWNER
shall pay to the CONTRACTOR, in addition to the sum shown as due by such .statement, interest
thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as
provided under "Partial Payments" and "Final Payments," until full./ paid, which shall ,fully
liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right
is expressly reserved to the CONTRACTOR in the event payments be not promptly made,
as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
6. EXTRA WORK AND CLAIMS
6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any
time or from time to time, order additions, deletions or revisions to the work; such changes will
be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER
and the CONTRACTOR. The Change Order shall set forth the basis for any change ir, contract
price, as hereinafter set forth for Extra Work, and any change in contract time which may result
from the change.
In the event the CONTRACTOR shall refuse to execute a Change Order which has been
prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing
instruct the CONTRACTOR to proceed with the work as set forth in th~ Change Order and the
CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
inconsistent with the overall intent of the Contract Documents and not involving an increaze in
Contract Price. If the CONTP,.A~R believes that any minor change or alteration authorized
by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price,
the CONTRACTOR shall make written request to the ENGINEER 'for a written Field~ Order.
In such case, the CONTRACTOR by copy of his communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written
Field Order and that the work involved may result in an increase in the Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
~6.03 EXTRA WORK: It is agreed that the basis of compensation to the CONTRACTOR for
work either added or deleted by a Change Order or for which a claim for Extra Work is made shall
be determined by one or more of the following methods:
Method (A)--By agreed unit prices; or
Method (B)'-By agreed lump sum; or
Method (C)--I/ neitl~r Method (A) nor Method (B) be ~greed upon before
the Extra Work is commenced, then the CONTRACTOR shall
be paid the "actual field cost" of the work, plus fifteen (15)
percent.
In the event said Extra Work be performed mad paid 'for under Method (C), then the pro-
visions of this paragraph shall apply and the "actual field cost" is hereby dell-ed to include the
cost to the CONTRACTOR of all workmen, such az 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 tr~n-,portation charges necessarily
incurred, together with all power, fuel, lubricants, water and similar operating expenses, ~o 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 az 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; oUherwise these matters shall be determined by the CONTRACTOR. Unless
otherwise ~greed upon, the prices for the use of machinery and equipment shall he determined by
using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership
Expense adopted by the .4z.sociated 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" az 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 shah make written request to the ENGINEER for written order authorizing
such Extra Work. Should a difference of opinion arise az to what does or does not constitute
Extra Work, or az to the payment therefor, and the ENGINEER iniists upon its performance,
'the CONTRACTOR shall proceed with the work ~fter making written request for written order
and shall keep an accurate account of the "actual field cost" thereof, az provided under Method
(C). The CONTRACTOR will thereby presage the right to submit the matter of payment to
arbitration, az hereinbelow provided.
6.04 TIME OF FILING CLAIMS. It is further agreed by both parties hereto that
questions of dispute or adjustment presented by the CONTRACTOR shall be ia writing ~-d
filed with the ENGINEER within thirty (30) da:~ ~fter the ENGINEER has given ~ny directions,
order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER
shall reply within thirty (30) days to such written -xceptio-, by the CONTRACTOR and render
his final decision ia writing. Ia 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 al:er the date of delivery to CONTRA~R 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 claim by either
party, except where noted otherwise in the Contract Documents.
6.05 ARBITRATION. All questions of dispute under, this Agr~ment shall be submitted
to arbitration at the request of either party to the dispute. The parties may agree upon one
arbiter, otherwize, there shall be three, one named in writing by each party, ~nd the third chosen
G-12 ® ,, ,,- ,-.. ---- ,,,,
by the two arbiter~ so selected; or if the arbiter~ fail to select a third wRhin ten (10) days,
he shall be chosen by a District Judge serving the County in which the major portion of the
project, is located, unless otherwise specified. Should the party demanding arbitration fail to
name an arbiter within ten (10} days of the demand, his right to arbitrate shall lapse, and the
decision of the ENGINEER shall be final .and binding on him. Should the Other party fail to
choose an arbiter within ten (10) days, the ENGINEER shall appoint such arbiter. Should either
patay refuse or neglect to supply the arbiters with any papers or information demanded in
writing, the arbiters are empowered by bc~th parties to take ex parte proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both
parties to the contract. The decision of the arbiters upon any question submitted to arbitration
under this contract shall be · condition precedent to any right of legal action. The decision of
the arbiter or arbiters may be filed in court to carry it into effect.
The arbiters, if they deem the case demands it, are authorized to award the party whose
contention is sustained, such sums as they deem proper for the time, expense and trouble incident
to the appeal, and if the appeal was taken without reasonable cause, they may award damages for
any delay occasioned .thereby. The arbiters shall fix their own compensation, unless otherwise
provided by agreement, and shall assess the cost and charges of the axbkration, upon either or both
parties. The award of the arbiters must be made in writing.
7. ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon
and fail or refuse to. resume work Within ten (10) days after written notification from the O~A~'ER,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are consistent ,with the Contract Documents, then, and in that case, where
performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR shall not remove from the
work any machinery, equipment, tools, materials or Supl~lies then on the job, but the same,
together with any materials and equipment unde~r contract fo~ the work, may be held for use on the
work by the OWNER or the Surety on the perfpr~nce bond, or another contractor in completion
of the work; and the CONTRACTOR shall not ~ec~ive any rental or credit therefor '(except when
used in connection with Extra Work, where credit shall be allowed as provided for under Section 6,
Extra Work and Claims), it being understood thatithe use of such equipment and materials will
ultimately reduce the cost to complete the work an~be reflect.ed im the final settlement.
Where there is no performance bond provided or in ease the Surety should fail to commence
compliance with the notice for completion hereinbefore provided for, within ten (10) days after
service of such notice, then the OWNER may provide for completion of the work in either of the
following elective manners:
7.01.1 The OWNER may thereupon employ such force of men and use such machinery,
equipment, tools, materials and supplies ~z said OWNER may deem necessary to complete the
work and charge the expense of such labor, machinery, equipment, tools, materiah and supplies
to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out
of such moneys as may be due, or that may thereafter at any time become due to the CONTRAC-
TOR under and by virtue of this Agreement. In case such expense is less than the sum which would
have been payable under this contract, if the same had been completed by the CONTRACTOR,
then said CONTRACTOR shall receive the difference. In c~ze such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said
CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such
excess to the OWNER; or
'/.01.2 The OWNER under sealed bids, after five (5) days notice published one or more
times in a newspaper having general circulation in the county of the location of the work, may
let the contract for the completion of the work under substantially the same terms and conditions
which are provided in this contract. In case any increase in cost to the OWNER under the new
contract as compared to what would have been the cost under this contract, such increase shall be
charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However,
should the cost to complete any such new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credked
therewith. G-13 ~ ' '"' '"" "'"
When the work shall have been substantially completed the CONTRACTOR and his Surety
shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06
hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified to
by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR
and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may
be, shall pay the balance due as reflected by said st. atement, within fifteen (15) days after the date
of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is less
than that which would have been the cost to the OWNER had the work been completed by the
CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety
shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment,
tools, materials or supplies left on the site of the work shall be turned ~ver 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 O~,'NER within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies
on the site of the work, notice thereof, together with an itemized list of such equipment and
materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses
designated in this contract, provided, however, that actual written notice given in any manner will
satisfy this condition. After mailing, or other giving of such notice, such property shall be held at
the risk of the CONTRACTOR and his Surety subject only to the duty of the 09,,~ER to exercise
ordinary care to protect such property. After fifteen (15) days from the date of said notice the
OV~ER ma)' sell suc}', machinery, equipment, tools, materials or supplies and apply the net sum
derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made
at either public ot private sale, with or without notice, as the OWNER ma)' elect. The OV,.~ER
shall release any machinery, equipment, tools,'-materials, or supplies, which remain on the work,
and belong to persons other than the CONTRACTOR or his Surety, to their proper owners.
The books on all operations provided herein shall be open to the CONTRACTOR and his Surety.
7.02 ABANDONMENT BY OWNER. In case the OV~'~ER shall fail to comply with the
terms of this contract, and should fail or refuse to comply with said terms within ten (10) days
after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate
of the total amount earned by the CONTRACTOR, which estimate shall include the ~'alue of ali
work actually completed by said CONTRACTOR (at the prices state~[ in '~he attached proposal
where unit prices are used), the value of all partially completed work at a fair and equitable
price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above estimate all previous payments by the O%,~ER and all other sums that may be
retained by the O~,VNER under the terms of this Aareement 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 S, 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 S~te of Texas, acting through
thereunto duly authorized so to do,
,Party of the First Part, hereinafter termed OWNER. and
of the City of. , County of
and State of , Party of the Second Part, hereir~fter 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 s~id 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 az follows:
and all extra work in connection therewith, under the terms as stated in the General Conditions
of the Agreement and at his (or their) own proper cost and expense to furnish all the materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories
and services necessary to complete the said construction, in accordance with ~he 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, az prepared by
herein entitled the ENGINEER, each of which ha.~ bee,s identified l,y the CONTRACTOR and
the ENGINEER, together with the CONTRACTOR'S written Propo.~al, the General Conditio..~
of the Agreement. and the Performs.ce and Payment Bu.d,~ beret, attached; all of which are made
a part here,,f ami c,,llectively evidence a.d constitUte the entire contract.
The CONTRACTOR hereby agrees to commence work within ten (10) days after the date
written notice to do so shall have been ~iven to him. and to substantially complete the same
calendar days
within workinff days after the date ~'the':~ritten 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 contact, such payments to be subject to the General
and Special Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents l~ve executed this Agreement in
the year and day first above written.
Piny of the First Pan (OWNER)
AT'TEST:
Par~¥ of the Second Part (CONTRACTOR)
By:
ATTEST:
SF-2
PERFORMANCE BOND
STATE OF TEX~
COUNTY OF,
KNOw ALL MEN BY THESE PRESENTS: That,
. of the City of..
County of , and State of
principal, and
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and fh-mly bound unto (Owner),
ia the penal sum of Dollars ($
for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and ,,.,igns, 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
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
~aid Principal shall faithfully perform stid 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 said Contract and the Plans and Specifications hereto annexed,
then this obligation shall be void; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in accordance with the provisions of
said Article to the same extent as if it were copied at length herein."
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 change, ex~er~ion of t~ne, ~lter~tion or ~ldit~on
to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS W~IEREOF, the said Principa/ and Surety have si~ned and ~aled this instru-
ment this.., day of ,19 .
Title. Title
Addras~ Address
The name and address of the Resident Agent of Surety is: 'il
.]
,]
PAYMENT BOND
STATE OF TEXAS
COUNTY OF
KNOW' ALL MEN BY THESE PRESENTS: That
of the City of
County of , and State of , as
principal, and
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 (S-
for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the day of , 19 , ~o
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH. that if the
said Principal shall pay all claimants supplying labor and material to him or a subcontractor
in the prosecution of the Work provided for in said contract, then, this obligation shall b.e void;
othe,w~ise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of
the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, ext--.ion of t/me, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings ~ccompanyi~:g tbs same, shall in anyw/se affect its obligation on this
PB-3
[ [ I
bond, and it does hereby waive notice of any such change, e. xtension of time, alteration or addition
to the terms of the contract, or to the work to be performed thereu~ler.
IN V, TI'NESS WHEREOF, the said Principal and Surety have sii'ned and sealed this instru.
ment this day of ., 19 .
Principal
Title Title
Address , Address
S~r~7
The name and address of the Resident Agent of Surety is:
PB-4
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.
00630-1
SECTION 00650
Special Conditions
1.1 INDEX TO SPECIAL CONDITIONS
PARAGRAPH
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17
1.18
1.19
1.20
1.21
1.22
GENERAL
DEFINITION OF TERMS
MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT
CONTRACT EXECUTION & ISSUANCE OF WORK ORDER
STATE & CITY SALES TAX
EXISTING STRUCTURES
PROTECTION & RESTORATION OF PROPERTY
REFERENCE SPECIFICATIONS
SUBSURFACE CONDITIONS
SERVICE OF MANUFACTURER'S REPRESENTATIVE
PLANS AND SPECIFICATIONS AVAILABILITY
SUBCONTRACTORS
CONTRACTOR'S RESPONSIBILITY FOR UTILITIES & SERVICES
MANUFACTURER'S DIRECTIONS
SANITARY FACILITIES
GUARANTEE OF WORK
FINAL INSPECTION
PERMITS & LICENSES
NOTICE OF REQUIREMENT FOR CERTIFICATION OF
FACILITIES
TESTING
GENERAL NOTES
PAGE NO.
00650-1
00650-1-3
00650-3-9
00650-10
00650-10
00650-10
00650-11
00650-11-12
00650-12
00650-12
00650-12
00650-12
00650-13
00650-13
00650-13
00650-13
00650-14
00650-14
NON-SEGREGATED
00650-14
00650-14
.OO650-14-17
1.2
1.3
SECTION 00650
Special Conditions
General
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 Article, Paragraph, Subparagraph or Clause shall remain in
effect.
Definition of Terms
Wherever the words, forms or phrases defined herein or pronouns used in their place
occur in these Specifications, in the Contract, in the Bonds, in the advertisement, or
any other document or instrument herein contemplated, or to which these
specifications apply or may apply, the intent and meaning shall be interpreted as
follows:
Ao
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.
Bo
Engineer: Wherever the word "ENGINEER" is used in the Specifications and
Contract Documents, it shall be understood as referring to the City of Coppell's
City Engineer or an authorized representative.
Advertisement: All 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's duly authorized representative
submitting a proposal for the work contemplated.
Contract: 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.
Contractor: 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.
Payment Bond: The approved form of security furnished by the Contractor and
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
00650-1
Ho
Jo
Ko
Mo
No
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 surety as a guarantee of good faith on the part of Contractor to execute
the work in strict accordance with the Plans, Specifications and terms of the
Contract, and that the Contractor will maintain the work constructed by him in
good condition for the period of time required; said security shall be in
accordance with the provisions of Article 5160, Revised Civil Statutes of
Texas, as amended by Acts of the Regular Session of the Legislature, 1959.
Plan or Plans: All the Drawings pertaining to the Contract and made a part
thereof, including any supplementary drawings or addenda as the Engineer may
issue in order to clarify other drawings, or for the purpose of showing changes
in the work hereinafter authorized, or for showing details not shown thereon.
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 Guaranty: The security designated in the advertisement and Proposal,
to be furnished by each bidder as a guaranty of good faith to enter into a
Contract with the City of Coppell and execute the required bonds for the work
contemplated after the work is awarded, and payment of damages upon 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.
Sureties: The corporate bodies which are bound by such bonds as are required
with and for the Contractor. Said sureties engaged to be responsible, for the
entire and satisfactory fulfillment of the Contract, and for any and all
requirements as set out in Specifications, Contract or Plans.
The Work: All work, including the furnishing of labor, materials, tools,
equipment, and incidental, to be performed by the Contractor under the terms
of the Contract.
Working Day: A working day is defined as: a calendar day including Saturdays,
Sundays, or legal holidays in which weather or other conditions not under the
00650-2
1.4
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),
Calendar Day: A "Calendar Day" is any day of the week or month, no days
being accepted.
Modifications of General Conditions of A,g~ement
The following designated items of the General Conditions of Agreement are modified
as follows:
Ao
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.
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 poi.nts where his
operations interfere in any manner with traffic flow. Flagmen shall be English
00650-3
speaking, courteous, well informed, physically and mentally able effectually to
perform their duties in safeguarding and neatly attired and protecting the Work,
and shall be Flagmen, when directing traffic, shall use standard flagging
procedures set forth in the "Instructions to Flagmen" published by the Texas
Department of Transportation formerly (Texas State Department of Highways
and Public Transportation.)"
"The Contractor shall provide, cor~struct 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. All 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,
"Traffic Controls for 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."
Paragraph 3.0 - 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 therefore due, to Contract modifications,
guaranteeing faithful performance of the work and fulfillment of
the obligations of the Contract. The Performan. ce 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.
Performance and Payment Bonds shall be from an approved surety
company holding a permit from The State of Texas to act as surety or
00650-4
surety or acceptable to
other
sureties
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:
1. Commercial General Liability insurance at minimum combined single
limits of $1,000,0000 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.
2. Workers Compensation insurance at statutory limits, including
employers' liability coverage at minimum limits of $500,000.
3. Commercial Automobile Liability insurance at minimum combined single
limits of $1,0000,000 per-occurrence for bodily injury and property
damage, including owned, non-owned, and hired-car coverage.
4, Ali-Risk Builders' Risk insurance at completed value if the contract is for
the construction of structure
a
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: .· .~.-
1. Named insured wording whi~includes the Contractor, the City of
Coppell and~ffcr:-~.schi~aff A~J~ate~, 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 B~
. Aschman Asseei~te~, I~e. with respect to the Builders' Risk Workers
00650-5
Eo
compensation insurance.
The policy shall be endorsed to require the insurer to immediately notify
the City of Coppell and ~,~-t~-A~[um Ae~ge~,~rJ~.. 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.
All 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:
The company is licensed and admitted to do business in the State of
Texas.
The company's forms have been approved by the Texas State Board of
Texas.
3. Sets forth all endorsements as required above.
The City of Coppell and - ' , 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 completion of all
items of work for this project shall be 120 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
00650-6
4.02
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 uninterruptedly 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 completion of the work described herein is a reasonable time
for the completion of same, taking into consideration the average
climatic range and usual conditions prevailing in this locality.
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
AND 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
Contractor 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. Provided, that the Contractor shall not be charged
with liquidated damages or any excess cost when the Owner
determines that the Contractor is without fault and the
Contractor's reasons for the time extension are acceptable to the
Owner; Provided further, that the Contractor shall not be charged
with liquidated damages or any excess cost when the delay in
completion of the work is due:
ao
To any preference, priority or allocation order duly issued
by the Government;
00650-7
Fo
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
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 (1-0) days from the beginning of such delay,
unless the Owner shall grant a further period of time prior
to the date of final settlement of the Contract, notify the
Owner, in writing, of the causes of the delay, who shall
ascertain the facts and extent of the delay and notify the
Contractor within a reasonable time of its decision in the
matter.
Paragraph 5.04 - Partial Payments, is deleted in its entirety and the following
substituted therefore:
"On or before the tenth of the month, the Contractor shall prepare and submit
to the Engineer for approval a statement showing as completely as practicable
the total value of the work done by the Contractor up to the last day of the
previous month; said statement shall also include the value of all sound
materials delivered and stored on the job site of the work that are to be
fabricated into the work.
"The Owner shall then pay the Contractor after the fourth (4th) Tuesday after
receiving City Council Approval. The amount paid shall be the total amount
less five (5) percent of the amount if total project estimated cost exceeds
$400,000 or ten (10) percent of the amount if the estimated project cost is less
than ~400,000, which percent retained shall be held until final payment, and
further less all previous payments and all further sums that may be retained by
the Owner under the 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."
00650-8
1.5 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER
1.6
1.7
1.8
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."
STATE AND CITY SALES TAX
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.
This Contract is issued by an organization which qualifies 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 ih 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.
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
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.
PROTECTION AND RESTORATION OF PROPERTY
The Contractor shall be responsible for the preservation from injury and damage,
resulting directly or indirectly from the execution of the work under this Contract, of
all public and private property adjacent to the work. He shall use every precaution to
prevent the damage or destruction of buildings, poles, trees, shrubbery and lawns.
00650-9
Also, structures such as wires, cables, etc.; within or without the work
underground
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.
REFERENCE SPECIFICATIONS
Reference to ASTM, or others as listed below, shall be considered as referring to the
Specifications or Method of Test as set forth by those various organizations and shall
be considered as part of these Specifications when designated as such. Abbreviations
and meanings are as 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
U.L ......................................Underwriters Laboratories
N.E.M.A .................... National Electrical Manufacturers Association
W.P.C.F ............................. Water Pollution Control Federation
T.x.D.O.T ......................... Texas Department of Transportation
C.D.G.S ........................... City of Dallas General Specifications
S.S.P.W.C.N.C.T ................. Standard Specifications for Public Works
._- . Construction North Central Texas
~"' '"- , ,~'-;.~' ~,,.-.' ... t;f/J; .' ,
.I'0'~..SIJI~SURFACE CONDITIO~IS ' ~'~'~
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.
00650-10
1.11 SERVICE OF MANUFACTURER'S REPRESENTATIVE
1.12
1.13
1.14
1.15
The Contractor 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.
PLANS AND SPECIFICATIONS AVAILABILITY
The Engineer will provide the Contractor with six (6) copies of Plans and Specifications
in addition to the Contract Sets provided for use on the project. Additional copies may
be purchased by the Contractor for the cost of printing. Reproducibles required for as-
builts will be paid for by the Contractor. Engineer will provide the original Drawings.
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.
CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVICES
The Contractor shall make his own investigations and be fully responsible for locating
and taking care not to damage any gas, water, sewer, or telephone lines. The
Contractor shall not begin any operations which may interfere with or impair the
normal service being rendered by public utility operators. The Contractor will be held
responsible for the protection of the property or service of public utilities within the
limits of the Work. In case that such physical properties conflict with the performance
of the Contract, it shall, be the Contractor's responsibility to anticipate such conflicts
and to give advance notice thereof to the owners of the utility.
The Contractor will be responsible for any damages done by him to any utility structure
whether owned by a public or private agency. Damage of whatever nature to the
existing facilities shall be repaired immediately at the Contractor's own expense as
directed by the Engineer.
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.
00650-11
1.16 SANITARY FACILITIES
1.17
1.18
1.19
1.20
1.21
1.22
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.
GUARANTEE OF WORK
All work shall be guaranteed against defects resulting from the use of inferior
materials, equipment or workmanship for two years from date of final completion and
acceptance of the project.
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.
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.
NOTICE-OF-REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES
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.
TESTING
All required testing will be paid for by the City of Coppell. Any retesting required will
be at the expense of the Contractor. Testing requested by the Contractor for his own
use to ascertain whether or not complying with the Specifications will be paid for by
the Contractor.
GENERAL NOTES
1. The City of Coppell will award the project to the Contractor who submits the
best proposal at the best bid price. The equipment and material proposed must meet
all of the technical specifications that are included in this bid document. The
00650-12
Contractor will be required to submit, with his bid, complete technic~al information
which covers all proposed equipment in detail. If the Contractor proposes to supply
equipment that is not in 100% compliance with these specifications, he shall submit
a detailed listing of each item that is in conflict with these specifications. This listing
shall also explain why, on an item by item basis, the equipment should be considered
for use on this project. This information will be taken into consideration prior to
determination of the best bid. The Contractor shall be aware of the fact that any
exceptions taken may be judged by the engineer to be inferior and therefore will be
grounds for rejection of the bid. If the Contractor is proposing equipment that is in
100% compliance with the specifications, he shall attach a statement to that effect
to his bid.
2. The Contractor shall plan his work sequence in a manner that will cause the
minimum interference with traffic during construction operation. Access to facilities
must be maintained at all times throughout the duration of the construction. Before
beginning work on the project, the Contractor shall submit for approval by the Engineer
a Plan of Construction Operations.
3. If, at any time during construction, the Contractor's proposed plan of operation
for handling traffic does not provide for safe and comfortable movement, the
Contractor shall change his operation to the extent necessary to correct unsatisfactory
conditions. Any major correction must be approved by the Engineer.
4. The Contractor shall provide the necessary signing and warning devices as
shown in the plans to protect motorists during construction. Flagmen shall be used
if any street is closed to one lane of traffic. Any vehicles which stand in or block any
portion of roadway shall be equipped with rotating beacons or strobe lamps. These
lamps shall be illuminated at all times that the vehicle is blocking any portion of
roadway without exception. Any operation which requires a lane to be blocked shall
occur only between the hours of 9:00 a.m. and 4:00 p.m.
5. Part VI, "Traffic Controls for Street and Highway Construction and Maintenance
Operations" of the "Manual on Uniform Traffic Control Devices" shall be adhered to
throughout the duration of this project. "Construction Ahead" and "End Construction"
signs, with the barricades shall be installed at the beginning and end of the project.
6. The Contractor will be held responsible for placing and maintaining all necessary
barricades, vertical panels with flashers and signs to provide maximum safety to the
motorist. All barricades and signs shall be kept clean and broken ones will be replaced.
The Contractor should use good judgment when considering the safety for motorists.
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.
00650-13
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 full compliance with applicable electrical codes and receive a green
tag signifying this from the City of Coppell Building Official for the work.
10. The items under which payment is to be made are as listed in the summary of
quantities. Any reference to other items in the technical specifications as pay items
is hereby deleted. Only the provisions for construction requirements of such items are
to be complied with.
11. The traffic signal mast arms and poles shall have a brown painted finish to
match existing poles such as the ones located along Denton Tap Road. 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 1
year maintenance period.
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.
00650-14
17. 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).
00650-15
GENERAL NOTES AND SPECIFICATION DATA
Ge~neral .
Texgas State Law, Article 1436C, makes unlawful the operation of equipment or machines
within 10 feet of any overhead electrical line unless danger against contact with high voltage
overhead lines has been effectively guarded against pursuant to the provisions of the article.
When construction operations require working near an overhead electrical line, the contractor
shall contact the owner/operator of the overhead electrical line to make adequate
arrangements and to take necessary safety precautions to ensure that all laws, electrical line
owner/operator requirements, and standard industry safety practices are met.
The construction, operation and maintenance of this proposed project will be consistent with
the stat~ im@lementatio, n plan as prepared by the Texas Air Control Board.
'~'~Barribade-~ Si'~ns ~nd Traffic handling *
The Traffic Control Plan (TCP) for this project.shall be as detailed on standard plan sheet 1-82-
80-11BTS and as provided for in the "Texas Manual on Uniform Traffic Control Devices for
Streets and Highways."
All barricades shall have TY C -- high specific intensity sheeting.
Conduit
The Contractor shall secure permission from the proper authority and the approval of the
engineer before cutting into or removing any walks or curbs, which might be required in
making the installation.
When conduit is laid in a trench, the minimum depth as measured to the top of the conduit
shall be 18 inches.
The location of conductor, conduit and ground boxes are diagrammatic only and may be
shifted by the Engineer to accommodate field conditions.
Where a trench is cut through the surfaced parking shoUlder, median or driveways for laying
conduit, the base and surfacing shall be replaced with similar materials equal in appearance
and quality to the original construction. Replacing base and surface will not be paid for
directly, but will be considered subsidiary to the work being performed.
Conduit shall be placed under existing pavement by an approved jacking or boring method
unless otherwise directed by the Engineer. Pits for jacking or boring shall not be closer than
2 feet from the edge of the pavement unless otherwise directed by the Engineer. Water
jetting will not be permitted.
When boring is used for under pavement conduit installations, maximum allowable overcut
shall be 1" in diameter.
GN-I
~ When conduits are bored or~J~'-~the vertical and horizontal tolerances shall not exceed ,.
' 18 inches as measured fr0~m the intended target point.
The saw cut trench detail shown in the plans for installation of conduit under existing
!
pavement shall only be used at locations where conduit cannot be jacked or bored. The use
of the saw cut trench shall only be made at locations approved by the Engineer.
The use of a pneumatically driven device for punching holes beneath pavement (commonly
known as a "missile") will not be permitted on this project.
E For conduit runs in excess of 250', the contractor may install ground boxes at his own
expense, at the direction of the engineer, for use in pulling cable.
?
[. When Holes are required to be drilled through concrete structures at headwalls, etc., a coring
device shall be used. Masonry or concrete drills shall be prohibited.
A cleaner-primer shall be used on all PVC to PVC joints before application of PVC cement.
Structurally mounted junction boxes will be as detailed in the plans and approved by the
Engineer in the field. These boxes will not be paid for directly but will be considered
subsidiary to this item.
F under the railroad tracks shall maintain minimum of 42" below the
Conduit
placed
a
depth
bottom of the ties.
Conduit installed for future use shall have~pull-uei~e-installed and shall be capped using
standard weather tight conduit caps, as approved by the Engineer. This work shall not be
paid for directly but shall be considered subsidiary to this item.
Ground Box (Pull Box) .
E Ground box (pull box) dimensions shall be as detailed in the plans. Construction of the - :',.,'
shall be polymer concrete reinforced by heavy-weave fiberglass. Polymer concrete shall
consist of an aggregate (sand and gravel) bound together with a monomer (resin) and then
E polymerized (hardened).
All boxes shall be designed to meet the American Association of State Highway and
E Transportation Officials (AASHTO) Standard Specification for H20 loading.
All covers shall be hot dipped galvanized and shall be marked with the words "Traffic Signal".
All covers shall have provisions for securely attaching to the box. Submittal literature shall
E be provided prior to installation.
'- · .~" · 4~ ,'~.t~ ~,'-"-~*,~ '--- '::-:~,-;.~,~':-~"~'~.. ,',J~,']~ /:.,4~: .-'~ ~.-~-~'*,cr'< ..... ~;:'? ;~ - ,,': -!'*:
E .,,...#.,.,.~.,_.:.~.:~-,..,...,..q'~-~-.'/4 . ~ -- ~. ..; ~ , . .,
- ~.. , - .L.. -' .,,.~ ..; . . '
-". :~'."~,-.-".'-'.,": ~" -~" "' I".' J.:, .... ' ::; ~.. :"'.$','~.' ~':'~J'~/~'~". -". '. ":"-~*a. -~x.~. .~,,:,- ..... -:' ~., . - .~...,. .......
F GN-2
Installation of Traffic Signals
This project shall consist of furnishing and installing all materials and equipment necessary for
the complete traffic signal installation at the proposed locations. These installations consist
of the following items:
Furnishing and placing all concrete and steel for controller and signal pole
foundations.
Furnishing and installing all steel signal pole assemblies, anchor bolts, and
foundations.
3. Furnishing and installing all timber poles if required.
Furnishing and installing all signal equipment including controller cabinet,
controller, signal heads, detector units, conductors, service pole, and
miscellaneous equipment.
Furnishing and installing all signal lamps in accordance with the latest ITE
standards.
6. Furnishing and installing all signs for mounting on signal poles_/~ ~-~-=+'~"-~s.
The Contractor shall locate all utilities, both underground and aboveground in
the project area prior to beginning work so that conflicts are avoided. Work
near electrical utilities that would impose a potentially hazardous electrical
shock shall be closely coordinated with the utility. The Contractor shall obtain
copies of all procedures from the utility regarding construction work in the area
of the electric utility lines and maintain contact with the electric utility during
construction of this project. The Contractor will be responsible for verifying the
location of any water or sanitary sewer line in conflict with the project. The
Contractor shall notify City of Coppell Water Utilities to receive locations.
Submittal literature shall be provided for all traffic signal equipment prior to
installation.
The Contractor shall have a qualified technician on the project site to place the
traffic signals in operation.
10.
11.
During the thirty day test period, the Contractor shall utilize qualified personnel
to respond to all trouble calls and to repair any malfunctions to new control
equipment. A local telephone number (not subject to frequent changes) where
trouble calls are to be received on a 24-hour basis shall be provided to the
Engineer by the Contractor. The Contractor's response to reported calls shall
be within a reasonable travel time from an area address, but not more than two
(2) hours maximum. Appropriate repairs shall be made within 24 hours. T~ ,~
The Contractor shall Place duct seal at the ends of all conduit on this project.
GN-3
,r
1 2. The existing stop signs, as shown on the plans, shall be removed and returned
to the City after the traffic signals are in operation.
No extra compensation will be allowed for fulfilling the requirements stated above.
Detector Amplifier Cabinet
The detector termination panel installed in this cabinet shall meet the requirements of fully
actuated solid state traffic signal controller specification.
Signal I~nse~t'~i~ll be glass.-
All signal heads shall be covered with burlap until placed into operation. Light bulbs for signal
faces shall be furnished by the Contractor.
Signal heads mounted on poles and mast arms shall be level and plumb~,~J ¢,'.~,~ ¢,~ ,~ -
The Contractor shall provide necessary mounting hardware to insure proper mounting of all
signal heads,
Sign Removal
Remove sign mount and foundation completely without damage to the sign or pole. The
Contractor must notify the City for pick-up of the sign and/or pole.
Digital Loop Vehicle Detector
This project requires that several loops in the street share the same ground box for
connections to the loop lead-in cable. One or more loops that are to be connected to the
same detector unit may share the same saw cut from the street to the ground box. The lead-
in saw cuts from the street to the ground box (for loops that have separate detector units)
shall maintain a minimum separation from other loops of 1 2 inches and a minimum separation
of 6 inches from other lead-in saw cuts.
The loop conductor from the loop in the street to the ground box shall be tightly turned a
minimum of 5 turns per foot as it is placed in the lead-in saw cut.
Detector lead-in c~bles shah be run conbnuously w~thout sphceS from the curbside ground box
to the controller where possible. If splices must be made, they should be made in a pole base,
if possible. Splices shall be solder connected (including the ground wire) and the splice
connection shall be insulated with thermo-setting materials. Splices at the curb side ground
boxes shall also be made in the same manner. All splices must be approved by the Engineer.
r
GN-4
Detector lead-in cables shall be identified as shown in the plans (Phase 1 C&E, etc.) with
permanent marking labels (Panduit Type PLM or Thomas & Betts Type 548M standard single
marker tie or equivalent) at each ground box, pole base, and controller.
Installation of the loop detectors shall be made during off-peak traffic periods.
~Pin F and Pin I shall be connected together in all harne~'es.~ PinJ C-0'nnection,$~i~a'i~be~s'~n, ot,~ed
in-tl~e pla~,, ............
Traffic Signal Cable , ~.,~.~ c~ .... ~ ~,~
The conductors in the traffic signal cable shall be s~d~d fo,~ this project, lh~Sividunl
conductors shall be No. 12 AWG.
fiach cablo shall bo idontifiod as shown in tho ~lans {Cabl~ 1, otc.} with ~ormanont markin~
labols {~anduit Tg~o ~kM standard sin~lo markor tie, or Thomas & ~etts lgpo 548M or
~quivalont) at oath ~round box~ polo base and controller.
Steel Mast Arm and Steel Strain Pole Assemblies
The multiconductor signal cable shown in the plans shall be terminated on the terminal strip
in the hand hole. Conductors to the signal heads from the pole base shall be multiconductor
signal cable. Splices in the conductors from the terminal strip at the hand hole to the signal
heads will not be permitted in the pole shaft or in the mast arm.
A separate multiconductor cable/~shall be used inside the signal pole from the terminal strip
to each signal head~ ¢,,o,~
All pole shafts and mast arms for this project shall be marked with the identification numbers
from the layout sheets in the plans to facilitate assembly of these items in the field. The
identification numbers shall be marked on the pole shafts and mast arms prior to shipment
from the fabricator. ~. ~ ~,~, ..... ~;?~ ,'~,~.?'/o-~?,, -~,~ f~-~:?,,~+-~.~ .~.~ ;.,~,~ ~,
F~oundat,ions for signal poles shall be located as shown_on plans. . ,- ~ ~%- s~ ~
The contractor shall probe before drilling foundations to determine the location of utilities and
structures. Foundations shall be paid for once regardless of extra work caused by
obstructions.
Anchor bolts for mast arm signal poles shall be set so that two are in tension and two are in
compression.
P~ol~_~ shall be set ~ minimum of 5 feet from any overhead power line. ~r~
The traffic signal Dole heights and mast arm lengths shown in the plans and in the material
summary are to be used for bidding purposes only. Prior to fabrication, the contractor in
cooperation with the engineer, shall make field measurements to determine the actual Dole
height necessary to insure a vertical clearance of 1 7 feet minimum, ~ @ feet maximum from
GN-5
the roadway surface to the bottom of the lowest point on the signal head assembly or mast
arm and to determine the mast arm lengths required to mount the traffic signal heads over the
center line of the traffic lanes. The mast arm shall be straight and level in the span area
where the signal head. s are attached. These field measurements and elevations shall be
determined from the actual field location of the pole foundations, considering all aboveground
and underground utilities and the existing roadway elevations and lane widths.
All signal head attachments shall be designed such that the wiring to each signal head shall
pass from the mast arm through the signal head bracing or attachment hardware to the signal
head. No exposed cable or wiring will be permitted.
The signal head to mast arm connection must allow for adjustment about the horizontal axis.
A seven day curing period shall be required on concrete for traffic signal pole foundations
before poles are placed. Also, a 3/4 inch chamfer shall be formed on the top edge of each
foundation. _~ ....... .~ , ~,,, ~. ~.~ .~,~ ~.~+,~ ~...~ ,~-.~p~, ,~.~., ',~ ~"~
All stee~s~rain poles shall be provided w~th 3 p~pe plugs tor w~rmg access.
Full-actuated, Solid State Traffic Signal Controller
The City of Coppell is currently proposing to install a closed-loop signal system along Denton
Tap Road with plans for future expansion to other locations within the City. Therefore, it is
critical that new control equipment be compatible with the proposed system, Traconex-
Multisonics OSAM 32 system. The local controllers for this capable of interfacing with the
OSAM 32 On-street Arterial Master and the latest version of the OSAM 32 software package.
Submittal literature shall be provided prior to installation on all traffic control equipment.
Controller Timers
The controller timers for this project shall be keyboard entry timers meeting the fOllowing
criteria:
a. The display and timing parameters shall be arranged in logical menu groups that
are accessible with discrete, single-key entries by the user.
The controller timer shall utilize a non-volatile EEPROM for data retention that
requires no battery backup.
Co
All display shall be graphically or alphanumeric.
The controller timer shall be capable of providing railroad preemption and 4
channels of emergency vehicle preemption.
The minimum number of characters for the display shall be 7 per.ring for a total
of 14 for an 8 phase controller.
GN-6
The controller shall have an internal time base coordinator having the following operational
modes:
Time base coordination at the local intersection level.
Master controller in a hardwire system.
Secondary controller in a hardwire system.
Secondary controller in an on-street master (closed loop) system.
These modes shall be operator selectable through the keyboard or by a dip switch. The mode
selection scheme should be designed such that in addition to the forementioned features, a
controller operating in the secondary mode in a hardwire system shall automat, ically revert to
internal time base mode should a failure occur in the interconnect line through which the
secondary controller receives its dial commands.
The following features shall be individually selectable for a minimum of 16 coordination and
4 free mode operation plans:
ao
Last car passage, which shall be selectable on a per phase basis. The last car
passage and subsequent rest intervals shall not be resetable or extendable by
additional vehicle actuations, except in dual ring applications where
simultaneous gap is also active and the other ring has not yet reached last car
passage.
bo
Conditional re-service operation for left turn phases during "free" operation, and
the comparable ability to bring up any left turn movement twice per cycle, both
"leading" and "lagging" when in coordination.
"Soft Recall" selectable for each phase, or preferably, the equivalent ability to
designate each phase as a "no rest" phase.
The ability to select any phase as a "no skip" phase, whereby that phase
would always be serviced at its appropriate point in the sequential.rotation
despite the absence of any true call or recall thereon.
e. Two sequences for fire or railroad preempt operation.
Suitable means shall be provided so that all phase timing and operational
parameters may be bulk initialized to appropriate values as a convenience for
bench test and new signal turn-on work.
Max II for each phase, with both a separate external select input for each ring,
and the ability to individually select Max II for each phase from within the
internal time base coordination clock.
All controller units shall be provided complete with the ability to drive protective/permissive
left turn overlap signal displays for use in applications where overlap outputs control the
circular red, amber, and green displays of five-section permissive left turn signal heads. The
ability to select such overlaps to operate as continuously red except during the green and
GN-7
amber arrow intervals of their corresponding left turn phase (during which intervals all overlap
indications shall be dark) shall also be provided. These overlap displays shall be keyboard
programmable on a per sequence plan basis.
The controller shall have the ability to insert any additional barrier partition by keyboard entry
on a per plan basis in order to achieve desired time of day phase sequence modifications. An
example application appears below:
OFF PEAK SEQUENCE (50)
1 2 4
5 6 8
Both side street through movements time concurrently -- phases 3 & 7 are omitted and
their left turn detector inputs are reassigned to phases 8 & 4, respectively.
CORRESPONDING PEAK HOUR
SEQUENCE (SPLIT WITH ONE
SIDE REPEATED)
1 2 4
5 6 7
3 4
8 7
Additional barriers inserted by keyboard entry for this plan.
For each operational plan, whether free or coordinated, it shall be possible, by keyboard entry,
to associate each of the required 1 6 vehicle detector call inputs as modified by their required
internal delay and stretch (extension) timers to be associated with any one or more of the
vehicle phases. The required internal detector call delay timer for each of the 16 detector
inputs shall be internally inhibited or bypassed by the "on" condition of one or more phases
as selected from the keyboard on a per plan basis.
A total of eight (8) overlaps shall be provided and assigned as follows:
a. Overlaps A through D - standard overlaps for special display left turnS. ~'
b. Overlaps E through H - additional overlaps available on output pins proVided by
otherwise unused pedestrian load switch positions or other appropriate
arrangement as approved by the engineer.
GN-8
Coordination Requirements
Each controller shall be delivered with a four (4) cycle, four (4) split, and three (3) offset time
base coordinator contained internally within the timer unit, and be delivered complete with all
related auxiliary harness(es) wired into the cabinet, ready for operation.
Overlaps shall be keyboard programmable or programmed through an interchangeable plug-in
printed circuit board assembly.
The coordination program provided in these timers shall include the following features:
Cycle length adjustable at least from 30 to 255 seconds, with timing and offset
adjustments either in seconds or percent of cycle.
The ability to associate the sequence of each of the four (4) left turn phases
separately for each dial and split from the keyboard to be:
2.
3.
4.
Normal "leading" sequence (preceding the opposing thru phase);
"Trailing" sequence (following the opposing thru phase);
To occur twice per cycle, both "leading" and "trailing";
To be omitted during a particular dial and split, with the calls from its
detector input being internally switched to the compatible thru phase in
the other ring when and only when the left turn phase is being omitted.
The ability to associate the desired type(s) of left turn operation 'with each dial
and split combination from the keyboard shall be available for both internal time
base and external conventional hard wire system operation. The program shall
also include the capability to select these functions for "free" operation. For
each controller phase there shall be two (2) force-off points provided and
available for use in each coordination cycle, such that left turn phases on both
streets may be brought up twice per cycle (both "leading" and "trailing") or
such that the main and side street phases may be brought up and forced off
twice per background cycle.
The coordination program shall feature automatic calculation and
implementation of the maximum width of the "permissive" period during which
late side street calls may still be serviced within any given background cycle.
Where time remaining in the background cycle permits, the coordinator program
shall allow the side street phases to be re-serviced more than once in a given
coordination cycle.
do
The coordinator program shall internally provide all appropriate provisions for
operation of the call to non-actuated, maximum inhibit, and pedestrian recycle
functions on a per dial and split basis during coordination control, both by the
internal TBC and when operating as a hard wire secondary. This design shall
include activation of the pedestrian recycle function at appropriate points in the
background cycle.
GN-9
so
The internal time base coordination event clock shall be capable of calling up
free, Max 2 and MUTCD flash as keyboard programmed.
The scheduled night flash shall be generated either internal or external to the
timer, and blink the load switch driver inputs independently of the cabinet
(conflict monitor) flash circuitry. It shall be possible to front-panel or switch
program any nonconflicting arrangement of amber or red flashing movements
and to program exclusive left turn and pedestrian indications to be dark during
scheduled flash operation.
All coordination inputs and outputs shall be provided through the MSD
connector. The following functions shall be provided:
Cycle 2 input & output
Cycle 3 input & output
Offset 1 input & output
Offset 2 input & output
Offset 3 input & output
Split 2 input & output
Split 3 input & output
System input & output
Flash input & output
Free input (to select internal communications)
Master/secondary input
For secondary controllers, each input shall be used to receive system information. Each input
shall come into the cabinet as a 120VAC true input. It shall then be fused at I AMP and
connected to a 120VAC isolation relay. The coil of each relay shall be electrically suppressed.
The output of the relay shall be a logic ground signal that connects to the MSD connector.
For master controllers, each output shall be used to transmit system informatior~. Each output
from the MSD connector shall be connected to the coil of a 24VDC relay. The coil of each
relay shall be electrically suppressed. The output of the relay shall be a 120VAC true signal.
Each relay output shall be individually fused at 3 AMPS and be loaded to NXl15 with 1.5 UF
250V capacitors.
Opticom System Requirements
Each controller/cabinet assembly shall be equipped with the necessary 3M Opticom System
components to allow emergency vehicle detection on each approach. Opticom system
components shall include all mounting brackets, cabinet wiring, card racks, Model 262
Discriminator Modules, preempt modules, and all other materials and labor needed to provide
a flly operational OPticom system. Payment for the Opticom system will be considered
subsidiary to the controller installation. Payment for the Opticom cable (3 Conductor #20
AWG) and Model 205 Optical Detectors will be as specified in the bid item list.
GN-IO
Conflict Monitor
The ~ monitor for this project shall provide separate indicators for red, yellow, green,
and pedestrian walk for each channel. ~ ~ho~t~ ~, ~ ~(o~vc, w~oJo~ L~ ~ . ~.~:c~
Documentation
The contractor shall provide a cabinet wiring diagram for each cabinet installation, specific to
the intersection to which it applies. The diagram shall include signal head and detector
numbers and other appropriate specifics concerning the intersection. Cable identification
numbers shall be included in the diagram. All field wiring and service entrance connections
shall be shown and identified. Every harness wire termination in the cabinet shall be
documented on the diagram(s). It shall be the contractor's responsibility to provide updated
diagrams and drawings, if any wiring changes are made or discrepancies discovered. Prior to
final acceptance of a traffic signal installation, the contractor shall provide an up-to-date
reproducible tracing of appropriate drawings and cabinet wiring diagrams as required by the
engineer.
GN-11
FULL-ACTUATED SOLID STATE TRAFFIC SIGNAL CONTROLLER ASSEMBLY
(IN CABINET}
SCOPE
This specification describes the minimum acceptable design and
operational requirements for a fully actuated traffic controller assembly.
SECTION 1.0 GENERAL
1.1
The controller assembly shall meet the requirements of this
specification, the plans, and the current revision of NEMA Standards
Publication No. TS1-1983, Parts 2, 5, 6, 7, 8, 13, and 14. Where a
difference occurs the requirements of this specification and the plans
shall govern.
1.2
The controller assembly includes the weatherproof tamper resistant
cabinet, controller unit, conflict monitor, load switches, flasher, vehicle
detectors, and detector harnesses as specified elsewhere in this
specifications or in the plans.
1.3
The controller assembly must provide the vehicle phases, pedestrian
phases, and cycle sequence required by the plans and their attached
phase sequence drawing.
1.4
The controller cabinet shall be fully wired for future expansion even if
the plans indicate less than the maximum number of phases will be used
initially. This shall include, but not be limited to:
12 load switch sockets
6 flash transfer relay sockets
8 vehicle detector test switches
4 pedestrian detector test switches
4 channels of optically isolated pedestrian call circuits
Detector panel with 20 loop harness
It will not be necessary to provide more than the number of load
switches, flash transfer relays, and detector amplifiers than are required
to provide the operation required by the plans.
1.5
If vehicle detectors are called for in the plans, the detei:tors provided
must conform to the latest version of Special Specification "Digital Loop
Vehicle Detector Unit".
SECTION 2.0 CABINET DESIGN REQUIREMENTS
2.1
Unless otherwise called for in the plans, the cabinet shall be a base
mount cabinet with the following external dimensions:
2.2
2.3
2.4
2.5
2.6
2.7
2.8
Width - 38-44 inches
Height - 54 inches
Depth - 26 inches
The height and depth dimensions may be plus or minus 2 inches.
Four 1/2 inch (minimum) by 8 inch galvanized anchor bolts with nuts
and washers and a mounting template shall be provided for each
cabinet.
The cabinet shall be constructed using unpainted sheet aluminum with
a minimum thickness of 0.125 inch. No wood, wood fiber products, or
other flammable material shall be used in the cabinet.
The cabinet shall be completely weatherproofed to prevent the entry of
water. All unwelded seams shall be sealed with a clear or aluminum
colored weather-seal compound.
Vertical shelf support channels shall be provided to permit adjustment
of shelf location in the field.
Each cabinet shall be equipped with an extra set of unistrut channels or
a keyhole panel on either side of the front section of the cabinet to
permit the mounting of additional equipment as necessary.
Shelves shall be at least 10 1/2 inches deep and be located in the
cabinet to provide a 1/2 inch clearance between the ba~k of the shelf
and the back of the cabinet.
There shall be sufficient shelf space to accommodate a controller unit
18 inches high, a 12-channel NEMA conflict monitor and 12 NEMA type
loop detector amplifiers. An additional space, 12 inches high, 14 inches
wide, and 12 inches in depth shall be provided for future use. If more
than 12 detector amplifiers are required by the plans, extra space shall
be provided for the number of amplifiers specified.
The back panel shall be hinged at the bottom and shall fold down and
out from the top for maintenance with all components (load switches,
relays, etc) in place. It shall be possible to gain full access to the back
of the back panel in less than two minutes using simple tools. Wire
termination points on the back of the back panel shall be numbered or
identified to correspond to the labeling on the face of the panel. No
printed circuit back panels shall be permitted, and no components shall
be mounted behind the back panel. RC filter networks for relay coils are
excepted from this requirement.
Harness terminations for the NEMA controller unit and NEMA conflict
monitor and display board shall be made on the backside of the back
2
2.9
2.10
2.11
2.12
2.13
2.14
2.15
2.16
panel to through-panel terminals. No other harnesses shall be wired to
the backside of the back panel.
The bottom edge of the back panel shall be at least six inches above the
base of the cabinet.
All of the NEMA specified inputs and outputs shall be available on the
front side of the back panel. In addition, all load switch input terminals
shall be available on separate terminals. All of the above referenced
terminals shall utilize minimum 6-32 double BINDER head screws.
The outputs from the controller to the load switches, and outputs from
the detectors to the controller shall be brought through double posted
6-32 x 1/4 inch binder head screw terminals with shorting bars installed.
The load switches shall be supported by a bracket(s) designed to accept
all NEMA type load switches and prevent vibration from dislodging them
from the socket in the back panel.
The back panel shall be designed to accept a minimum of eight load
switches (four vehicle phase and four positions for overlap, and/or
pedestrian phase combinations) for four phase controllers, and 12 load
switches (eight vehicle phases and four positions for overlap and/or
pedestrian phase combinations) for eight phase controllers. Six flash
transfer relays shall be provided to permit the Engineer to use the
overlap/pedestrian load switches in any combination without having to
add more relays. ~'~"~'
The cabinet shall be provided with~,one door in front~that will provide
access to the cabinet. The door'shall be provided with three hinges, or
a full length piano hinge, with stainless steel pins spot welded at the
top. The hinges shall be mounted so that it is not possible to remove
them from the door or cabinet without first opening the door. The
bottom of the door opening shall extend at least to the bottom level of
the back panel.
The door and hinges shall be braced to withstand a 50 pound per
vertical foot of door height load applied vertically to the outer edge of
the door when standing open. There shall be no permanent
deformation or impairment of any part of the door or cabinet body when
the load is removed. Provisions shall be designed to hold the door open
at approximately the 90 degree and 180 degree positions.
.Z
The cabinet door~shall be fitted with a Number 2 Corbin Ioci~and an
aluminum or chrome plated hand/le with a 3/8 inch (minimal) drive pin
and a three point latch. The Iocl~nd latch design shall be such that the
handle cannot be released until the lock is released. Two keys shall be
provided for each cabinet. The lock, shall be located to be clear of the
2.17
2.18
2.19
2.20
2.21
arc of the handle. The_~rm~,cabinet door. handle~shall be provided with
the means to securely padlock the handle in the closed position.
A gasket shall be provided to act as a permanent dust and weather
resistant seal at the controller cabinet door facing. The gasket material
shall be of a non-absorbent material and shall maintain its resiliency after
long term exposure to the outdoor environment. The gasket shall have
a minimum thickness of 3/8 inch, and shall be located in a channel
provided for this purpose either on the cabinet or on the door(s). A
channel formed by an "L" bracket and the door lip is acceptable. In any
case the gasket must show no sign of rolling or sagging and must insure
a uniform dust and weather resistant seal around the entire door
FACING. Any other method is subject to engineering approval during
inspection of an order.
A locking auxiliary police door shall be provided in the door of the
cabinet to provide access to a panel that shall contain a Signal-Flash
switch, a Manual-Automatic switch, and a manual advance pushbutton
switch on a six foot retractable cord. Manual control of the controller
unit from the police door shall override any external control (preemption,
external logic, etc) in effect when the Manual-Automatic switch is in the
Manual position. Each actuation of the manual advance pushbutton
switch shall advance the controller to the next pedestrian or green
interval as described in NEMA TS1-1983 14.3.4.2. Item 5.
The Signal-Flash switch shall immediately initiate emergency flashing all-
red signal indications. This switch shall not affect any control
equipment power. However, this switch shall momentarily activate the
external start input of the controller unit when the switch is moved from
the Flash position to the Signal position.
The police door shall be gasketed to prevent entry of moisture or dust
and the lock shall be provided with two brass keys.
The cabinet shall be vented and cooled by a thermostatically controlled
fan. The thermostat shall be an adjustable type with an adjustment
range of 70 degrees to 110 degrees Fahrenheit. A press-to-test switch
shall be provided to test the operation of the fan.
The fan shall be a commercially available model with a 'capacity of at
least 100 CFM. The intake for the vent system shall be filtered with a
16 inch (wide) by 25 inch (high) by one inch (thick) air conditioning
filter. The filter shall be securely mounted so that any air entering the
cabinet must pass through the filter. The cabinet opening for intake of
air shall be screened to prevent entry of insects and shall be large
enough to use the entire filter. The exhaust vent shall be screened to
prevent entry of insects. The screen shall have openings no larger than
.0125 Sq. In. The total free air opening of the vent shall be large
4
SECTION
2.22
3.0
3.1
3,2
enough to prevent excessive back pressure on the fan.
The cabinet shall be provided with a unique five-digit serial number
which shall be stamped directly on the cabinet or engraved on a metal
or metalized mylar plate epoxied or riveted with aluminum rivets to the
cabinet. The digits shall be at least 0.2 inch in height and located on
the upper right sidewall near the front of the cabinet.
CABINET WIRING
All wiring within the cabinet shall be neatly wrapped and routed such
that opening and closing the door or raising or lowering the back panel
will not twist or crimp the wiring, No cable pressure points should be
present.
Wire Size and Color Code
All conductors between the main power circuit breakers, line
filter, signal buss mercury relay and load switch buss shall be a
minimum size 10 AWG stranded copper for 8 position back
panels and 8 AWG stranded copper for 12 position back panels.
All conductors carrying individual signal lamp CURRENT shall be
a minimum size 16 AWG stranded copper. All AC service lines
shall be of sufficient size to carry the maximum current of the
circuit or circuits for which they are provided. Minimum cabinet
conductor wire size shall be 22 AWG stranded copper.
All conductors for AC common shall be white. Conductors for
AC power shall be black or brown. This shall include all
controller unit, conflict monitor, loop amplifier, and special
equipment harnesses as well as cabinet wiring conductors.
Conductors for equipment grounding shall be either solid green
or green with one or more yellow stripes. All other conductors
shall be a color different from the foregoing. All wire shall
conform to type BN insulation, clear nylon over colored PVC.
Wire gauges in excess of 20 ga shall conform to type TFFN or
THHN specifications, clear nylon over colored PVC. In no case
shall PVC only insulation or multiconductor cable with PVC only
insulation be approved.
c. Conductors for logic ground shall be gray.
d. The following harness shall be color coded as follows:
Controller Unit MSA - blue
Controller Unit MSB - purple
Controller Unit MSC - pink
Monitor MSA - red
5
3.3
3.4
3.5
Monitor MSB - yellow
Display Panel - white/purple stripe
In addition to the harness color codes, each wire in every
harness shall be hot-stamped every four inches with a number
indicating the pin number of the connector that the wire is
connected to. Harnesses with connectors with pins identified by
letters shall be stamped with numbers that correspond to the
alphabetic sequence of the pins. Each harness shall be cross-
referenced to a chart on the cabinet print that lists the connector
pin letter or number, the wire number, the terminal number that
the wire is connected to and the function of the wire. Each
harness shall then be enclosed in "snakeskin type" PVC
sheathing. Tie wraps, tape or other cable ties are not
acceptable.
f. Detector harnesses shall be color coded as follows:
A - white
B - gray
C - black
D - black of a shielded pair in a gray jacket
E - white or red of a shielded pair in a gray jacket
F - yellow
G - purple
H - green + shield
I- blue
J- brown
Individual conductors in the detector harnesses shall be exempt
from the requirement for hot-stamping.
The controller unit shall be so designed that a contact closure or solid
state equivalent from a loop, magnetic magnetometer, pressure, sonic,
or radar vehicle detector, and/or pedestrian pushbutton shall place a call
on the appropriate phase. Pedestrian calls from pushbuttons shall be
isolated from the controller inputs using external solid state circuitry
within the cabinet assembly.
A barrier terminal block with a minimum of two terminals and one
compression fitting designed to accept up to a No. 4 AWG stranded
wire shall be provided for the power supply lines. The block shall be
rated at 50 Amperes and shall have double 10-32 x 5/16 inch binder
head screw terminals or larger.
Terminal Identification
All terminals shall be permanently identified in accordance with the
6
3,6
3.7
3.8
cabinet wiring diagram. Where through-panel solder lugs or other
suitable connectors are used, both sides of the panel shall have the
terminals properly identified. Identification shall be permanently
attached and as close to the terminal strip as possible and shall not be
affixed to any part which is easily removable from the terminal block
panel. Each controller assembly input and output function shall be
distinctly identified with no obstructions, at each terminal point in the
cabinet, with both a nu~ e_n~ the function designation. The same
identification must b~ed c0nsi~ntlY on the cabinet wiring diag~am~-~
Connector and Socket Identification
Each load switch socket shall be identified by vehicular or
pedestrian phase number and overlap number as applies. No
cabinet equipment may obstruct these identifications.
bo
Each flash transfer base and power relay base shall be distinctly
identified with no possible obstructions.
Each harness within the cabinet shall be distinctly identified on
the connector end.
do
The flasher socket shall be distinctly identified with no possible
obstruction.
All other connectors and sockets needed within the cabinet to
fulfill the minimum requirements of the plans or attachments
thereof, shall be distinctly identified.
All NEMA controller unit and conflict monitor connector pin outs, except
for the load switch inputs to the conflict monitor and spare pins, shall
be made available on 6-32 x 1/4 inch (minimally) binder head screw
terminals on the back panel.
The detector harnesses shall be equipped with a MS3106A-18-1S
connector and shall be wired as follows:
Pin No. Function
A
B
C
D
E
F
G
H
I
AC Common (neutral)
Controller Unit Logic Ground
120 Volts AC
Loop
Loop
Controller Detector Call Input*
Spare
Ground Bus
Controller Detector Call Input*
7
3.9
3.10
3.11
3.12
3.13
3.14
120 VAC Output from green load
switch for this phase
*Pins F and I are to be jumpered on the detector panel. ·
Each loop pair shall be protected by an EDCO Model SRA-16C or Davis
Engineering Model DE320 surge arrestor.
An unused, spare terminal block providing ten terminals shall be
provided. This block shall be double 8-32 x 5/16 inch binder head
screw design with shorting, bars. These terminal strips shall be located
on the lower third of either side of the cabinet.
The controller unit harness (A, B, and C plugs) shall' be long enough to
reach any point 16 inches above the timer shelf. The conflict monitor
harness and any required auxiliary harness shall reach 24 inches above
the conflict monitor shelf.
Copper ground buses shall be provided for both the power supply
neutral (common) and chassis ground. Each bus bar must provide a
minimum of ten unused terminals with 8-32 x 5/16 inch or larger
screws. The AC neutral and chassis ground buses shall be jumpered
together with a minimum No. 10 AWG wire. The logic ground shall be
isolated from the AC neutral and terminated on a Iog!c ground bus
sufficient to accept 20 number 20 AWG stranded wire.
Unless otherwise called for in the plans, three circuit breakers shall be
mounted and wired in the cabinet. One 20 ampere breaker shall protect
the trouble light, duplex receptacle and fan. A second 20 ampere
breaker shall protect the flasher. The third breaker shall be 50 ampere
for 8-phase units and 30 ampere for 4-phase units and shall be so wired
to protect the signal load circuits, controller circuits, conflict monitor,
and loop detectors. The breakers shall be the Square "D" QOU 150
Series, or equivalent.
The circuit breakers are to be equipped with solderless connectors and
installed on the sidewall or lower right hand side of the back panel inside
the cabinet in such a manner that their rating markings shall be visible
and the breaker shall be easily accessible.
A ground fault duplex receptacle of the 3-wire grounding type which will
accept a standard two-pronged non-grounding plug shall be mounted
and wired in the cabinet. This receptacle shall be wired on the "Load"
side of the 20 ampere breaker.
The above breakers are in addition to any auxiliary fuses which may be
furnished with the controller to protect component parts, such as
transformers, etc.
8
3.15
3.16
3.17
3.18
3.19
3.20
The load side of all three circuit breakers shall be protected by an EDCO
Model SHP-300-10 or TII Model 355M or equivalent three terminal
lightning arrestor. Number 8 AWG or larger stranded copper conductors
shall be used to connect the arrestor into the circuit.
A fluorescent light, with switch, shall be installed in the cabinet. This
light shall be turned on when the cabinet door is opened, and turn off
when the cabinet door is closed. A switch shall also be provided to turn
off any incandescent display that may be used in a controller unit or
other equipment.
A radio interference suppressor shall be provided and installed on the
load side of the signal circuit breaker and shall be protected by the surge
protector specified herein. This filter shall be rated at 50 amperes for
8-phase controllers and 30 amperes for 4-phase controllers, and shall
provide a minimum attenuation of 50 decibels over the frequency range
of 200 kilohertz to 75 megahertz..
Except where soldered, all wires shall be provided with lugs or other
approved terminal fittings for attachment to binding posts. Insulation
parts and wire insulation shall be insulated for a minimum of 600 volts.
The outgoing traffic control signal circuits shall be of the same polarity
as the line side of the power source.
A detector panel shall be provided for mounting the detector test
switches, Auto-Maintenance Flash, Auto-Emergency Flash, Timer-Off,
and the System-Free switches. This panel shall be capable of
terminating a maximum of 20 detector harnesses and 60 separate loop
lead-in's. Each detector panel shall be equipped with 20 loop harnesses.
Each of the detector harness connections shall be arranged by rows of
terminals on the panel and each of the functions of the detector
harnesses shall make up the columns of these terminal strips.
The detector harnesses for the detector amplifiers shall be terminated
on the backside of the detector panel. Four rows of terminals shall be
provided for loop lead-in terminations such that up to three separate
loop lead-in cables per detector amplifier can be terminated. The loops
can then be jumpered together in series or parallel as desired on the
detector panel.
Each terminal strip shall be identified by function and the associated
phase as identified in the plans. All marking shall be silk-screened.
Terminals shall be provided for each phase red and green for jumpering
to pin j in the detector harness. The pin j terminals and the phase red
and green terminals shall be protected with a clear lexan cover.
The detector panel shall be mounted on the left sidewall of the cabinet.
9
3.21
3.22
Detector harnesses shall be provided and wired as follows: I per left
turn phase, 3 per thru phase, and 4 spares for future use.
A switch shall be provided on the detector panel for each vehicle and
pedestrian phase that will permit the user to disconnect the input from
the controller unit. The switch shall also permit the user to place a call
to the controller. This position shall be momentary (spring loaded) only.
The position immediately after the momentary position shall disconnect
the detector from the controller unit and the third position shall connect
the detector to the controller unit. These switches shall be miniature
three position toggle switches.
Four switches shall be provided on the detector panel for maintenance
purposes. The first switch shall be labeled "Auto-Maintenance Flash"
and operation of this switch shall immediately transfer the signal display
from normal to maintenance flashing operation. Maintenance flash shall
permit yellow flash on signals indicated to flash yellow 'during system
flash or MUTCD flash as shown on the plans. If system flash or
MUTCD flash is not shown in the plans, then maintenance flash shall be
all-red flash. Timer power shall not be affected in any way during
maintenance flash. Moving the Auto-Maintenance Flash switch from
Flash to the Auto position shall activate the external start input of the
controller unit.
The second switch to be provided for maintenance purposes shall be
labeled "Auto-Emergency Flash" and when activated shall immediately
put the intersection in all-red flash. Activation of the external restart to
the controller is not required when moving this switch back to the Signal
position. Neither the Auto-Maintenance Flash or the Auto-Emergency
Flash switch shall remove power from the controller unit, conflict
monitor, or loop amplifiers in either position.
The third switch to be provided for maintenance purposes shall be
labeled "Timer-Off" and when operated to the Off position, shall remove
power to the controller unit, conflict monitor, display board and other
logic clearance timers. This shall initiate emergency flashing all-red
indications. The power to the detector amplifiers shall be unaffected.
Upon restoration of the Timer-Off switch to the timer position, the
monitor shall initiate the initialization sequence via the start-delay
circuitry of the conflict monitor.
The fourth switch to be provided for maintenance purposes shall be
labeled "System-Free". This switch will only be required where
coordination equipment either internal or external to the controller timer
is provided. In the System position, this switch shall permit the
controller to be coordinated. In the Free position, this switch shall
inhibit the coordination equipment from coordinating the controller.
10
SECTION
3.23
3.24
3.25
3.26
4.0
4.1
4.2
4.3
4.4
4.5
4.6
4.7
The cabinet shall be wired so that activation of the conflict monitor will
cause the controller unit, and any auxiliary equipment, to stop timing.
The cabinet shall be specifically wired so that it is impossible to operate
the signals in a normal mode of operation with the conflict monitor
removed. The conflict monitor shall be wired so that the flash transfer
relays and the mercury signal buss relay are constantly energized.
Disconnection of either monitor harness shall immediately initiate
emergency all red flash. It shall be IMPOSSIBLE to inhibit monitor
operation by unplugging a relay or other similar device in the cabinet.
Transfer relays shall be the plug-in type manufactured by Midtex (Part
No. 136-62T3A1 ) or AEMCO (Part No. 136-4992), or equivalent. These
relays shall be utilized for flash transfer only. They shall not be utilized
to energize or de-energize the AC power feed (signal buss) to the load
switches. This function shall be accomplished with a mercury relay.
The mercury relay shall be rated 30 amps minimum for 8 positions back
panels and 50 amps minimum for 12 position back panels.
The Red Enable and Remote Reset from the conflict monitor shall be
terminated at barrier terminals on the face of the back panel.
FULLY ACTUATED CONTROLLER UNIT
The controller unit shall meet the requirements of NEMA Standards
Publication No. TS1-1983, Parts 2, 3, 4, 13, and 14. Where a
difference occurs, these requirements shall govern.
The controller unit shall be provided as a four phase or eight phase
controller unit as specified in the plans.
Volume density timing shall be provided unless otherwise specified in
the plans.
The controller unit shall be designed to provide pedestrian phasing with
any phase. The four overlaps may be programmable internally or by
using the interchangeable plug-in card described in TS 1-14.3.7.2. In
either case a NEMA program card shall be provided with each controller
unit.
The controller unit shall be completely solid state, and digitally timed.
The height of the controller unit shall not exceed 18 inches.
The controller unit shall be built using one or more circuit boards. All
printed circuit boards shall be designed to plug into or out of a mother
board or harness within the unit. Power supply transformers,
capacitors, batteries, and heat dissipating components are excepted
11
4.8
4.9
4.10
4.11
4.12
from the above requirements.
The design shall allow for removal or replacement of a circuit board
without unplugging or removing other circuit boards. The unit shall be
designed so that it shall be possible to operate and test the unit using
an extender board where necessary. This need apply to only one circuit
board at a time.
No more than two circuit boards shall be attached to .each other to
constitute a circuit assembly. Attaching hardware shall use captive nuts
or other purchaser acceptable method to secure the boards together.
The boards shall be designed so that the purchaser can test and operate
the Controller unit with the boards separated.
Plug-in sockets shall be used for LSI chips and ICs over 16 pins.
Sockets shall have a thermoplastic body meeting UL Specification 94V-
O with outer contacts of gold over nickel plate (e.g., TI Series C93 or
Augat Series 415) or equivalent.
Programming of the controller may be by the use of a keyboard on the
front of the controller. Internal DIP switches may be used for
programming option, start up, etc. Programming shall not use any
binary language for input or display (except coded status bits). No
instructions for accessing the controller unit using the security code
shall be provided. No external programming devices with capability of
altering ROM shall be permitted.
A user selectable four digit (minimally) code shall be available to secure
access to timing and configuration of the unit. Display features shall be
available without the need to access the unit. The controller units shall
be supplied with the code preset to be all Os. Internal dip switches may
be used to establish codes.
Of the several indicators described in TS 1-14.3.6, each of the following
shall be displayed using separate discrete indicators on the face of the
unit:
2.
3.
4.
5.
Phase(s) in service (one per phase)
Phase(s) next to be serviced (one per phase)
Presence of Vehicle Call (one per phase)
Presence of Pedestrian Call (one per phase)
Reason for green termination (one per ring)
(1) Gap-Out
(2) Maximum Time-Out
(3) Force-Off
Additionally, the following indications shall be required:
12
1. Pedestrian Service (one per ring)
2. Max II In Effect (one per ring)
Steady and flashing indications may be used for phase in service, phase
next, and pedestrian service (Walk, Don't Walk), or any other related but
mutually exclusive indications.
4.13 Switches, pins, or keyboard programming shall be available to permit the
following modes on a per phase basis:
1. Maximum Recall
2. Minimum Recall
3. Pedestrian Recall
4. Detector Locking and Non-locking Memory
5. Phase Omit
4.14 Controller unit interval timings programmed into RAM shall be
maintained for a period of 30 days after removal of AC power by
batteries or other device acceptable to the Department. Upon
restoration of power, rechargeable batteries shall be recharged or other
device restored automatically. A battery or other device shall be
provided on the CPU circuit board to retain RAM memory for a minimum
of 12 hours after removal of the circuit board from the unit.
4.15 Batteries shall be either rechargeable or lithium non-rechargeable and
shall not build up internal pressure nor vent any corrosive or explosive
chemicals. Design shelf life of the batteries shall be five years or more
under normal use and the supplier shall provide the names of two or
more manufacturers with sufficient information to permit the
Department to obtain replacement batteries from both manufacturers,
A switch shall be provided to disconnect any batteries from the circuits
for storage purposes, and the units shall be shipped with the switch in
the off position. An indicator and a momentary test switch (if required)
shall be provided on the face of the controller unit to indicate the
condition of the batteries.
4.16 If user programmed timing settings can be maintained for 30 days
without batteries or other external devices (capacitors, etc.) The
requirements of Paragraphs 4.14 and 4.15 are voided.
4.17 All circuitry components shall be of high quality and designed to
withstand any of the environments and voltage conditions described in
Part 2 of NEMA Standard TS 1-1983.
4.15 The controller unit shall be designed to operate properly with the logic
ground isolated from the AC neutral Icommonl.
4.19 Each controller unit shall have a unique serial number that is
13
l, permanently and neatly displayed on the face of the unit.
SECTION 5.0 CONFLICT MONITOR
5.1 The conflict monitor shall meet the NEMA Publication No. TS 1-1983,
~, Part 6, for 3, 6, and 12 channel types. Unless otherwise specified in
._..~ the plans or the associated cabinet specifications, a Type 12 conflict
monitor having 12 fully programmable input channels shall be provided.
,r" 5.2 In addition to the above requirements, a light display shall be provided
~ - to indicate continuously when a channel is active due to green, yellow,
or walk inputs. It shall also continue to display the channels which were
active at the time of a conflict, until the conflict monitor is manually
reset.
? If the conflict was caused by a loss of red, the display array shall
' indicate Loss of Red.
If the conflict was caused by the voltage monitor, the display array shall
indicate a Voltage Error.
All monitors shall be programmable as called for in the NEMA Publication
TS 1-1983, Part 6. A NEMA type program card must be included with
the unit.
The conflict monitor shall incorporate a yellow sequence monitor
feature. The yellow sequence monitor shall check that a minimum of
two (2) seconds of yellow follows a green indication before red is
displayed. The yellow sequence monitor shall be provided on a per
channel basis in the conflict monitor and provisions shall be made to
disable and enable the yellow sequence monitor on a per channel basis.
The conflict monitor shall also check for the simultaneous display of red
and green on a phase. This check shall also be capable of being enabled
and disabled on a per channel basis.
A separate indicator marked "Sequence Failure" shall be illuminated
along with the appropriate channel indicator(s) should either of the
above failures occur.
SECTION 6.0 SOLID STATE LOAD SWITCH
6.1 The solid state load switches shall meet the requirements set forth in
Part 5 of the NEMA Specification No. TS 1-1983.
6.2 Switches shall be the "Triple-Signal Load Switch" type rated at 10
amperes per circuit over the entire temperature range.
.- 14
SECTION
SECTION
6.3
6.4
7.0
7.1
7.2
7.3
7.4
7.5
8.0
8.1
8.2
8.3
8.4
8.5
8.6
The load switches shall have no moving parts. Load switches using
reed relays shall not be permitted.
An indicator light for each circuit shall be provided in each load switch.
The indicator light shall be on when a "true" input to the load switch is
present.
SOLID STATE FLASHER, TWO CIRCUIT
The flasher shall meet the electrical and physical characteristics
described in Part 8 of the NEMA Standards Publication TS 1-1983.
The two circuit flasher shall be of solid state design and contain no
electromechanical devices~
The voltage range shall be 95 to 135 volts A.C. The nominal voltage
shall be 120-volts A.C. The Two Circuit Solid State Flasher shall be
designed to operate as specified at any ambient temperature range from
minus 30 degrees F to plus 165 degrees F.
The flasher shall be a Type III (dual circuit rated at 15 amperes per
circuit) over the entire temperature range.
The flasher shall be so constructed that each component may be readily
replaced if needed.
UNIFORM CODE FLASH TRANSFER UNIT
Indications for uniform code flash shall be as shown in the plans.
The uniform code flash transfer unit shall be a stand alone unit mounted
in the controller cabinet.
The uniform coded flash transfer unit shall be provided with an indicator
light to show when uniform code flash transfer has occurred.
The uniform code flash transfer unit shall be provided with a three
position test switch. One position shall allow uniform code flash
transfer when called (Normal). The second position shall inhibit any
uniform code flash transfer (UCF Off) and the third position will initiate
uniform code flash transfer (UCF Test).
The uniform code flash transfer unit shall have a connector that plugs
into a mating harness receptacle in the controller cabinet. If necessary,
a shorting plug shall be provided to allow signal operation with the
uniform code flash transfer unit disconnected.
When activated, the uniform code flash transfer unit shall cause the
15
SECTION
8.7
9.0
9.1
9.2
9.3
9.4
9.5
controller unit to sequence to the cross street green interval. Once the
cross street green interval is on, omit commands shall be applied to any
movements that occur prior to main street green. Transfer to uniform
code flashing operation shall occur at the instant main street green is
present. Stop timing commands will then be applied to the controller
unit until the release of uniform code flash.
Uniform code flash may be called by time clock, coordination unit or
time base coordinator. A single input to the uniform code flash transfer
unit shall be provided. This input will be considered active when it is at
logic ground potential.
DISPLAY PANEL
For this project, display panels shall be provided. The dislSlay panel shall
be located on the inside of the main cabinet door, and shall be mounted
such that, when viewed with the cabinet door open, respective
intersection approaches represented on the display panel are physically
oriented to actual field approach locations.
The display shall monitor the input side of the load switch.
The display panel shall have 28 volt indicator lamps to show each signal
indication and each detector amplifier output.
The display panel shall be silk screened for each intersection and shall
provide a visual layout of the particular intersection. Each group of
lamps representing a signal shall be marked to indicate the phase or
overlap number that controls the particular signal, the load switch
number that drives the signal and the conflict monitor channel that
monitors the signal. All vehicle and pedestrian signals shall be
displayed. In addition, pedestrian signals shall be indicated by dual sets
of lamps that are located at each end of the crosswalk. They shall be
marked at each end of the crosswalk on the display panel with the
phase number, load switch number and conflict monitor channel
number.
All vehicle and pedestrian signal indicators shall utilize indicators which
utilize No. 387 lamps. Each indicator shall have a removable cap to
allow lamp replacement from the front of the display panel. Vehicle
indications shall utilize round caps of the proper color. All arrow
indications shall use a colored cap with a black overlay that has an
arrow symbol engraved into the cap. When illuminated, only the colored
arrow symbol shall be visible. All pedestrian indications shall utilize
square caps. The "Don't Walk" and "Walk" caps shall be fabricated
similarly to the arrow caps such that when illuminated an orange "Don't
Walk" or white "Walk" legend shall be visible.
16
SECTION
SECTION
9.6
9.7
9.8
9.9
10.0
11.0
11.1
The detector display lamps shall utilize round white caps. The detector
indicators shall be located on the display panel to represent the
approximate location of the vehicle loop in the field. Each detector
indicator shall be marked by a phase number and amplifier number. This
marking shall be the same as that shown on the plans and shall be the
same as the tag on the associated loop harness.
The display board shall be fitted with a single MS connector for all
inputs or outputs. This connector shall be located on the face of the
display panel and shall connect to a mating harness. The mating
harness connector shall utilize female pins to avoid accidental contact
with live pins if the harness is disconnected.
The display board shall be powered by a 28 volt power supply located
in the controller cabinet. This power supply shall be fused on the input
and output side and shall have a minimum rating of 1.2 amps. The
power supply shall be sized according to its particular application.
A switch shall be provided on the main cabinet door which will
extinguish all display lamps when the door is closed.
OPTICOM SYSTEM REQUIREMENTS
Each controller/cabinet assembly shall be equipped with the necessary
3M Opticom System components to allow emergency vehicle detection
on each approach. Opticom system components shall include all
mounting brackets, cabinet wiring, card racks, Model 263 Discriminator
Modules, preempt modules, and all other materials and labor needed to
provide a fully operational Opticom system. Payment for the Opticom
system will be considered subsidiary to the controller installation.
Payment for the Opticom cable (3 Conductor #20 AWG) and Model 205
Optical Detectors will be as specified in the bid item list. Submittal
literature shall be provided for all Opticom equipment prior to
installation.
TEST AND ACCEPTANCE OF CONTROLLER ASSEMBLY
The supplier shall be prepared to provide a certified test report from an
independent laboratory indicating that the complete controller assembly
meets the requirements of all applicable NEMA standards. The
certification may be required at any point in the acceptance process.
The acceptability of the laboratory is determined by the Engineer, and
all costs for certification shall be born by the supplier. Failure to provide
the report on a timely basis is grounds for cancellation.
17
SECTION 1 2.0 DOCUMENTATION
SECTION
13.0
Each controller assembly shall be provided with the following
documentation:
a. Three complete and accurate cabinet wiring diagrams.
A complete and accurate schematic diagram for all circuitry in
the controller unit, conflict monitor, flasher, load switches, and
any other electronic units specified in the plans.
Co
Complete performance specifications (electrical and mechanical)
on the controller unit, conflict monitor, load switch, flasher, and
other electronic units specified in the plans.
do
Complete parts list for each unit including names of vendors for
parts not identified by universal part numbers such as JEDEC,
RETMA or EIA.
so
Pictorial of the components layout for each circuit board of each
unit with individual component identification referenced to the
schematic and parts list.
One service manual per unit which includes a theory of
operation, operating instructions, and basic troubleshooting
information. Items b through f may be included in the unit
manuals.
Each cabinet wiring diagram shall include a layout of the specific
intersection to which it applies. This shall include signal head
numbers and detector numbers as well as any other specifics
concerning the intersection. The wiring diagrams shall show all
field wiring and the service entrance connection. The wiring
diagrams shall also document every harness wire termination in
the cabinet. It shall be the Contractor's responsibility to provide
updated drawings if any discrepancies are discovered. Prior to
final acceptance of a controller, the Contractor shall provide a
reproducible tracing of the cabinet wiring diagrams.
GUARANTY
If it is normal trade practice for the manufacturer to furnish a guaranty
for the work provided herein, the Contractor shall turn this guaranty
over to the Engineer for potential dealing with the guarantor. The extent
of such guaranty will not be a factor in selecting the successful bidder.
18
,r" SPECIFICATION FOR MAST ARM POLE ASSEMBLY
F 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 wind design factors are applied.
~- 1.3 Each assembly shall be designed to withstand wind and ice loads per
! respective signal head(s), sign(s) and on all surfaces of the support
assembly, in accordance with the American Association of State
F Highway and Transportation Officials "Specifications for Structural
: Supports for Highway Signs, Luminaires and Traffic Signals" and other
pertinent specifications of this body. Unless otherwise shown in the
r" Plans, wind speeds used for design shall be based on a 50-year mean
, recurrence interval. Wind drag coefficient shall be 1.2. Allowable unit
stresses in each component of each assembly shall be as provided in the
~ AASHTO Specifications above mentioned.
1.4 All castings shall be true to pattern in form and dimensions, free from
pouring faults, sponginess, cracks, blowholes and other defects in any
r" position affecting their strength and value to service intended. Surfaces
shall have a workmanlike finish, and no sharp unfilleted angles or
corners will be allowed. Steel pole assemblies required to be hot-dip
~' galvanized shall be designed to provide proper filling, venting and
drainage during the cleaning and galvanizing process.
: 1.5 All parts of assemblies of the same manufacturer shall be
interchangeable.
? 1.6 Each pole assembly shall be designed to support respective required
dead loads of signal heads, signs and the stresses applied to the
exposed areas of all appurtenances based on wind and ice loads per
" Section 1.3 above.
SECTION 2.0 POLE SHAFT
2.1 Pole shafts shall be fabricated to satisfy strength requirements of
Section 1.0. Welded joints in shafts or arms shall develop the full
required strength of the welded member.
19
SECTION
SECTION
SECTION
2.2
2.3
3.0
3.1
4.0
5.0
Fabrication. Round continuously tapered shafts shall be formed and
welded, and shall have no more than one (1) longitudinal welded joint
and no horizontal welded (transverse) joints. After forming and welding,
the tapered shaft may be longitudinally rolled under sufficient pressure
to flatten welds and to assure continuous uniform taper (on. 1 O-in/ft. or
.14-in/ft.). All welds shall be smooth so as to attain the external
appearance characteristics of the pole itself.
All shafts shall meet strength requirements of Section 1.0, and shall be
provided with reinforced handholes if shown on the Plans.
SHAFT BASE
Steel shaft bases shall be fabricated and constructed with an opening
of a size and shape to receive the shaft and shall be welded to the shaft
by continuous welds which develop strength of the base and of the
adjacent shaft section. Four mounting holes shall be provided in the
shaft base with a bolt circle pattern compatible with transformer base.
Transformer base mounting bolts and four nuts shall be provided for
securing shaft base to transformer base. Ornamental casting covers are
required to cover exposed base mounting bolts.
TRANSFORMER BASE
A transformer base of the size and design shown in the plans shall be
provided for each pole assembly. The base shall be of fabricated steel
and shall develop the strength of the respective adjacent base and shaft.
A handhole with cover of the minimum dimensions shown on the plans
shall be provided. The cover shall be securely held in place with a non-
corrosive holding device such as one or more galvanized bolts. One or
more corrosion resistant steel plates, conforming to ASTM Designation
A 123, shall be furnished as necessary where the base is subject to
abrasive action due to the rotating capabilities of the assembly. The
location is generally considered to be the supporting ring on the bottom
of the transformer base. The interior side of the hand hole cover shall
have a multi terminal (12 min.) compression CV6 Terminal block
mounted to it for all signal conductor connections. This is the only point
that the splices are to be made.
ANCHOR BOLTS AND SHIMS
Four steel anchor bolts, and template for proper alignment of bolts in
foundation, shall be furnished for each pole assembly. Allowable unit
stress for each anchor bolt shall be as provided in AASHTO
Specifications mentioned in Section 1.4. Transformer base installations
require each anchor bolt to be top threaded and fitted with one nut and
one flat washer. A set of six (6) "U" shaped galvanized steel shims (3
each, 1/8 inch thick and 3 each, 1/16 inch thick) shall also be furnished
20
SECTION
SECTION
SECTION
6.0
7.0
8.0
with each transformer base. Shoe base poles require that each anchor
bolt be top threaded and provided with two (2) nuts and two (2) flat
washers. The embedded end of anchor bolts shall have a 90° bend as
shown on the Plans, and have a minimum elongation in 2 inches of 16
percent, or in 8 inches of 14 percent.
SIGNAL HEAD AND LUMINAIRE MAST ARMS
Mast arms shall be of the design shown in the Plans and arm and
attaching hardware shall meet strength requirements of Section 1.0.
Fastening the mast arm assemblings to the shaft by use of set screws
(which would cut into or groove the shaft) guys, rods or sway braces
will not be acceptable.
FINISH
Painted Finish - All surfaces at the time of paint application shall be in
accordance with the requirements of Brush-Off-Blast-Cleaning as
specified in Steel Structures Painting Council Specification SSPC-SP7.
When shipped, the outside of each assembly shall be coated in a manner
that will assure all surfaces, at the time of erection, will be coated with
a dry, smooth, continuous, uniform, tightly adhering, nonchalking film
that is a minimum of two (2) mils thick measured over the peaks of the
anchor pattern. The dried film shall contain, on a weight basis, a
minimum of 20% binder solids and a minimum of 25% pigment capable
of chemically inhibiting corrosion. A minimum of 12% of the film shall
be a chromate type corrosion inhibiting pigment. The inside of each
assembly may either be coated in the same manner as the outside or
may coated by an acceptable red lead primer. After erection of the
assembly, the shop coat shall be touched up with shop primer. After
the touch up cost 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.
CERTIFICATION REQUIREMENTS
The Contractor shall submit for approval by the Engineer, five (5) prints
of drawings which show all pertinent information and data required for
verifying structural adequacy, and all fabrication and erection details.
(a.)
The drawings shall be prepared on sheets 24 x 36 inches in size,
with 1 1/2 inch left margin and other margins of 1/2 inch.
(b.)
Each sheet shall have a title in the lower right hand corner which
includes the names of the Contractor, Fabricator and sheet
numbering.
(c.) All material of each component shall be referenced to ASTM
21
(d.)
(e.)
(f.)
(g.)
Specifications, or to other specifications provided minimum yield
points or yield strength and elongations are shown.
Drawings for only one assembly need be submitted for two or
more which are of identical design and dimensions.
Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings,
shop fit field connections and proper galvanizing designs when
galvanizing is required.
The drawings shall bear a fully descriptive, detailed certification
thereon that the assemblies were structurally designed 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.
22
SECTION
SECTION
1.0
1.1
1.2
1.3
1.4
1.5
1.6
2.0
2.1
SPECIFICATION FOR
PEDESTAL POLE ASSEMBLY
GENERAL
This specification covers steel (as specified in Plans) signal pedestal pole
assemblies. All pole assemblies as supplied and installed must conform
to the detailed drawings and/or to the requirements in the Plans as to
height and finish. Poles of similar design to those shown on the plans
shall be deemed acceptable unless a specific design is called for in the
"General Notes" and specification section. Similar poles must meet all
other provisions of this specification.
Drilled shaft foundations for each pedestal pole installation shall be
considered an integral part of the respective pole assembly when loading
and wind design factors are applied.
The pole assembly shall be designed to support a 150 pound axial load
with I I square feet of signal head area rigidly mounted at the top of the
shaft, simultaneously with wind load. In addition to dead load, each
assembly shall be designed to withstand wind and ice loads on the
specified signal head and sign area and on all surfaces of the support in
accordance with the American Association of State Highway and
Transportation Officials "Standard Specifications for Structural Supports
for Highway Signs, Luminaires and Traffic Signals" and other
specifications of this body as may be pertinent. Unless otherwise
shown in the plans, wind speeds used for design shall be based on a 50-
year mean recurrence interval. Allowable unit stresses in each
component of the assembly shall be as provided in the AASHTO
Specifications mentioned. Wind drag coefficient shall be 1.2.
Similar parts of units of one manufacturer shall be interchangeable,
All castings shall be true to pattern in form and dimensions, free from
pouring faults, sponginess, cracks, blowholes and other defects in
positions affecting their strength and value for services intended.
Surfaces shall have a workmanlike finish with no sharp unfilleted angles
or .corners.
Steel pole assemblies required to be hot-dip galvanized shall be designed
to provide proper filling, venting and drainage during the cleaning and
galvanizing process.
POLE SHAFT
Steel pedestal shafts shall be fabricated from new 4 1/2 inch O.D. steel
tubing or pipe, and shall be threaded on the bottom end for attachment
to the pole base.
23
SECTION 3.0 SHAFT BASE
SECTION
SECTION
SECTION
4.0
5.0
6.0
Shaft bases shall be constructed with an opening of size and shape to
receive the shaft and shall be threaded. Optionally, the base may be
cast as an integral part of the top of the transformer base or may be of
separate one-piece construction and provided with four holes to receive
the transformer base bolts. Said bolts, when utilized, shall be covered
by removable ornamental cover plates.
TRANSFORMER BASE
The transformer base shall be cast of Aluminum Association Alloy 356-
T6 or ASTM B 108-SG70A and furnished with four galvanized anchor
washers 1/2" thick (minimum) and shaped to conform with the
transformer base flange. The transformer base shall support the load
specified in Article 1.2 and shall be of a breakaway design as set forth
in AASHTO's "Standard Specification for Structural Supports for
Highway Signs, Luminaires and Traffic Signals." The transformer base
shall be a minimum of 1 5" high. The transformer base shall have a door
approximately 8 1/2" x 8 1/2" or larger. The door opening shall be
provided with a cover, and attachment to the transformer base shall be
accomplished by a socket head machine screw or other suitable means.
ANCHOR BOLTS AND SHIMS
Four steel anchor bolts shall be furnished for each pole assembly. Each
anchor bolt shall be threaded at the top and fitted with two nuts and
two flat washers. The embedded end of the bolt shall have a standard
nut, head or 90 degree bend or an equivalent or better device as may be
approved. The anchor bolt material shall have a minimum elongation in
2 inches of 16 percent or in 8 inches of 14 percent. A set of three (3)
"U" shaped galvanized steel shims 1/16 inch thick and three (3) 1/8 inch
thick to fit around the anchor bolts, shall be furnished with each pole to
permit proper alignment.
FINISH
Painted Finish - All surfaces at the time of paint application shall be in
accordance with the requirements for Brush-Off-Blast-Cleaning as
specified in Steel Structures Painting Council Specification SSPC-SP7.
When shipped, each assembly shall be coated, inside and out, in a
manner that will assure all surfaces, at the time of erection, will be
coated with a dry, smooth, continuous, uniform, tightly adhering,
nonchalking film that is a minimum of two (2) mils thick measured over
the peaks of the anchor pattern. The dried film shall contain, on a
weight basis, a minimum of 20% binder solids and a minimum of 25
pigment capable of chemically inhibiting corrosion. A minimum of 12%
of the film shall be a chromate type corrosion inhibiting pigment. The
24
SECTION
7.0
inside of each assembly may either be coated in the same manner as the
outside or may be coated by an acceptable red lead primer. After the
erection of the assembly, the shop coat shall be touched up with shop
coat primer. After the touch up coat is thoroughly dry, each pole
assembly shall be provided with a one (1) mil (dry) thick' film of brown
paint specified and approved by the Engineer.
CERTIFICATION REQUIREMENTS
The Contractor shall submit for approval by the Engineer five (5) prints
of drawings which show all pertinent information and data required for
verifying structural adequacy, and all fabrication and erection details.
(a.)
The drawings shall be prepared on sheets 24 x 36 inches in size,
with 1 1/2 inch left margin and other margins of 1/2 inch.
(b.)
Each sheet shall have a title in the lower right hand corner which
includes the names of the Contractor, Fabricator and sheet
numbering.
(c.)
All material of each component shall be referenced to ASTM
Specifications or to other specifications provided minimum yield
points or yield strengths and elongations are shown.
(d.)
Drawings for only one assembly need be submitted for two or
more which are of identical design and dimensions.
(e.)
Approval of the drawings shall not relieve the Contractor of the
responsibility for correctness and completeness of the drawings,
shop fit field connections and proper galvanizing designs, when
galvanizing is required.
(f.)
The drawings shall bear a fully descriptive and detailed
certification thereon that the assemblies were structurally
designed in accordance with criteria specified in Article 1.0 and
as specified in the project plans.
(g.)
The drawings shall be submitted to, and approved by, the
Engineer prior to fabrication.
25 ~
SECTION
SECTION
SECTION
1.0
1.1
1.2
1.3
2.0
2.1
2.2
2.3
3.0
3.1
POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS
12 INCH, EXPANDABLE, ADJUSTABLE TYPE
GENERAL
The Traffic control signal heads shall be in accordance with the latest
revision of ITE Technical Report No. 1, except as noted below.
Each traffic signal face shall consist of a number of identical signal
sections rigidly fastened together in such a manner as to present a
continuous pleasing appearance.
The electrical and optical system of the signal head shall, unless
otherwise specified, be designed for operation from a power supply of
115 volt, single phase, 50 Hz alternating current and 60-150 watt lamps
conforming to the latest ITE Standard for Traffic Signal Lamps. Unless
otherwise called for in the Plans, the Contractor shall furnish and install
traffic signal lamps.
SIGNAL FACES AND SIGNAL HEADS
Signal faces and signal heads shall be as shown in the Plans, and
installed per requirements in the General Notes.
All housing cases of signal heads shall be rigidly attached, at top and
bottom to 1 1/2" (inside diameter) standard pipe supporting arms or
similar hardware, radiating from hubs at the vertical central axis of the
head and rigidly attached there to in a manner that will assure
permanent alignment of the separate housings. The hub shall be
designed to conform to the type of mounting attachment specified and
provision shall be made for carrying the leads from .each housing
enclosed in the supporting arms to a single outlet in the mounting
attachments. All units of the assembled head shall be of adequate
strength for the purpose intended and shall be constructed of materials
not affected by continuous exposure to sunlight or corrosive
atmospheres.
All traffic signal heads are to be equipped with rigidly-mounted, standard
5-inch backplates, of sectioned aluminum or of polycarbonate.
Backplates are to be mounted so that signal section door hinging
movement is not inhibited, and are to be black in color. Polycarbonate
backplates are to have the black color impregnated during the
manufacturing process, and painting will not be acceptable.
HOUSINGS, DOORS, VISORS AND LENSES
The housing of each section shall be a one piece polycarbonate resin
26
3.2
3.3
3.4
3.5
material with sides, top and bottom integrally molded. The housing shall
be at least .090" (2.3 mm) thick and shall be ribbed so as to produce
the strongest possible assembly consistent with light weight. Two or
more sets of internal bosses shall be provided in each section for
mounting of a terminal block. Terminal blocks shall be securely
mounted (see Section 10).
The top and bottom exterior of the housing shall be of such shape to
assure perfect alignment of assembled sections. The top and bottom of
the housing shall have an opening two inches (50.8 mm) in diameter to
permit entrance of I 1/2" (38.1 mm) pipe brackets.
Individual signal sections shall be fastened together either with at least
4 machine screws between each section or by the bolt and washer
method. Complete signal faces shall provide positive locked positioning
when used with serrated brackets, mast-arm or span-wire fittings.
Provision shall be made for accommodation of the particular type of
mounting specified and attachment of doors, optical units and such
other accessories as may be specified for the particular installation.
Cases shall be designed for adequate strength. Fittings and accessories
shall be of rust resistant materials capable of withstanding constant
exposure to sunlight and corrosive atmospheres, including salt air. All
traffic signal housing cases when assembled, together with doors,
lenses and mounting attachments, shall comprise a dust-and-moisture-
proof housing for the optical units, and shall be of such construction as
to assure permanent alignment of all lenses in the signal faces.
Portions of cases providing for attachment to supporting arms shall be
molded with large bosses for the supporting arms. Each housing case
shall be so attached to its supporting hardware that it will be adjustable
by rotation about its horizontal axis, and may be rigidly clamped in
position required. Provision shall be made for carrying the signal leads
enclosed in the mounting attachment.
Traffic control signal housing cases shall be of the sectional adjustable
expandable type. The assembled housings for each signal face shall
consist of three or more individual sections each designed for housing
a single complete optical unit, rigidly connected by means of bolts
extending through each section or by individual connectors between
sections and forming a single "Signal Face". Both the top and bottom
of each section shall be provided with an opening to accommodate 1
1/2" pipe brackets. A locking ring shall be integrally molded around the
bottom opening. Around the top opening shall be either an integrally
molded locking ring or a separate splined locking ring designed to fit into
notches. The locking rings shall have a minimum of 46 evenly spaced
teeth and shall be so designed that top and bottom rings will mate to
provide a perfectly aligned signal head with flush connection between
27
SECTION
SECTION
3.6
4.0
4.2
4.3
4.4
5.0
5.1
5.2
5.3
the outer circumference of the sections. Individual units shall be so
manufactured that all units are interchangeable.
"Top" and "Bottom" as used in this section refer to the head assembly
in vertical orientation. All heads are to be mounted horizontally.
HOUSING DOOR
The housing door of each signal section shall be a one piece
polycarbonate resin material. The door shall be attached to the housing
by means of two stainless steel hinge pins, or by polycarbonate hinge
pins which are an.integrally molded part of the housing door.
Two stainless steel wingscrews are to be installed on the side of the
door to provide for opening and closing the door without the use of any
special tools. Wingscrews shall have a flat-bearing surface or stainless
steel flat washer to prevent gouging of the housing door by the
wingscrews. Wingscrews shall remain captive in the housing door when
the door is open.
As an alternate to 4.2, a positive latching mechanism, integrally molded
into the housing and housing door, is acceptable.
Design of door, housing, and visor shall be such that no. light is visible
in the profile view of the signal face.
OPTICAL SYSTEM
Each lens shall be provided with an optical unit consisting of a reflector
assembly with leads to the terminal block (which is to be furnished in
each complete housing) together with all bolts, nuts, screws, clips,
hinges, lugs and incidentals necessary for mounting the various parts of
the optical assembly.
Optical system shall consist of a red, yellow, yellow arrow, green or
green arrow lens with a nominal size of 8 3/8" (200 mm) or 12" (300
mm) as specified. Lenses shall be injection molded of a polycarbonate
material, and shall be permanently marked, in an inconspicuous manner,
indicating the top of the lens and the name or trademark of the
manufacturer. When installed, each lens shall be properly "top" oriented
in the horizontally mounted head.
Lenses and optical system shall be capable of withstanding continuous
illumination of a 116 watt lamp in an 8" head, and 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 to American Standards
Association #D-10.1-1958UDC 656.057 optical specifications.
28
SECTION
5.4
6.0
6.1
6.2
6.3
6.4
Each lens and reflector assembly shall be designed such that the
reflector and lens form essentially a sealed unit. This shall be
accomplished through the use of a precision molded neoprene gasket.
The gasket shall marry the lens to the reflector to form this sealed unit.
REFLECTORS
The reflector shall be approximately parabolic in section; made of high
quality clear glass, reasonably free from chips, bubbles, streaks, and
wrinkles. The outer surface shall be silvered by a chemical or electrical
deposition to such thickness that the lighted filament of a 200 watt
incandescent lamp will be invisible through the silvered coating and shall
then be protected by an electrically deposited copper coating. The silver
coating shall be so applied that no foreign substance (solid, liquid or gas)
can penetrate between the two materials 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.
Alzak reflectors will be accepted as alternates. These reflectors shall be
made of specular Alzak aluminum the thickness of the anodid coating to
be a minimum of 0.0001 inches, or its equivalent, spun or drawn from
metal not less than 0.025 inches thick equipped with a bead or flange
on the outer edge to stiffen the reflector and insure its being held true
to shape.
Polycarbonate reflectors will be accepted as alternates, provided the
light color and distribution of the unit meets the ITE standard cited
above.
The reflecting surface shall be totally free of flaws, scratches,
defacements or mechanical distortion.
SECTION
7.0
7.1
LAMP RECEPTACLE
The lamp receptacle shall be of weatherproof molded construction
capable of withstanding without deterioration the high temperatures
within the optical unit during operation and shall be equipped with a
lamp grip to render it impossible for the lamps to be loosened by
vibration. The receptacle in the 8" signals furnished shall be set so as
to place the filament of a standard 60 or 67 watt lamp in the proper
focal position with respect to the reflector. The receptacle in the 12"
signals shall be set so as to place the filament of a standard 150 watt
lamp in the proper focal position with respect to the reflector; Lamp
receptacles shall be rotatable to place the opening between the filament
leads up, and shall be properly oriented when installed in horizontally
mounted head.
29
SECTION
7.2
8.0
8.1
The reflector holder and lamp receptacle holder shall consist of a
structure of such design as to securely hold the reflector and lamp
receptacle. It shall be provided with hinges and/or lugs so spaced as to
give clearance to the hinges or lugs for the door and rigidly hold the
reflector in place. Materials used in the construction of the above parts
shall be of rust resisting material and not subject to corrosion when
subjected to continued exposure in corrosive atmospheres, particularly
salt air.
WIRING
Each reflector assembly shall be provided with two flexible insulated
color coded leads not smaller than No. 18 American Wire Gauge. These
leads are to be securely fastened to the lamp socket and connected to
a terminal block in the same section by means of solderless wire
connectors or binding screws and spade lugs. Color coding for the
identification of the different leads shall be individual so that each lead
can be identified separately by coding alone. In general, the coding for
the identification of the leads shall be as follows:
Lens Hot Wire Neutral Wire
Red Red White w/R Tracer
Yellow Arrow Red w/Y Tracer White w/R & Y Tracer
Yellow Yellow White w/Y Tracer
Green Green White w/G Tracer
St. Arrow Blue White w/B Tracer
Lt. Arrow Blue w/R Tracer White w/B & R Tracer
Rt. Arrow Blue w/Y Tracer White w/B & Y Tracer
SECTION
9.0
9.1
9.2
VISORS
Each signal door shall be equipped with a detachable standard tunnel
(unless otherwise shown in the Plans), polycarbonate resin visor
fastened at four or more points to the door.
The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall
encompass approximately 300 degrees of the lens. Heads may be
shipped with visors detached. If heads are shipped with visors
attached, visors shall be easily removed and replaced without damage
to visor or signal head.
30
SECTION TERMINAL BLOCKS
SECTION
10.0
10.1
10.2
10.3
10.4
1 1.0
Each optical unit (or section) of each signal head shall be wired to a
terminal block mounted near the bottom inside of the unit. The terminal
block shall be securely mounted in an accessible position, be of molded
weatherproof construction, and be equipped with identified terminals for
signal (interior) and field wires. Binding screws shall be provided for
field wires. Solderless connectors or binding screws shall be provided
for interior wiring to the optical unit.
In addition to individual terminal blocks described above, each multiple-
section signal (head) will be provided with a common .terminal block
mount in the top section of each signal head. Each assembled signal
head shall be wired by the supplier to the common terminal block.
If specified, an additional terminal block located within a compartment
shall be provided for common wiring of multiple signal heads located on
a single pole or pedestal. The terminal compartment shall be
weatherproof with cover and molded-construction terminal block with
separate, identified terminals for signal and field wires. A sufficient
number of terminals shall be provided to handle all optical unit wires.
A minimum of twelve connector sets shall be provided. Color coding of
leads shall be maintained, individually, from each optical unit lampholder
to respective terminal in the compartment. Commons from each
housing shall be grouped and carried to one terminal in the
compartment.
Use of terminal compartment described in 10.3 does not eliminate the
requirements for those specified in 10.1 and 10.2.
MOUNTING AND ATTACHMENTS
All mounting attachments shall be of adequate strength for the
purpose intended and shall be constructed of materials not
affected by continued exposure to sunlight or corrosive
atmospheres, particularly salt air. Provision shall be made for
carrying the signal leads enclosed in the mounting attachment.
The mounting attachment, together with supporting arms and
assembled housings, shall comprise a dust-and-moisture-proof
enclosure for optical units and lead wiring. Mounting
attachments shall be as specified for the particular head on the
Plans.
The signal heads, horizontally mounted on the signal mast arms,
shall be installed so that door hinges are on the bottom edge, and
all doors open downward.
31
SECTION 1 2.0 MATERIAL
SECTION
SECTION
13.0
14.0
14.1
14.2
All material used in construction of major signal components shall be of
polycarbonate resin. This material shall be such that it will withstand 70
footpounds of impact without fracture or permanent deformation.
COLORS
The color of signal heads and hardware shall be black. The underside
of visors shall be painted a flat black. Color as specified shall be
integrally impregnated in the polycarbonates resin in the molding
process.
MEASUREMENT AND PAYMENT
Measurement. Traffic signal heads and backplates of the types
specified on the Plans will be measured per each unit. Materials
required and used in installation, such as signal lamps, attachment pipe
and brackets, hardware, internal head wiring, paint, etc., will not be
measured directly, but will be considered subsidiary to the Item "Traffic
Signal Heads".
Payment. Traffic signal head and backplate units, provided, installed
and in place, will be paid for at the unit price bid for respective types
specified in the bid item list. Said prices shall be full compensation for
providing and installing heads and backplates, and for furnishing and
installing all described attachment hardware, signal lamps, internal
wiring, and paint and for all labor, tools, materials, equipment and
incidentals necessary to complete the work.
32
SECTION
1.0
1.1
1.1.1
1.1.2
1.1.3
1.2
1.2.1
1.2.2
1.2.3
1.2.4.
1.2.5
UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS:
CONDUIT, GROUND BOXES, CONCRETE CABINET
FOUNDATIONS AND INSTALLATION PROCEDURES
CONDUIT
Description
This item shall govern for the furnishing and placing of conduit of the
types and sizes indicated on the plans, including ground boxes, fittings,
expansion joints, attachments and incidentals.
Unless otherwise shown on the Plans, all conductors shall be in conduit
except when in metal poles. All conduit and fittings shall be of the sizes
and types shown on the plans.
The Contractor may, at his own expense, use conduit of larger size than
specified on the Plans providing that the larger size is used for the entire
length of conduit run.
Materials
All conduit and fittings shall meet the requirements of the National
Electrical Code and shall be listed by Underwriters Laboratories, and
shall be marked in accordance with the applicable requir, ements of the
NEC.
Ground boxes, expansion joints and conduit fittings shall be fabricated
from a material similar to the connecting conduit unless indicated
otherwise on the plans and shall be listed by Underwriters Laboratories.
Rigid metal conduit shall be steel, hot-dipped galvanized inside and
outside. When tested in accordance with ASTM designation: A 90,
zinc coating shall be a minimum of 1.5 ounces per square foot.
Electrical metallic tubing and intermediate metal conduit shall be steel,
hot-dipped galvanized on the outside and protected on the inside with
a suitable corrosion resistant material. Fittings shall be rain-tight. Set
screw and pressure cast fittings will not be permitted.
Polyvinylchloride and high-density polyethylene conduit shall meet the
requirements of NEMA Standard TC-2 and UL 651, and the requirements
of NEC for Rigid Nonmetallic Conduit. Unless otherwise noted on the
plans, PVC conduit shall be heavy-wall (Schedule 40).
Flexible conduit shall be liquid-tight metal meeting requirements of NEC
and shall be UL-listed. Where conduit system is metallic, all lengths of
flexible metal conduit shall be fitted with bonding jumpers.
33
1.3
1.3.1
1.3.2
1.3.3
1.3.4
1.3.5
1.3.6
1.3.7
Construction Methods
The conduit, ground boxes, fittings and incidentals shall be placed in
accordance with the lines, grades, details and dimensions shown on the
plans, or as directed by the Engineer. Installation of conduit shall be in
accordance with the requirements of NEC. Conduit placed for concrete
encasement shall be secured and supported in such a manner that the
alignment will not be disturbed during the placement of the concrete.
No concrete shall be placed until all of the conduit ends have been
capped and all box openings closed.
Where conduit is threaded in the field, a standard conduit cutting die
with a 3/4 inch tape per foot shall be used. Conduit placed on
structures shall be firmly fastened within 3 feet of each outlet box,
ground box or fitting and at other locations as required by the NEC.
When required by the Engineer, immediately prior' to installation of
conductors or final acceptance, a spherical template having a diameter
of not less than 75 percent of the inside diameter of the conduit shall be
drawn through the conduit to insure that the conduit is free from
obstruction; then all conduit ends shall be closed using permanent type
caps.
Conduit terminating in controller cabinet shall extend vertically,
approximately two inches above the concrete foundatio.n. Field bends
in rigid metal conduit shall have a minimum radius of 12 diameters of
the nominal size of the conduit.
Each length of galvanized rigid metal conduit where used, shall be
reamed and threaded on each end and couplings shall be made up tight.
White-lead paint or equal shall be used on threads of all joints. PVC
conduit shall be joined by solvent-weld method in accordance with the
conduit manufacturer's recommendations. No reducer couplings shall
be used unless specifically indicated on the Plans.
All conduit and fittings shall have the burrs and rough places smoothed
and shall be clean and free of obstructions before the cable is installed.
Ends of conduits shall be capped or plugged until starting of wiring. A
nylon or non-metal pull tape shall be used in pulling cables and
conductors through PVC conduit. Metal tapes will not be permitted in
PVC conduit. The conduits shall be placed as shown on the Plans or as
directed by the Engineer.
PVC conduit which is to be placed under existing pavement, sidewalks,
and driveways shall be placed by first providing a void through which
the PVC conduit shall be inserted. The void may be accomplished by
either boring or jacking a mandrel. Metal conduit which is to be placed
under existing pavement. If it is determined by the Engineer that it is
34
SECTION
2.0
2.1
2.1.1
2.2
2.2.1
2.2.2
2.2.3
impractical to place the conduit as outlined above due to unforseen
obstructions, written permission will be granted by the Engineer for the
Contractor to cut the existing pavement. Pits for jacking or boring shall
not be closer than two feet to the back of the curb or outside edge of
the shoulder unless otherwise directed by the Engineer. The jacking or
boring method used shall not interfere with the operation of street,
highway, or other facility, and shall not weaken or damage any
embankment, structure, or pavement. Heavy jacks are to be used for
jacking. Boring is to be done by mechanical means providing a
maximum one-inch cover cut for the conduit to be placed, and use of
water or other fluids in connection with the boring operation will be
permitted only to the extent to lubricate cuttings. Water jetting will not
be permitted. Where conduit is to be placed under existing asphaltic
pavement, the jacking method is to be used unless written approval is
given by the Engineer for placement of conduit by boring.
GROUND BOX
General
The purpose of this specification is to describe a precast concrete,
ground (pull) box with cover and extension (if required) for use in
underground traffic signal systems. The box shall be used for
terminating and beginning conduit runs of various sizes and also for
accessibility when pulling signal or interconnect cable.
Description
This item shall govern the construction, furnishing and installation of
precast ground boxes in accordance with locations and details shown
on the plans. Unless otherwise noted on plans, ground boxes shall be
precast concrete.
The assembly shall consist of box, cover, and extension (if required).
The box and extension shall be precast concrete. The cover shall be
galvanized steel. The cover shall be fabricated so as to fit properly in a
recessed lip for full .and stable contact on the box and be secured
thereon with at least two stainless steel bolts. The legend "Traffic
Signals" shall be integrally cast into the top surface of the cover, and
the cover shall be provided with a sturdy, stainless steel drop handle to
facilitate removal.
The ground boxes shall have the minimum outside dimensions (LWH) of
19" x 13" x 12". The bottom portion of each will be open, with sturdy
flange around the perimeter so that the box seats firmly on the top of
extension. A minimum of four knockouts, to accept three inch duct,
one on each end and side, shall be provided in each box and extension
section.
35
SECTION
2.3
2.3.1
2.4
2.4.1
3.0
3.1.1
3.1.2
3.2
3.2.1
Materials
Concrete used for constructing the precast concrete ground boxes shall
be Class A conforming to the requirements of the Standard
Specifications for Public Works Construction, North Central Texas,
"Concrete For Structures". Reinforcing steel used in the construction
of the ground boxes shall conform to the requirements of the "Steel
Reinforcement".
Construction Methods
The construction and installation of the ground boxes shall be carried
out in compliance with the requirements herein stated and in conformity
with the details shown on the plans. Upon completion of the work,
each installation shall present a neat and workmanlike finished
appearance.
CABINET FOUNDATIONS
All concrete materials and their preparations shall be in accordance with
the requirements contained in Standard Specifications for Public Works
Construction, North Central Texas, "Drilled Shaft Foundation,"and the
additional requirements herein.
All concrete used in the project shall have the following mix proportions
and characteristics:
Minimum Sacks of Cement (Type II Portland) per cubic yard-5.0
Maximum Water - Cement Ratio - 6.5
Maximum Size of Aggregate - 1 inch
Minimum Compressive Strength in psi (28 day cure at 70 F.) -
3000
Slump Range in inches - 3 to 5
Use of a cement dispersing agent is permissible, but not required when
the temperature of ambient air or of the concrete mix is above 85 F.
Excavation for all required foundations shall be done in accordance with
lines and depth indicated on the Plans. All loose material shall be
removed from the excavation before the concrete is placed, Any water
shall be removed by pumping or bailing, The use of eXplosives will not
be permitted.
Foundations shall be constructed to the dimensions shown on the Plans
or directed by the Engineer. Care shall be used to insure that the top of
the finished foundation is exactly level. Anchor bolts and conduits shall
be held rigidly in place by a template until the concrete is set. A
mechanical vibrator shall be used for compacting and working the
36
SECTION
3.2.2
3.2.3
3.2.4
4.0
4.1
4.2
concrete. After the concrete has been placed and the top struck off, it
shall be covered with wet cotton or burlap mats, for not less than
ninety-six (96) hours.
Backfill shall be tamped with mechanical tamps in 6-inch layers to the
density of the surrounding ground. Where excavation is made in the
surfaced shoulder, the shoulder shall be replaced with material equal to
the original construction.
All excavated material not required for backfill shall be prOmptly
removed and disposed of by the Contractor outside the limits of the
project.
No concrete shall be placed when the atmosphere temperature is at or
below 40 F. (taken in shade away from artificial heat) unless permission
to do so is given by the Engineer.
MEASUREMENT AND PAYMENT
Cabinet Foundation
Measurement. Foundations will be measured per each unit.
Materials required and used in installation, such as reinforcing
steel, ground rods and forms will not be measured directly but
will be considered subsidiary to the Items "Drilled Shaft
Foundation" and "Cabinet Foundation".
Payment. Foundations installed in place, will be paid for at the
unit price bid for respective types specified in the bid item list.
Said prices shall be full compensation for furnishing and installing
all required materials, such as reinforcing steel, concrete, ground
rods, anchor bolts, and for all labor, materials, tools, equipment,
all backfilling, and incidentals necessary to comp!ete the work.
Ground Boxes
Measurement. Ground boxes will be measured per each unit.
Materials required and used in installation, such as bedding
gravel, will not be measured directly, but will be considered
subsidiary to the Item "Ground Boxes".
Payment. Ground boxes, provided and installed in place as
shown on the Plans will be paid for at the unit price bid specified
in the bid item list. Said prices shall be full compensation for
furnishing and installing and for all labor, tools, materials,
equipment and incidentals necessary to complete the work.
37
4.3 Conduit
ao
Measurement. Conduit of the respective sizes and material type
specified on the Plans, will be measured per lineal foot. Materials
required and used in installation, such as couplings and
connecting hardware, will not be measured directly, but will be
considered subsidiary to the Item "Conduit".
Payment. Conduit, provided and installed in place will be paid for
at the unit price bid for respective size and type specified in the
bid item list. Said prices shall be full compensation for furnishing
and installing all described connecting hardware, for cleaning
existing conduit sections (those to be reused) and for all labor,
tools, materials, equipment and incidentals necessary to
complete the work.
38
SECTION
SECTION
SECTION
SECTION
1.0
2.0
3.0
3.1
3.2
3.3
4.0
4.1
MULTIPLE CONDUCTOR AND SINGLE
CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE
GENERAL
This specification covers polyvinylchloride compound-jacketed
polyethylene-insulated multi-conductor cable, and polyvinylchloride
compound-insulated single conductor wire, rated 600 volts, for use in
signal systems in underground conduit, as aerial cable supported by a
messenger or for induction loop detector wire.
GENERAL CONSTRUCTION
Cable under this specification shall be composed of uncoated copper
conductors individually insulated with heat stabilized polyethylene (multi-
conductor) or with polyvinylchloride compound (single 'conductor) as
specified herein. Multiple insulated conductors shall be laid up in a
compact form, bound with suitable tape, and jacketed with
polyvinylchloride compound.
CONDUCTORS
The copper conductors shall, before insulating, conform to the
requirements of ASTM Designation B-3, latest revision for soft annealed
copper wire, and ASTM B-8 for concentric lay, stranded copper wire.
The conductors shall be stranded unless otherwise specified in the plans
and specifications.
The number of size of the conductors shall be as specified in the plans
and specifications.
INSULATION
Multi-Conductor Cable
The insulating compound before application to the conductors shall be
heat-stabilized polyethylene conforming to the requirements of ASTM
Designation D1248, 63T, Type 1, Class B, Grade 4. The insulation shall
be applied concentrically about the conductor. Insulation after the
application to the conductors shall meet the following requirements
when tested in accordance with the procedures given in ASTM
Designation D 1351, latest revision, and ASTM Designation D470, latest
revision.
39
'T-' l' :[
Physical Properties of Polyethylene Insulation
a. Initial Properties
Tensile strength,
lbs. per sq. in., minimum 1400
Elongation at rupture,
percent, minimum 350
b. After 48 hours in air oven at 100° C:
Tensile strength,
percent of original, minimum 75
Elongation at rupture,
percent of original, minimum 75
c. Cold Bend Test, 1 hour at -55° C; plus
or minus 1 degree no cracks (Mandrel
diameter 2.5 times insulation diameter).
4.2 The nominal thickness of the insulation shall be not less than that
specified in Table 1. The minimum thickness of the insulation shall be
not less than 90 percent of the nominal value.
4.3 Moisture Absorption
a. After a twenty-four hour immersion in tap water at 50° C plus or
minius 1 o C, the specific indictive capacity of the insulation shall
be not more than 2.5. After a continued fourteen day
immersion, the specific inductive capacity shall be not more than
1.5 percent higher than the value determined at the end of the
first day, nor more than 1.0 percent higher than at the end of the
seventh day.
b. The moisture absorption tests shall be conducted in accordance
with methods specified in IPCEA S-61-402, NEMA WC5, latest
revision.
4.4 Electrical Properties
a. Dielectric Strength
Each processed length of insulated conductor before cabling shall
withstand the test voltage specified in Table I for a period of 5
minutes after immersion in water for not less than 6 hours and
while still immersed.
b. Insulation Resistance
Each processed length of insulated conductor, after withstanding
the Dielectric Strength Test, and while still immersed, shall
40
Co
comply with the insulation resistance requirements of Table 1.
The Dielectric Strength and Insulation resistance Tests shall be
conducted in accordance with the requirements of ASTM
Designation D470, latest revision.
TABLE 1
INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE
Insulation Resistance
Conductor Insulation Test at 60°F. Megohms -
Size, AWG 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
10 .030 3000 10,100
9 .030 3000 9,200
8 .030 3000 8,300
4.5
4.6
Single Conductor Cable
The insulation shall be tough, durable, stabilized polyvinylchloride
compound meeting the requirements of Underwriter's Laboratories Type
THW.
The physical characteristics of the insulation shall be as given in Table
II. Tests of these characteristics shall be made in accordance with
ASTM designation D-470, latest revision.
41
TABLE II
a. Initial Properties:
Tensile strength, lbs. per sq. inch, min. 2300
Elongation, percent, min. 250
b. After 120 hours in Air Oven at 100°C:
Tensile strength, percent of original, min. 85
Elongation at rupture, percent of original, min. 60
c. Cold Bend Test. I Hour at -55°C, no cracks
(Mandrel Diameter 2.5 times covering
diameter)
d. Flame Test, self-extinguishing in minutes, max. I
4.7
Thickness, Diameters and Weights
The completed conductor shall conform to the requirements of
Table Ill.
The thickness of the insulation shall be not less than 90% of the
nominal value in Table III.
The minimum spot thickness shall be not less than 70% of the
nominal thickness.
Conductor
Size
AWG
TABLE Ill
Nominal Approx. Approx.
Thickness O.D. Weight
of Covering Inches Lbs/M Ft.
4 .045" .300 131
6 .045" .260 85
8 .045" .220 56
10 .030" .174 34
12 .030" .140 23
SECTION
5.0
5.1
CONDUCTOR COLOR CODING
Multi-Conductor Cable
Standard color coding for cables shall be in accordance with Table IV.
When permitted by the purchaser, the conductor coding may be
numerals and words printed on the conductor insulation. Base colors
shall be obtained by the use of colored insulation. Tracers shall be
42
colored stripes or bands which are part of, or firmly adhered to, the
surface of the insulation in such a manner as to afford dis'tinctive circuit
coding throughout the length of each wire. Tracers may be in
continuous or broken lines, such as a series of dots or dashes, and shall
be applied longitudinally, annularly, spirally or in other distinctive
patterns.
TABLE IV
CONDUCTOR COLORS AND SEQUENCE
Conductor No. Base Color First Tracer
1 Black
2 White
3 Red
4 Green
5 Orange
6 Blue
7 White Black
8 Red Black
9 Green Black
10 Orange Black
11 Blue Black
1 2 Black White
13 Red White
14 Green White
15 Blue White
16 Black Red
17 White Red
18 Orange Red
19 Blue Red
20 Red Green
21 Orange Green
43
SECTION
5.2
5.3
5.4
5.5
6.0
6.1
6.2
The color sequence may be repeated as necessary. Color code
sequence applies when cable is composed of mixed sizes.
Special color coding, when specified in unpaired conductor cables, shall
consist of black for all conductors except that one conductor shall be
identifiable conductor in each layer.
For combinatiOn cables consisting of pairs with single conductors, color
code sequence given in Table IV, shall be used for pairs, repeated as
necessary.
Single Conductor Cable
Black covering shall be used for signal and power circuit positive. White
covering shall be used for signal and power circuit common. Red
covering shall be used for detector positive. Blue covering shall be used
for detector circuit common. Covering colors shall be obtained by use
of colored polyvinylchloride.
CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE)
Two-Conductor Cable
a. Two-conductor cables shall have a maximum length of lay not
more than 30 times the installed conductor diameters.
b. Two-conductor cables shall be of the round, twisted type.
c. Fillers shall be used where necessary to form a (wo-conductor
round twisted cable.
Multi-Conductor Cables Having More Than Two Conductors
a. In multi-conductor cables having more than two conductors, the
single conductors shall be laid up symmetrically in layers with lay
not exceeding the following:
Number of
Conductors
3
4
5 or more
Maximum Length of Lay
35 times insulated conductor diameter
40 times insulated conductor diameter
15 times assembled core diameter
Each layer of conductors in the cable shall be laid in a direction
opposite to that of adjacent layers. When permitted by trhe
44
SECTION
6.3
6.4
7.0
7.1
purchaser, unidirectional lay may be used. The outer layer shall
be left-hand lay.
Fillers shall be used, where necessary, to secure a uniform assembly of
conductors of a firm, compact cylindrical core. Fillers shall be of a non-
metallic moisture-resistant material which has no injurous effect on
adjacent components.
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.
JACKET (MULTI-CONDUCTOR CABLE)
Over the taped conductor assembly there shall be applied a tightly fitting
polyvinylchloride compound jacket which shall meet the following
requirements when tested in accordance with ASTM Designation D-
1047, latest revision.
45
7.2
bo
so
PHYSICAL PROPERTIES
OF POLYVINYLCHLORIDE JACKET
Initial Properties:
Tensile Strength,
lbs., per sq. in., minimum
Elongation at rupture
percent, minimum
After 5 days in air oven at 100° C:
Tensile Strength
percent of original, minimum
Elongation at rupture
percent of original, minimum
Head Shock Test, Air Oven, 1 hour at 121°C:
no cracks
Heat Distortion Test, Air Oven, 1 hour
at 121 °C:
Decrease in thickness,
percent, maximum
Cold Bent Test, 1 hour at -40°C: no cracks
Flame Test, minutes burning, maximum
After 4 hours in ASTM No. 2 oil at 70°C:
Tensile Strength,
percent of original, min.
Elongation at rupture,
percent of original, min.
1800
250
85
60
50
8O
60
The nominal thickness of the jacket shall be as specified in Table V. The
average thickness shall be not less than 90% of the specified thickness.
The minimum thickness shall be not less than 70% of the nominal
thickness.
46
SECTION
SECTION
TABLE V
Calculated Diameter of Cable
Under Jacket, Inches
Jacket Thickness
Mils
0.425 andless 45
0.426-0.700 60
0.701-1.500 80
1.501- 2.500 110
2.501 andlarger 140
8.0
8.1
8.2
9.0
9.1
9.2
9.3
9.4
IDENTIFICATION
Each shipping length of multi-conductor cable shall have a tape showing
the name of the manufacturer and the year in which the cable is
manufactured, placed over or under the tape covering the conductor
assembly before the application of outer coverings. As an alternate
method of identification, the above information may be applied to the
outer surface of the jacket.
Each shipping length of single conductor shall have indented printing On
a tape or other permanent identification showing the name of the
manufacturer and the year in which the conductor is manufactured.
SAMPLING, INSPECTING AND ACCEPTANCE
Inspection and tests shall be made prior to shipment and at the place of
manufacture.
The Contractor shall furnish the Engineer in suitable form, a certified
report of the tests made on the cable to show compliance with this
specification.
Tests on Entire Cable - The individual conductors of each length of
completed cable shall meet the voltage and insulation resistance
requirements of Section 4, except that the final electrical test on
multiple conductor cables may be made without immersion in water.
Each conductor of a multiple conductor cable shall be tested against all
other conductors and shield if present.
Sample Tests One sample for establishing conformity to this
specification shall be taken from each 10,000 feet or fraction thereof,
of each type and size of cable except that for the physical dimensions
and the visual inspection a sample shall be taken from each reel. In
case that these samples fail to meet the requirements of this
specification, two additional samples shall be selected fr. om new cable
47
SECTION
SECTION
10.0
11.0
11.1
11.1.1
11.1.2
11.1.3
lengths and the lot shall be accepted if retests are both satisfactory.
However, in case of any failure on the retest, the lot shall be rejected.
PACKING AND MARKING FOR SHIPMENT
Reels for multi-conductor cable shall be substantially constructed and in
good condition. The cables shall be suitably protected. Each end of the
cable shall be available for testing, properly sealed, and protected
against injury. Each reel shall be plainly and permanently marked with
manufacturer's full description of the cable, giving the length of the
cable on the reel, the number of conductors in the cable and the date of
shipment from the factory.
INSTALLATION OF CABLE
General
The cables shall be installed in the conduit. The conduit must be
continuous, reasonably dry, completely free of debris, and
without any sharp projections, edges, or short bends. The
conductors shall be installed in such manner and by such
methods as to insure against harmful stretching of the conductor
or damage to the insulation and shall conform to the
recommendations of the cable manufacturer. The Contractor
shall furnish, at the request of the Engineer, at least two copies
of the manufacturer's recommendations, including methods of
attaching pulling tension per conductor size and per radius of
conduit bend, and the type of lubricant to be used.
All cables in a given conduit run shall be pulled at the same time
and the conductors shall be assembled to form one loop in such
a manner that the pulling tension is distributed to all the cables.
Long, hard pulls will necessitate the use of pulling eyes. For
short runs, the cables may be gripped directly by the conductors
by forming them into a loop to which the pull wire or rope can be
attached. The insulation on each conductor shall be removed
before the loop is formed. The method used will depend on the
anticipated maximum pulling tension in each case.
In many instances, existing conduits which contain signal cable
are to be used for the installation of new cables. In such
locations, the existing cable(s) may be used to pull in the new
cables. Should the Contractor desire to install new cables
without removing the existing cables, the new installation shall
be done in such a way as to prevent damage to the existing
and/or new cables. In the event of damage, the Contractor shall
bear the responsibility of replacement of defective cables.
48
11.1.4
11.1.5
11.2
11.2.1
11.3
11.3.1
11.3.2
The manufacturer's recommended maximum pulling tensions
shall not be exceeded under any circumstances. If so required
by the Engineer, the Contractor shall insert a dynamometer in the
pull wire as the cables are being pulled into the conduit to
demonstrate that the maximum tensions are not being exceeded.
The cable shall be fed freely off the reel into the conduit without
making a reverse curve. At the pulling end, the pull wire and or
other suitable devices shall be used as required to reduce any
hazards to the cable during installation. The cables shall be
adequately lubricated to reduce friction and further minimize
possible damage. Such lubricants shall not be the grease or oil
type used on lead sheathed cables but shall be one of several
commercially available wire pulling compounds that are suitable
for these kinds of cables. They shall consist of soap, talc, mica,
or similar materials and shall be designed to have no deleterious
effect on the cables being used.
The cables shall be neatly trained to their destinations in
manholes, cabinets, pole bases, pullboxes, and all other
terminations. The cable manufacturer's recommended values for
the minimum bending radii to which cables may be bent for
permanent training during installation shall be adhered to. These
limits do not apply to conduit bends, sheaves or other curved
surfaces around which these cables may be pulled under tension
while being installed. Larger radius bends are required for such
conditions.
Wire and Cable
All wire and cable shall conform to the requirements shown on
the plans, except wire and cable specifically covered by other
items of this contract. The minimum size of conductors shall be
as indicated on the plans.
Controller Cabinet Wiring
Wiring for the controller shall consist of connecting to its
terminals (1) wires to signals (2) wires to detectors (3) wires to
pedestrian push buttons (4) the power wires, (5) the ground
wires, and (6) the interconnect wires. At the controller all
conductors from the field shall be stripped back and an eye hook
formed in the wire. These "hooks" shall be inserted under the
binder head screw and tightened securely. Other wiring for the
controller shall be as required by the wiring diagrams and
instructions furnished with the controller by the manufacturer.
All field wiring in cabinets shall be neatly done. Incoming cables
shall be trained to their destination and neatly laced together.
49
11.4
11.4.1
11.5
11.5.1
11.5.2
Communication and detector lead-in cables shall be clearly
identified by use of metal or plastic tags. For example:
Eastbound Right Lane.
Signal Head Wiring
Wiring for the signal head shall consist of connecting the terminal
block in each signal section to the common terminal block in
each signal face and where applicable, connecting the common
terminal block in each signal face to the terminal block in the
signal-head terminal compartment. All such connecting wires
shall be number twelve (12) American Wire Gauge. All
conductors running from any terminal points located in the pole
or transformer base to the signal head terminals shall likewise be
number twelve (12) A.W.G. The Contractor shall furnish the NO.
12 A.W.G. for this work.
Terminals and Splices
Except for controllers, the ends of all wires which are to be
attached to terminal posts shall be provided with solderless
terminals that meet the requirements of the National Electrical
Code.
Unless otherwise called for in the plans, splices will be permitted
in the wires of signal conductors only in the base of each signal
pole at terminal points called for in the plar{s. If lead-in
conductors from detectors to controller are of different type than
the detector leads, a water-tight splice, acceptable to the
Engineer, may be made in ground box adjacent to the detector
location. Splices at points other than as stated above may be
made only with the written permission of the Engineer. All
splices shall be water tight. Splicing methods shall be in
accordance with good electrical practice and the cable
manufacturer's recommendations. All materials used shall be
high quality and specifically intended for these purposes. The
cables shall be trained to their final position and cut to proper
lengths. The jacket and insulation shall be removed as required.
In doing this, use proper care to insure against nicking the
conductors. The connector shall be soldered. Heat shall be
applied by the use of hot solder. Heating the connection with a
direct flame will not be permitted. Care shall be used to protect
the insulation when soldering. The entire surface shall be
cleaned taking special care in cleaning outside jacket in order to
remove the wax finish. Before the first layer of tape is wrapped,
the entire area shall be coated with an electric grade rubber
cement. After this solvent has dried, the connection shall be
insulated with electrical grade rubber splicing compound tape to
50
SECTION
11.5.3
1 1.5.4
11.6
11.6.1
11.7
1 1.7.1
12.0
12.1
proper thickness. This tape requires a pressure and thus must be
stretched to 2/3 width when applied. The completed splice shall
be covered with a half-lap layer of vinyl plastic electrical tape.
This wrapping shall be smooth but the tape shall not be
stretched more than necessary.
Splices in communication cables shall include the shield. Splices
between cable pairs shall be made with Scotchlock solderless
connectors designed for this specific application. The completed
splice shall be insulated with a re-enterable plastic splice case.
Splices at points other than those shown on the plans may be
made only with the written permission of the Engineer.
The Engineer shall select at random at least 5 splices to be
thoroughly inspected. The Contractor shall, in the presence of
the Engineer, sectionalize the splice to expose the various layers
of materials and the connector. The splice shall be thoroughly
checked for compliance to these special provisions. The splice
shall then be remade by the Contractor. This work shall not
require extra payment, but is considered subsidiary to other
items in the contract. All of the splices selected for this
inspection shall conform to the requirement of these special
provisions. If any splices fail to meet these requirements, ten
(1 O) more splices shall be selected to random by the Engineer for
inspection.
Enclosed Wiring
Except for span wire suspended cables and electrical wiring
within steel signal poles, all cables and single conductor wire
above the ground surface shall be enclosed in approved metal
conduit up to but no closer than one foot of the lowest power
conductor. The power entrance to the controller, may be made
through underground polyvinyl-chloride conduit.
Identification of Signal Wires
IMSA color coded signal cable shall be used to wire bases,
pullboxes and controllers. Colors shall be continuous from the
point of origin to the point of termination. Splices will be
permitted if same colors are spliced.
GROUNDING AND BONDING
There shall be a properly installed and connected ground rod for each
controller cabinet and power drop to reduce any extraneous voltage to
a safe level. The location of the ground rod shall be such as to minimize
the length of the grounding-conductor run. All grounding circuits shall
51
SECTION
12.2
12.2.1
12.3
12.3.1
1 2.4
12.4.1
13.0
be substantial and permanent and shall be electrically continuous with
an ohms-to-ground resistance not to exceed 10 ohms when tested by
a volt-ohm-meter.
Signal and Controller
The signal pole housing, controller housing, signal common and
service common shall be grounded. All groundings shall be as
shown on the plans and/or may be indicated in the
manufacturer's specifications and wiring diagrams. All grounding
devices used shall conform to the requirements of the National
Electrical Code. The service common at the pole from which the
power is taken shall be grounded.
Conduit and Signal Posts
Metal conduit and metal signal posts or pedestals shall be
bonded to form a continuous system and shall be effectively
grounded. Bonding jumpers shall be No. 8 copper wire or equal.
Grounding Connectors and Electrodes
The grounding conductor shall be a No. 8 A.W.G. stranded
copper wire. The conductor shall be bonded to ground rods.
Ground rod electrodes shall be copper-bonded steel being at least
3/8 inch in diameter and shall be driven into the ground to a
depth sufficient to provide the required resistance between
electrodes and ground (10 ohms). All ground rods shall be a
minimum of six feet long. When the location precludes driving
a single ground rod to a depth of six feet or when a multiple
ground rod matrix is used to obtain the required resistance to
ground, ground rods shall be spaced at least six feet apart and
bonded by a minimum No. 8 A.W.G. copper wire. Connections
to underground metallic conduit shall not be considered sufficient
for grounding requirements. Connection of grounding circuits to
grounding electrodes shall be by devices which will ensure a
positive, fail-safe grip between the conductor and the electrode
(such as lugs or pressure connectors). No splice joint will be
permitted in the grounding conductor.
MEASUREMENT AND PAYMENT
Single and multi-conductor cable, installed and in place, and of the size
and number of conductors specified on the Plans, will be paid for at the
unit prices bid as specified in the bid item list. Said payment shall be
full compensation for furnishing and installing cable with proper
grounding, and for all labor, tools, materials, equipment and incidentals
necessary to complete the work.
52
SECTION 14.0 GUARANTY
If it is the normal trade practice for the manufacturer to furnish a
guaranty for the work provided herein, the Contractor shall turn this
guaranty over to the Engineer for potential dealing with the guarantor.
The extent of such guaranty will not be a factor in selecting the
successful bidder.
53
VEHICLE AND PEDESTRIAN DETECTORS;
DETECTOR AMPLIFIERS; LEAD-IN CABLE; PEDESTRIAN
PUSH BUTTONS; INSTALLATION PROCEDURES
SECTION 1.0 GENERAL
This specification covers minimum design and functional requirements
of electronic loop detector amplifiers, lead-in cable for loop detectors,
pedestrian detector push buttons, and the installation requirement for
detector components within a traffic signal system.
SECTION 2.0 LOOP DETECTOR AMPLIFIER
2.0.1 All loop detector units supplied for this project shall meet the latest
NEMA requirements.
2.0.2 The loop detector units provided shall be digital, solid state devices
designed for 120 VAC operation and stand alone shelf mounting.
2.0.3 The loop detector units shall be dual channel units and operate in three
modes-delay, extension, and normal.
2.0.4 The loop detector provide following
unit
shall
also
the
features:
· "Failsafe" open loop recognition responds to broken loop/lead-in
connections with a continuous call and indication.
· "Remote Reset" is a ground level signal which resets presence
suspicious Open loop memory not
indications
of
calls.
shall
be
lost, and an open loop indication cannot be reset,
· "Open Loop Test" feature allows the detector to continue to
operate on intermittently open loop systems. A momentary open
(broken wire, poor splice, loose connections) will be stored in
memory.
2.1 Functional Requirements
2.1.1 The unit shall be capable of detecting presence of any vehicle with a
metal mass, stopped or moving at speeds up to 80 MPH within the
detection zone of an induction loop.
2.1.2 Detection shall be purely electronic and shall respond to a change of
inductance of the loop caused by the presence of a vehicle in the field
of influence of the loop.
? 54
2.1.3
2.1.4
2.1.5
2.1.6
2.1.7
Inductive tuning to loops of various configurations shall be automatic,
the unit accommodating loop circuits in the range of 0 to 2000
microhenries. Tuning controls of any kind of this function will not be
acceptable.
Each unit or detection channel shall be self tuning on initial turn-on and
self returning within 10 seconds of reactivation or restoration of
electrical power.
In each unit or detection channel the method of measurement shall be
crystal referenced digital period counting. Multiple channels within the
same unit shall operate on a sequential scanning basis, that is, only one
channel per unit shall be active at any point in time.
Each unit or detection channel shall be capable of operation in one of
two front panel switch selectable modes:
Pulse Mode - A vehicle passing over the loop shall cause a
programmable output pulse of from 15 to 236 millisecond
duration. In this mode the detector shall rephase 2 seconds after
initiation of the above described output pulse. The rephase
sequence shall allow detection of the smallest detectable vehicle,
three seconds subsequent to detection of a stopped automobile
in the loop field.
Presence Mode Continuous output based on continuous
occupancy of the loop field. Minimum hold time for smallest
detectable vehicle shall be four minutes. Hold time for
automobiles shall be no more than 120 minutes and no less than
60 minutes with a 3 turn compact loop and minimum cable lead-
in.
At least three (3) front panel switch selectable levels of sensitivity shall
be provided in each unit or detection channel, for each mode described
in paragraph 2.1.5. Sensitivity range shall be adequate to detect both
the smallest and the largest detectable vehicles stopped or passing over
various loop configurations, with lead-in cable length up to 1000 feet.
"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.
55
2.2 Electrical Requirements
2.2.1
Detector amplifier units shall be either of the two types described below.
Type determination shall be based on practical application and space
utilization within the controller cabinet.
ao
Shelf-mounted, self-powered units shall include two detection
channels and operate on input voltage from 95 VAC to 135
VAC, (Power supply contained in unit). Single channel units shall
interface with a 10-pin (MS-3106A18-1S) mating connector.
Dual channel units shall interface with one 19-pin (MS-3106A22-
14S) or two 10-pin (MS-3106A18-1S) connectors. Varistors
between power line leads shall be provided to limit peak transient
voltage to 270 VDC.
2.2.2
Each detection channel shall be provided with an isolated output circuit
such that detection is indicated in a conductive state by either: (a) An
output relay (250 V @ lA or 28 V @ 2A resistive load), (b) An optically
isolated Darlington transistor (30 VDC @ 50 MA). Selection of one of
the above output options shall be based on practical application to the
type of signal controller used.
2.2.3 Operation of detection channel shall not terminate if loops are defective
through either single point leakage to ground, or short to ground.
2.2.4 Circuitry in the detection channel shall be such that output response to
an open loop is selectable as either a detection or "no detection".
2.2.5 Each detection channel shall have circuit board programming capability
to modify performance for particular applications as follows:
Pulse Mode: Output duration of pulse shall have for
programmable nominal values of 15, 19, 118 and 236
milliseconds.
Presence Mode: Gradual adapt hold time shall be programmable
such that an automobile on a 3-turn 6' x 6' loop will be held in
one of three ranges; 112 to 1 hour, 1 to 2 hours or 2 to 4 hours.
2.2.6
Each detection channel shall be protected against lightning strikes. It
shall be capable of withstanding the discharge of a two (2) microfarad
capacitor charged to 1000 volts across the loop terminals and from each
loop terminal to earth ground.
2.2.7 The detection system(s) shall operate properly at temperatures from -
35oF. to +165oF. and at relative humidity to 100%.
56
SECTION
2.3
2.4
3.0
3.1
3.1.1
3.2
3.2.1
3.2.2
Documentation
Each detector unit shall be provided with the following:
a. Complete and accurate schematic diagram(s).
b. Complete installation procedures.
c. Complete performance specifications, electrical and mechanical.
d. Complete parts list including names of vendors for parts not
identified by universal part numbers (JEDEC, RETMA or EIA).
e. Pictorial of component layouts or circuit board(s).
f. Maintenance and trouble shooting procedures.
g. Stage by stage theory of circuits and their operation.
Guaranty
If it is normal trade practice for the manufacturer to furnish a guarantee
for the work provided herein, the Contractor shall turn this guarantee
over to the Engineer for potential dealing with the guarantor. The extent
of such guarantee will not be a factor in selecting the successful bidder.
LOOP DETECTOR INSTALLATION
Description
This section specifies the Contractor's responsibility for loop vehicle
detector installation. This item shall govern for furnishing and placing
of detector loops of all configurations and dimensions shown on the
plans, loop wire, attachments, loop testing, and incidentals necessary
to properly install detector loops.
Materials
Loop wire conductors shall be #/~A.W.G., soft drawn, stranded wire,
Type THHW or Type XHHW, rated for 600V.
Detector lead-in cable shall be a twisted 100% shielded pair of No. 14
AWG stranded wire and a No. 16 AWG stranded drain wire in a chrome
vinyl jacket. (Beldon 8720 or an approved equivalent shall be used).
57
3.3
3.3.1
3.3.2
Detector Loop Installation
The installation of loop detectors shall occur as indicated on the plans
"Detector Details."
The layout of the loop detector shall be performed by the Contractor in
the presence of the Engineer. The Engineer shall be notified in advance
of installation at a particular site location and will verify the spotting by
the installation crew. In the event that it is not possible for the Engineer
to be available as specified above, the Contractor shall proceed with the
layout task. Detector loop locations relative to the back of curb as
shown on "Layout Plans" shall be maintained, unless written permission
is received from the Engineer.
3.3.3
Slots shall be cut in the roadway, as shown in the plans, into which the
loop wire shall be installed. The saw slots shall be cleaned thoroughly
with clean dry air from an air compressor. The saw slots shall be
checked and cleared of any debris and jagged edges before the loop
wires are placed. The loop wires shall be placed in the saw cut with a
non-blunt object.
3.3.4
Slot sealant shall be a one-part formula, requiring no mixing, as Type 3M
detector loop sealant, or approved equal. All saw cuts must be of
sufficient width and depth, that all loop wire contained in the cut is
completely encapsulated when the epoxy sealant is poured.
3.3.5
Loop wire cable shall run continuously, without splicing from the ground
box, through the 1" connecting conduit to the loop configuration in the
pavement and returned through the conduit to the ground box, for
connection to lead-in cable.
3.3.6
The successive turns of loop wire for each different loop configuration
is shown on the "Detector Details." The two lead-in wires shall be
twisted together to form a symmetrically twisted pair. The loop lead-in
shall be twisted a minimum of five (5) turns per foot.
3.3.7
Where two or more loop lead-ins enter a ground box, a minimum
separation of one (1) foot shall be maintained between loop leads
underneath the pavement surface.
3.3.8 A minimum of 2" loop wire slack shall be provided at each expansion
joint in the concrete pavement.
3.3.9
The loop wires shall be connected to the detector lead-in cable in the
pullbox adjacent to the loop location. ~J~connection shall be a
waterproof splice in which the conducto~' are soldered.. The drain wire
in the lead-in cable shall be left open at/the spliCe and ~'rounded at the
cabinet terminals only, unless otherwis~ recommended/by the detector
/ /
5.2.
5.3
5.4
specified in the bid item list. Said payment shall be full compensation
for furnishing and installing amplifier unit including wiring harnesses and
required power supply, surge voltage protectors and for all labor, tools,
materials, equipment and incidentals necessary to complete the work.
Loop Detector Installation
Detector loops will be paid for at the unit price bid for "Detector Loop,"
of the types and sizes specified in the bid items. These prices shall each
be full compensation for furnishing and installing all detector loops,
including marking locations of loops, saw cuts, loop wires, sealant,
attachment devices, and for all labor, tools, equipment, and incidentals
as necessary to complete the work.
Detector Lead-In Cable
Detector lead-in cable will be paid for at the unit price bid for "Detector
Lead-In cable, 2C #14 AWG" as shown in the plans. These prices shall
be full compensation for furnishing and installing all detector lead-in
cable including the splicing and testing and for all labor, tools,
equipment, and incidentals as necessary to complete the work.
Pedestrian Push Buttons
Pedestrian push buttons will be measured per each. Materials required
and used in installation, such as supplemental signs and mounting
hardware shall not be paid for directly, but shall be considered
subsidiary to the Item "Pedestrian Push Buttons". Pedestrian push
buttons, installed in place, will be paid for at the unit prices bid as
specified in the bid item list. Said payment shall be full compensation
for furnishing and installing push buttons, supplemental use signs, and
for all labor, tools, equipment, materials and incidentals necessary to
complete the work.
60
SECTION
SECTION
1.0
1.1
1.1.1
1.1.2
1.2
2.0
2.1
2.2
POWER SERVICE AND SERVICE EQUIPMENT
AND GENERAL SYSTEM WIRING PROCEDURES
POWER SERVICE AND SERVICE EQUIPMENT
Power Service Connection
The Contractor shall make all arrangements for connection to the power
service, shall obtain meter and meter socket from the Power Company
when they are required and install them in accordance with the Plans,
and shall furnish and install all other materials necessary to make the
power connection which are not furnished by the Power Company.
Unless otherwise called for in the Plans, the power connection shall be
made to a 115-125 volt, single-phase, 60 cycle A.C. supply. The wire
used for the power connection shall be a minimum size as indicated on
the Plans and shall be insulated for six hundred (600) volts. The
common wire shall be white-coded and the power positive shall be
black-coded.
Power Service Equipment Requirements
Power service equipment shall meet the following requirements: (a)
Lightning arrestor will be provided. It shall be of the valve type, 0-650
volt with bracket for cabinet mounting and shall be connected between
hot leg and ground, per drawing in Plans. (b) Circuit breakers will be
provided. They shall be 125 Ampere Frame, single pole, 120 volt, 5000
lAS meeting Federal Specification W-C-375A, installed as shown on the
Plans. (c) All miscellaneous hardware, i.e., conduit, conductors, pedestal
cabinet and weatherhead, shall be installed as shown in the Plan details.
Conductors shall be of the size indicated and be type THW meeting
applicable ASTM specifications.
SYSTEM WIRING METHODS
Controller
Wiring for the controller shall consist of connecting to its terminals (1)
wires to signals, (2) wires to detectors, (3) the power wires and (4) the
ground wires. Other wiring for the controller shall be as required by the
wiring diagrams and instructions furnished with the controller by the
manufacturer.
Signal Heads
Wiring for the signal head shall consist of connecting the terminal block
in each signal section to the common terminal block in each signal face
to the terminal block in the signal head terminal compartment. All such
61
2.3
2.4
2.5
2.6
2.7
2.8
connecting wires shall be number twelve (12) American Wire Gauge.
All conductors running from any terminal points located in the pole or
transformer base, to the signal head terminals shall likewise be number
twelve (12) AWG.
Splices
Unless otherwise called for in the Plans, splices will be permitted in the
wires of signal conductors only in the transformer base or handhold of
each signal pole at terminal points called for on the Plans. Splices at
points other than as stated above may be made only with the written
permission of the Engineer. All splices shall be watertight.
Terminals
Except for controllers, the ends of all wires which are to be attached to
terminal posts shall be provided with solderless terminals that meet the
requirements of the National Electrical Code.
Wire and Cable
All wire and cable shall conform to the requirements shown on the
Plans, except wire and cable specifically covered by other items of this
contract. The minimum size of conductors shall be as indicated on the
Plans.
Enclosed Wiring
Except for span wire suspended cables and electrical wiring within steel
signal poles, all cables and single conductor wire within twenty-one (21)
feet above the ground surface shall be enclosed in approved metal
conduit. Power-tap lines carried down poles shall be placed in metal
conduit. The power entrance to the controller shall be made through
underground polyvinylchloride conduit only.
Identification of Signal Wires
Numbered identification tags of metal, plastic or tape shall be placed
around each wire adjacent to wire ends in the controller cabinet, signal
head and signal-pole-base terminal boxes.
Signal and Controller
The signal poles, controller housing, signal common and service
common shall be grounded. All grounding shall be as shown on the
Plans and/or as may be indicated in the manufacturer's specifications
and wiring diagrams. All grounding devices used shall conform to the
requirements of the National Electric Code. The service'common at the
62
SECTION
2.9
2.10
2.11
3.0
3.1
3.2
pole or service pedestal from which the power is taken shall be
grounded.
Conduit and Signal Poles
Metal conduit and metal signal poles or pedestals shall be bonded to
form a continuous system and shall be effectively grounded. Bonding
jumpers shall be No. 8 copper wire or equal.
After the signal cable connecting the signal and the controller is in place,
the unfilled portion of the conduit openings shall be sealed with a sealing
compound in accordance with the National Electrical Code.
The sealing compound used shall have a melting point of not less than
two hundred (200) degrees Fahrenheit, and shall not be adversely
affected by the surrounding atmosphere or moisture.
MEASUREMENT AND PAYMENT
Wire and cable referred to in Section 1.0 is covered by other parts of
this specification. Payment for wire and cable is per respective items in
the bid item list.
Power Service
Measurement. The power service will be measured per each
unit. Materials required in installation, such as lightning arrestor,
circuit breaker, enclosure, foundation, and incidentals will not be
paid for directly, but will be considered subsidiary to the Item
"Power Service Pedestal and Equipment".
Payment. Power service, installed in place, will be paid for at the
unit price bid as specified in the bid item list. Said payment shall
be full compensation for furnishing and installing, circuit
breakers, weatherheads, lightning arrestor and required
incidentals and for all labor, tools, equipment, materials and
incidentals necessary to complete the work.
63
SECTION
1.0
1.1
1.2
1.3
RETROREFLECTIVE
PREFABRICATED PAVEMENT MARKINGS
SCOPE OF WORK AND GENERAL CHARACTERISTICS
This specification shall govern the materials, composition, application,
measurement, and payment of pavement markings of the color, length
thickness, and width as specified in the Plans and in accordance with
the lines and positions shown on the Plans or as established by the
Engineer. It is the object of this specification to insure the installation
of tightly adherent, defect-free pavement markings of quality, visibility,
and durability, to either asphaltic or portland cement road surfaces.
Markings to be installed on roadways under traffic operation conditions
shall be placed with a minimum of interference to the operation of the
facility.
Pavement marking material shall be a beaded/pigmented film product
especially compounded for traffic markings, Each container or roll shall
be clearly and adequately marked to indicate color, weight, type of
material, and lot or batch number (a lot or batch shall be defined as each
individual blend or mix that produces a finished product ready for use),
The materials shall have the following characteristics:
a. When in place for use, the markings shall be slippery when wet.
The material shall have adhesion to the surface sufficient to
prevent tearing, roll-back, shrinkage and lifting under all weather
conditions.
Co
When in place, the material shall not exhibit a tacky or sticky
surface.
Cold ductility of the material shall permit movement of same with
the normal shifting of the road surface without chipping or
cracking.
The markings shall retain their original color, dimensions, and
position (relative to surface) under normal traffic conditions at
road surface temperatures from 0°C (+ 32F) to 70°C (158°F).
When applied, the film material shall be 0.012" thick and
essentially have a uniform cross-section with uniform density and
material quality throughout the thickness. The material shall be
95 percent free of voids and holes and virtually free of blisters.
64
SECTION
SECTION
2.0
2.1
2.2
3.0
3.1
go
Markings in place shall be reflectorized internally (premixed glass
beads imbedded in film). Texas Test Method Tex-828-B shall
show uniform retrodirective reflectance throughout the markings.
MATERIAL REQUIREMENTS
At temperatures up to and including 70°C (158°F), materials shall not
give off fumes which are toxic or otherwise injurious to persons,
animals, or property. The material shall not be adversely altered by
contact with sodium chloride, calcium chloride, or other similar
chemicals on or used on the roadway surface; or because of the oil
content of pavement materials; or form oil dropping from traffic. The
material shall not soften at 180°F when tested by the Ball and Ring
Method, American Society of Testing Materials (ASTM) Method E28-
58T.
ao
The material shall consist of polymeric binder film, prime pigment
or pigments, filler pigment, and glass traffic beads in a uniform
blend so that any 90 to 100 gram sample shall be representative
of lot, batch, or mix sample.
A minimum of 90 percent of the binder shall be hydrocarbon
resins. The total binder content of the pavement marking
materials shall not be less than 25 percent nor more than 30
percent by weight.
A minimum of 98 percent of the prime and filler pigments used
in the formulation, when washed free of resins by solvent
washing, shall pass a U.S. Standard Sieve No. 230 (0.0024 inch
opening).
The prime pigment of the white pavement marking material shall
be titanium dioxide and shall be a minimum of 12 percent by
weight of total material.
eo
The prime pigment or pigments of the yellow pavement marking
material shall be medium chrome yellow or other approved
yellow pigments ranging from 10 to 15 percent by weight of
total material.
MATERIAL APPLICATION AND EQUIPMENT
The general application method, material, and equipment' used shall
conform with the manufacturer's recommendations. All lane and
word/symbol marking configurations shall be in accordance with the
"Texas Manual on Uniform Traffic Control Devices", as currently
amended. The general application procedure is as follows:
65
SECTION
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
3.2
4.0
4.1
Clean the road surface by high pressure air. Blast cleaning may be
required by the Engineer on existing road surfaces.
Pre-mark the road surface with chalk or crayon where the markings are
to be applied.
Prime the road surface using recommended primer and applicator,
extending beyond outlined area a minimum of 1"
Apply marking material in accordance with manufacturers specific
recommendations making sure all edges are firmly adhered and no
material is overlapping.
Tamp or roll the applied markings with a minimum 200 lb. load.
it is the intent of the equipment requirements specified above to insure
the placement of pavement markings meeting the requirements of this
specification. All markings placed that do not meet the requirements of
this specification and fail to adhere to the road surface properly shall be
completely removed and replaced at the expense of the Contractor.
CONSTRUCTION METHODS
The Contractor shall use a crew experienced in the work of
installing pavement markings and shall supply all the equipment
and materials necessary for the placement of the pavement
markings.
The pavement marking material shall be applied within the
material temperature limits recommended by the supplier.
The pavement upon which the pavement markings are to be
placed shall be cleaned and prepared, to the satisfaction of the
Engineer, prior to placement of the markings.
do
Cleaning, shall be by any effective method, approved by the
Engineer, that completely and effectively removes contaminants,
loose materials, and conditions deleterious to proper adhesion.
When blast cleaning is required by the Plans or by the Engineer,
the blast cleaning shall be done in accordance with State of
Texas Special Specification Item "Blast Cleaning." Portland
cement concrete surfaces shall not be cleaned b~ grinding.
eo
Portland cement concrete surfaces shall be further prepared after
cleaning by complete sealing with a methylmethacrylate sealer
or primer with an adhesive or adhesion promoter, approved by
the Engineer, prior to placement of the markings.
Methylmethacrylate sealers, adhesives, or adhesion promoters
66
SECTION
SECTION
5.0
6.0
shall match infrared spectra and/or other data of approved
materials of file at the Materials and Tests Laboratory in Austin,
Texas.
When deemed necessary by the Engineer, asphaltic surfaces
exhibiting polished aggregate shall be primed with a sealer,
adhesive, or adhesion promoter meeting the' requirements
specified for sealers, adhesives, and adhesion promoters to be
used on portland cement concrete surfaces.
All other pavement surfaces may be prepared by any effective
method, approved by the Engineer, that will insure complete
removal of all materials or conditions deleterious to proper
adhesion of the markings to the roadway surface.
PERFORMANCE
Installed pavement markings shall meet all requirements of this
specification for a minimum of 30 calendar days after final installation
of pavement markings is complete, Pavement markings that fail to meet
all requirements of this specification shall be removed and be replaced
with pavement markings meeting the requirements of this specification
at the expense of the Contractor. The Contractor shall replace all
pavement markings failing the requirements of the specification within
30 working days following notification by the Engineer of such failing
pavement markings. All pavement markings, including replacement
markings, shall meet all requirements of this specification.for a minimum
of 30 calendar days after final installation of original and necessary
replacement pavement markings.
MEASUREMENT AND PAYMENT
Shown on the Plans are the specified colors, widths, and configurations
of required markings along with a quantity computation for each type.
Quantity estimates are given for Contractor's information only.
Measurement of applied material will be considered as described
in the Proposal and Plans.
Payment. All lane and word/symbol markings, installed in place,
will be paid for at the unit price bid as specified in the bid item
list. Said payment shall be full compensation for all cleaning and
removal, furnishing and installing all markings and for all labor,
equipment, tools, materials, and incidentals necessary to
complete the work.
67
DIVISION I
GENERAL REQUIREMENTS
DIVISION 1 - GENERAL REQUIRE~ENTS
Mention herein or indication on the Drawings of items,
materials, operations or methods, requires that the
Contractor provide and/or install each item mentioned or
indicated of quality or subject to qualification noted;
perform according to conditions stated each operation
prescribed; 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 WORK
01050 - FIELD ENGINEERING
01152 - APPLICATIONS FOR PAYMENT
01310 - CONSTRUCTION SCHEDULES
01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
01700 - CONTRACT CLOSEOUT
01720 - PROJECT RECORD DOCUMENTS
01750 - WARRANTIES
DIVISION I
General Requirements
1
SECTION 01010 - S~RY OF WORK
1.1 DESCRIPTION AND LOCATION OF WORK
Work covered by the Contract Documents includes the
furnishing of all labor, materials, tools,
equipment, taxes, services, transportation and other
items necessary to perform and complete all of the
work for the construction as indicated on the drawings
and as herein written.
WORK SPECIFIED ELSEWHERE:
ae
General conditions of agreement, special conditions,
standard specifications and special provisions.
START OF WORK
A. 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 9f 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 this work is to
be on or before the time indicated in the Owner
and Contractor Agreement.
1.5 EXISTING UTILITIES, STRUCTURES, A/gD 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:
Be
Labor, materials, equipment.
Tools, construction equipment, and machinery.
Water, heat, and utilities required for construction.
Other facilities and services necessary'for proper
execution and completion of work.
Pay legally required sales,
privilege and other taxes.
consumer, use, payroll,
Secure and pay for, as necessary
execution and completion of work, and as
at time of receipt of bids:
for proper
applicable
Permits
Fees
Licenses
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.
Ge
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:
The prime general contractor will submit a list
of all sub-contractors to be used on the project
at the time of submitting his bid proposal. Any
subcontractor listed must beacceptable to the Owner.
01010
2
1.8
COORDINATION:
ae
The prime general contractor is responsible
for the coordination of the total project. Ail 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:
A. Construct work under a single prime general contract.
!.10 WORK SEQUENCE:
ae
Construct work so as to provide the least
interruption of service to traffic and
businesses situated along the construction area.
At all times throughout construction, existing water,
sewer and gas facilities shall remain in use. No
discontinuation of service for any extended period of
time will be allowed.
1.11 CONTRACTOR'S USE OF PREMISES:
Al
Contractor shall limit his use of the premises for work
and for storage to the rights-of-way limits or other
areas allowed by property owners.
B. Confine operations at site to areas permitted by:
1. Law
2. Ordinances
3. Permit
4. Contract Documents
5. Owner
Do not unreasonably encumber site with materials or
equipment. Coordinate use of premises with
Owner/Engineer and property owners.
De
Assume full responsibility for protection and
safekeeping of product~ ~tored on premises.
E. Move any stored products which interfere with
operations of Owner or other contractors.
Obtain and pay for, use of additional storage
work areas needed for operations.
of
01010
3
1.12 MATERIAL AND WORKMANSHIP:
Ail 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. Any omission or
failure on the part of the Engineer to disapprove or
reject any. work or material shall not be construed to
be an acceptance of any such defective work or material.
1.13 INSPECTION OF WORK:
ao
Ail the work of the contract shall be subject to the
inspection of the Engineer and his authorized
representatives, and the Contractor shall afford
every facility for the inspection of materials and
workmanship. Such access shall include such portions
of the place of manufacture or fabrication as may be
necessary to complete inspection. The Contractor shall
notify the Engineer in writing, in ample time, to permit
inspection at the place of manufacture should the
Engineer so desire. Materials shall be delivered on
the job properly marked for identification and whether
previously inspected or not shall be subject to
reinspection and final acceptance or rejection at the
site of the work.
If the specifications, Engineer's instructions,
laws, ordinances, or any public authority require
any work to be specially tested or approved, the
Contractor shall give the Engineer timely notice of
its readiness for inspection, and if inspection is by
another authority than the Engineer, of the date fixed
for such inspection.
01010
4
1.14
Ce
Be
Re-examination of the questioned work may be ordered
by the Engineer and, if so ordered, the work must be
uncovered by the Contractor. If such work is found to
be in accordance with the Contract Documents, the
Owner shall pay the cost of the re-examination and
replacement. If such work is found not in accordance
with the Contract Documents, the Contractor shall pay
such cost unless he shall show the defect in the work
was caused by another Contractor and, in that
event, the party responsible shall pay such costs.
SUSPENSION OF WORK - DELAY:
On order of the Engineer, the work may be suspended
for any substantial cause, such as, but not limited
to, unfavorable weather conditions, failure, refusal or
neglect on the part of the contractor and his
employees to comply with the terms and conditions of
the Contract documents. The use of, or attempted use
of materials or methods not in accordance
therewith, interference of the work with other work of a
public or private nature necessary to be done
prior to the work herein contemplated or for any
cause of like nature, and the work so suspended shall
not be resumed except with the consent of the
Engineer.
During the time of such suspension of the work, if it
is to be a considerable time, the Contractor shall
have all material neatly piled or removed from the
line of work, and all equipment shall be located so
as to least interfere with public convenience and
traffic. Should the Contractor refuse or neglect to
take proper care of such materials and equipment, the
Engineer shall cause the same to be properly cared for
and an amount equal to the cost of so doing shall be
deducted from any monies which may be or may become due
to the Contractor.
The Contractor may file proper claims for loss or
damage on account of delays incurred by the Owner.
If any delay is caused by any act of the Owner.,
or results from causes hereinbefore mentioned, the
Contractor will be granted an extension of time for
the completion of the work, sufficient to offset such
delay if a claim is made by the Contractor in
writing to the Engineer within seven days from the
date upon which such delay is started. No extension
of time shall be granted for time lost during
suspension of the work due to the Contractor's failure
to comply with the conditions or terms of the contract.
01010
5
1.15 CHANGES IN THE WOP~K:
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:
ae
If, in the performance of the Contract, latent
conditions at the site are found to be materially
different from those indicated by the specifications
or unknown conditions not usually inherent in work
of the character specified, the attention of the
Owner and Engineer shall be called immediately to such
conditions before they are disturbed. Upon such
notice, or upon his own observations of such
conditions, the Engineer and Owner shall promptly
make such changes in the specifications as he finds
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:
1. Survey work required in execution of the project.
2. Civil, structural, or other professional
engineering services specified, or required to
execute Contractor's construction methods.
The Engineer will identify existing control points
indicated on the drawings, as required.
1.2
1.3
1.4
QUALIFICATIONS OF SURVEYOR OR ENGINEER:
A. Qualified engineer or registered land surveyor
acceptable to Contractor and Engineer.
BENCH MARKS, MONUMENTS AND SURVEY REFERENCE 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.
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.
RECORDS:
ae
Contractor shall maintain a complete accurate log
of all control and survey work as it progresses, copies
which shall be available to the Engineer if requested.
Sec. 01050
1
1.6 SUBMITTALS:
ae
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:
ae
Submit itemized applications typed on Application
Certificate for Payment, as approved by Engineer.
and
1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT:
A. Application Form:
Engineer shall supply the application form to the
contractor.
Fill in required information,
Change Orders executed prior
submittal of applications.
Fill in summary of dollar
with the respective totals
continuation sheets.
Execute certification with the signature
responsible officer of the Contract firm.
including that for
to the date of
values to agree
indicated on the
of a
B. Continuation Sheets:
1. Fill in total list of all scheduled component
items of work, with item number and the scheduled
dollar value for each item.
2. Fill in the dollar value in each column for each
scheduled line item when work has been performed or
products stored.
3. List each Change Order Number, and description, as
for an original component item of work.
1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS:
ae
When the Owner or the Engineer requires substantiating
data, Contractor shall submit suitable information,
with a cover letter identifying:
1. Project
2. Application number and date
3. Detailed list of enclosures
4. For stored products:
a. Item number and identification as shown on
application
b. Description of specific material
Be
Submit one copy of
copy of application.
data cover letter for
each
Sec. 01152
1
1.5
SUBMITTAL PROCEDURE:
ae
Submit Applications for Payment to Engineer
stated in Special Conditions.
at times
B. Number: Six (6) copies of each Application.
C. Sign each copy and have each copy properly notarized.
De
When Engineer finds the Application properly
completed and correct, he will transmit three (3)
copies of the certificate for payment to the Owner and
one (1) copy to the Contractor.
Sec. 01152
2
SECTION 01310 - CONSTRUCTION SCHEDULES
1.1 GENERAL:
A.
Be
Within 15 days after award of the Contract, the
Contractor shall prepare and submit to the
Engineer an estimated construction progress
schedule for the Work, with dates on which he will
start the salient features of the work and the
contemplated dates for completing the same.
Submit revised progress schedules with each
application for payment. Submit two (2) copies.
Failure to submit these will be cause for payment to be
delayed.
1.2 FORM OF SCHEDULES:
A. PrePare schedules in the 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:
1.
2.
3.
Construction Progress Schedule:
Show the complete sequence of construction by
activity.
Show the dates for the beginning, and completion
of, each major element of construction.
Show projected percentage of completion for each
item, as of the first day of each month.
1.4 PROGRESS REVISIONS:
A. Indicate progress of each activity to date of
submission.
B. Show changes occurring since previous submission of
schedule.
01310
1
SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES,
1.1 GENERAL:
Contractor to submit Shop Drawings, Product Data and
Samples as required by the Contract Documents and as
specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable after contract award, submit
to the Engineer, for review, the required n,,mher 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.
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
these specifications.
indicated in
other parts of
CONTRACTOR RESPONSIBILITIES
A.' Review Shop Drawings
submission.
and Product
Data prior to
Sec. 01340
1
1.6
B. Determine and Verify:
Ce
1. Field measurements
2. Field construction criteria
3. Catalog numbers and similar data
4. Conformance with specifications.
Coordinate each submittal with requirements of the work
and of the Contract Documents.
Begin no work which requires submittals
return of submittals with Engineer's review.
until
Keep one (1) approved copy of shop drawings or product
data at job site at all times.
SUBMISSION REQUIREmeNTS:
Make submittals promptly and in such sequence as to
cause no delay in the work or in the work of any other
contractor.
B. Number of submittals required:
For shop drawings and product data: Submit the
number of copies which the contractor requires, plus
four which will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any
previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
c. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the
work or materials.
7. Applicable standards, such as ASTM or Federal
Specification numbers.
8. Identification of deviations from contract
Documents.
9. Identification of revisions on resubmittals.
10. Contractor's stamp, initialed or signed, certifying
to review of submittal, verification of products,
field measurements and field construction criteria,
and coordination of the information within the
submittal with requirements of the work and of
Contract Documents.
CONTINUED ON NEXT PAGE
Sec. 01340
2
1.7
1.8
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.
RESUBMISSION REQUIREMENTS:
Make any corrections or changes in the submittals
required by the Engineer and resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as
specified for the initial submittal.
2. Indicate any changes which have been made other
than those requested by the Engineer.
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.
Ce
Return submittals to
or for resubmission.
contractor for
distribution,
Sec. 01340
3
SECTION 01700 - CONTRACT CLOSEOUT
1.1 GENERAL:
ae
Contractor shall comply with requirements stated in
Conditions of the Contract and specifications
for administrative procedures for closing out the work.
B. Related requirements specified in other sections:
1. Record Documents: Section 01720
2. Warranties: Section 01750
1.2 SUBSTANTIAL COMPLETION:
ae
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.
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.
When Engineer concurs
complete, he will:
that the work is substantially
1. Prepare a Certificate of Substantial Completion
accompanied by Contractor's list of items to be
completed or .corrected, as verified and amended by
the Engineer.
2. Submit the Certificate to Owner and Contractor
for their written acceptance of the responsibilities
assigned to them in the Certificate.
01700
1
1.3
1.4
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.
Engineer will make an inspection to
status of completion with reasonable
after receipt of such certification.
verify the
promptness
Ce
Should Engineer consider
incomplete or defective:
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.
CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
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 workananship 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
1.5
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.
FINAL PAYMENT:
Final payment shall be made upon submission of the documents
called for abovD, and as covered under the general
conditions and any modification thereto.
01700
3
SECTION 01720 - PROJECT RECORD DOCUMENT~
1.1
GENERAL:
A. Contractor shall maintain at
record copy of:
the' project site one
1. Drawings
2. Specifications
3. Addenda
4. Change orders and other modifications to
Contract
5. Reviewed shop drawings, product data and samples
6. Test records
the
1.2
MAINTENANCE OF DOCUMENTS:
A. Maintain documents in neat, clean legible condition and
in good order.
B. Make documents available at all times for
inspection by Engineer.
1.3
RECORDING:
A. Record information concurrently with construction
progress.
B. Drawings; legibly mark to record actual construction:
1. Finished elevations
2. Horizontal and vertical locations of underground
utilities and appurtenances.
3. Field changes of dimension and detail.
4. Changes made by field order or by change order.
5. Details not on original contract drawings.
Specifications and
section to record:
Addenda; legibly mark each
1. Manufacturer, trade name, catalog number and
supplier of each product and item of equipment
actually installed.
2. Changes made by field order or by change order.
1.4
SUBMITTAL:
At Contract close-out, deliver one set of reproducibles
and two sets (blue line prints) of record
documents (as-built) to Engineer for the Owner. Cost
of reproducibles and blue lines will be borne by the
Contractor.
01720
1
SECTION 01750 WARRANTIES
1.1 GENERAL:
Contractor shall guarantee materials and workmanship for a
period of two (2) years 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.