TR9801-CN 980811 CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCI~tENTS'
FOR
TRAFFIC SIGNAL INSTALLATION
I BELT LINE RO'AD at AIRLFI~ DRIVE
I TR 98-01
FOR
I THE CITY OF COPPELL
I
ltt~
I 1998
TABLE OF CONTENTS
Page #
Section 1 - Bidding and Contract Documents 1-1
Notice to Bidders 1-2
Instructions to Bidders 1-3
_ Proposal/Bid Schedule 1-16
Prevailing Wage Rates 1-29
Standard For~a of Agreement (Contract) 1-31
-- Certificate of Insurance 1-37
Instructions for Bonds 1-38
Performance Bond 1-39
-- Payment Bond 1-41
Maintenance Bond 1-43
Section 2 - City of Coppell's Supplementary Conditions 2-1
to the NCTCOG General Provisions
Special Provisions to Standard Specifications for Construction2-9
For this project, the Standard Specifications for
Public Works Construction - North Central Texas,
-- as prepared by the North Central Texas Council of
Governments and the City of Copped Standard
Construction Details shall govern all work to be
-- done, together with any additional Special
Specifications or Specific Project Requirements
included herein.
Section 3 - Specific Project Requirements 3-1
Section 4 - General Notes & Specifications 4-1
_ Section 5 - Technical Specifications and Description of Pay Items 5-1
- SECTION 1
BIDDING
DOCU_MENTS
BIDDING AND CONTRACT DOCLWIENTS
- NOTICE TO BIDDERS
The City of Coppell is accepting bids for Traffic Signal Installation: Belt Line Road at Airline
Drive TR 98-01. Specifications may be obtained at a cost of $25.00 from the Purchasing Agent,
-- 255 Parley, ay Blvd., Coppell, Texas 75019 or telephone (972)304-3643. Sealed bids addressed to
the Purchasing Agent, City of Coppell, Texas, for Traffic Signal installations: Belt Line Road at
Airline Drive TR 98-01 will be recieved in the Purchasing Office at the City of Coppell Town
-- Center, 225 Parkway Boulevard, until 2:00 p.m., Wednesday, July 29, 1998 and then publicly
opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of
Coppell Bid No. Q-0798-01 designated clearly on the exterior of the bid envelope.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
-- Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to infosa~ themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes
no responsibility for errors or misinterpretations resulting from the use of incomplete sets of
-- Bidding Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR
-- MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on
tangible personal property to be incorporated into the project. (Note: This procedure may not be
used, however, for materials which do not become a part of the finished product, such as,
-- equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on
such tangible personal property, the contract shall separate and provide separate charges for
materials to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to issue a
resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
_ cost of materials (tangible personal property) in the space provided on the bid form. The
successful bidder's bid fo,m will be used to develop a separated contract and determine the extent
of the tax exemption.
Bidding and Contract Documents
-- 1-2
-- BIDDING AND CONTRACT DOCIIMENTS
INSTRUCTIONS TO BIDDERS
1. Def'med Tea-ms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas latest addition, as prepared by the
_ NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to
them in these General Conditions. The term "Bidder" means one who submits a Bid directly
to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term
-- "Successful Bidder" means the lowest, qualified, responsible Bidder to whom the Owner (on
the basis of the Owner's evahmtion as hereinafter provided) makes an award. The term
"Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form,
-- and the proposed Contract Documents (including all Addenda issued prior to receipt of bids).
Specific defined terms are:
-- Owner: Wherever the word "OWNmcI~'' is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
_ representative, City of Coppell, P.O. Box 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and
- inspect any or all parts of the work and the materials to be used there'aa.
2. Scope of Work.
This work shall consist of the installation of a traffic signal at Belt L'me Road at Airline
Drive. Work shall include all components necessary for the "turn key" installation of the
-- traffic signals as shown in the plans for TR 98-01, including but not limited to: mast arms,
signals/signal heads; poles, controllers and cabinet, conduit, opticom, loop detectors,
_ pavement markings, pullboxes, etc.
3. Copies of Bidding Documenls.
3.1 Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at the
office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00. The
-- following general requirements pertain to the Bidding Documents:
Bidding and Contract Documents
1-3
-- A) No bidding documents will be issued later than two (2) days prior to the bid opening
B) After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents at no charge. Additional sets over five (5) will be furnished for
$15.00 per set.
C) Bidding documents may be examined free of charge at the offices of the City
_ Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
3.2 Complete sets of Bidding Documents must be used in prepaxing Bids; the City of Coppell
- assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
3.3 The Owner, in malting copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
-- any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
_ Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory, manner. The required information to be submitted shall consist of, but shall not
- necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment.
-- The Bidder shall provide a list of equipment w,hich will be used on this project.
Bidding and Contract Documents
1-4
-- The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
_ D. Financial.
Fach Bidder shall be prepared to submit upon request of the Owner a balanced
-- financial statement with no evidence of threatening losses as evidenced by an audited
certified financial statement (current within the last six (6) months of bid date). This
information will be used to confirm that the Bidder has suitable financial status to
-- meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
_ technical experience to properly co.mplete this project.
F. Proof that the bidder maintains a permanent place of business.
5. Conflict of Interest.
- City Charter states that no officer or employee of the City shall have a financial interest,
direct or indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
-- supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership mounts to less
than one percent (1%) of the corporation stock. Any violation of this prohibition vdli
- constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
6. Examination of Contract Docmnents and Site.
- 6.1 Access to the site shall be from the street and right-of-way at the respective intersections. It
shall be the contractors responsibility to provide necessary and adequate traffic control. The
City vA_ll not allow any lane to be blocked before 9:00 a.m. or after 4:00 p.m. Prospective
-- Bidders shall respect all improvements. It is the responsibility of each Bidder before
submitting a Bid, to (a) examine the Contract Documents thoroughly, 0a) visit the site to
become fam'tliar with local conditions that may affect cost, progress, performance or
Bidding and Contract Documents
1-5
- furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may
affect cost, progress, performance or furnishing of the Work, (d) study and carefully
correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all
conflicts, errors or discrepancies in the Contract Documents. Failure to make these
examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the
terms of the contract, without additional cost to the O~q'4ER.
-- 6.2 Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
-- responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where construction
-- comes in close proximity to existing structures or utilities, or if it becomes necessary to move
services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's
responsibility to notify and cooperate with the utility or structure owner. The utility lines
-- and other existing structures shown on ~e plans are for information only and are not
guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the
_ Contractor's responsibility to verify locations and depths sufficiently in advance of
construction such that necessary adjustments may be made to allow for the proper
installation. The Contractor shall be liable for damage to any utilities resulting from the
_ construction of this project.
6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
-- additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
-- progress, performance or famishing of the Work and which Bidder deems necessary to
determine its Bid for performing and famishing the Work in accordance with the time, price
and other terms and conditions of the Contract Documents.
6.4 On request in advance, Owner will provide each Bidder access to the site to conduct
_ explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes, clean up and restore the site to its former conditions upon completion of such
explorations.
6.5 The lands upon which the Work is to be performed, fights-of-way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are
-- identified in the Contract documents.
Bidding and Contract Documents
1-6
-- 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that v,4thout exception the Bid
is premised upon peffor, ning and furnishing the work required by the Contract Documents
and such means, methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract Documents are
_ sufficient in scope and detail to indicate and convey understanding of all terms and conditions
for performance and furnishing of the Work.
7. Interpretations and addenda.
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the
Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing
-- Agent in response to such questions will be issued by Addenda mailed or delivered to all
bidders recorded as having received the Bidding Documents. Questions received less than
two days prior to the date for opening of Bids may not be answered. Only questions
-- answered by formal written Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect. Each Bidder shall acknowledge on the bid
_ proposal that all Addenda issued have been received.
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
_ Owner.
8. Contract Time.
8.1 The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
-- Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed.
8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
9. Liquidated Damages.
-- Pro~fsions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are: Two hundred and forth, dollars ($240.00) per day.
Bidding and Contract Documents
1-7
10. Substitute or "Or-Equal" Items.
_ The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
"or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
-- that a substitute or "or-equal" item of material or equipment may be furnished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the Effective Date of the Agreement. No substitutions should be
-- considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
11. I If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
_ Effective Date of the Agreement, the ap .p,3rent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
-- the Work for which such identification is requested. Such list shall be accompanied by an
experience statement with pertinent information regarding similar project~ and other evidence
of qualification for each such Subcontractor, supplier, person or organization if requested by
-- the Owner. If the Owner, after due investigation, has reasonable objection to any proposed
Subcontractor, Supplier, other person or organization, may, before the Notice of Award is
given, request the apparent Successful Bidder to submit an acceptable substitute in which
-- case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price
ma)' be increased (or decreased) by the difference in cost occasioned by such substitution,
and the Owner may consider such price adjustment in evaluating Bids and malting the
contract award.
_ If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
-- will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
- organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
Bidding and Contract Documents
quantity is given and the Bidder shall state the price for which he proposes to do each item
-- of work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omi.~sious from the plum and/or specifications will be accepted unless
authorized in writing by the Owner.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
_ stated on the Bid Form. A corporation Bidder must name the state in which the
organiTat~ion is chartered. Bids which are signed for a corporation shall have the correct
corporate name thereof, its post office address, and the signature of the president or other
_ authorized officer of the corporation, manually written below the corporate naroe in the
following manner: "By '
-- If the bid is made by an individual, his post office address shall be given. Bids which are
not signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the
wnnnging member of the fu-m or partnership shall be given or the bid may be signed by an
-- attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power
of attorney evidencing authority to sign the bid, executed by the members of the firm or
_ parmers.
13. Provision Concerning Esenlntor Chuses.
Bids coDtnining any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for thi.q
-- project, may be rejected ami returned to the Bidder without being considered.
14. Estimates of Q~onAities.
The quantities listed in the Bid Fo,t~ will be considered as approximate and will be used
for the comparison of bids. Payments will be made to the Contractor only for the actaal
-- quantities of work perfo,~ed or materials furnished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided
for in the Contract Documents..
15. Submi~ion of Bids.
Bids will be received by the Purchn-~ing Agent, and shall be submitted to the Purchn~ing
Agent, Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478, Coppell,
-- Texas 75019 until 2:00 pm on Wednesday, July 29, 1998 and then publicly opened and
read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and
marked with the Project rifle, City of Coppell Bid No. Q-0798-01 and the name ami
Bidding and Contract B~umet~
Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the
sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED
_ Traffic Signal Installation: Belt Line Road at Airline Drive - TR 98-01" on the face of it and
addressed to the Purchasing Agent, City of Coppell, Texas.
-- 16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the
-- manner that a Bid must be executed) and delivered t~ the place where Bids are to be
submitted at any time prior to the opening of Bids.
-- 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereaf~r, that Bidder will be disqualified from further
bidding on the work.
17. Rejection of Bids.
-- Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to
waive any irregularities in the bids as received and to reject any and all bids without
-- qualification(s). More than one bid from an individual, firm or partnership, corporation or
association, under the same or different names, will not be considered. Reasonable grounds
for believing that a Bidder is interested in more than one such bid may cause the rejection of
-- all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced
may be rejected.
18. Bids to Remain Subject to Acceptance.
_ All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
-- 19. Award of Contract.
19.1 The Owner reserves the right to reject any and all Bids, to waive any and all informalities
-- except for the time of submission of the Bid and to negotiate contract te~,is with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject
-- the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
Bidding and Contract Documents
standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies be~'een the
_ indicated sum of any colum of figures and the correct sum thereof will be resolved in favor
of the correct sum.
-- 19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not
the Bids comply with the prescribed requirements, ~nd such altemates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the Notice
-- of Award.
19.3 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers,
-- or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to
_ the Notice of Award.
19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the
-- evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perform and furnish the Work in accordance with the Contract Documents to the Owner's
-- satisfaction within the prescribed time.
19.5 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose
-- evaluation by the Owner indicates to the Owner that the award will be in the best interests of
the Project.
19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
20. Execution of Agreement.
-- Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
21. Affidavit of Bill~ Paid.
-- Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
Bidding and Contract Documents
1-11
22. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire
nor work any illegal alien.
23. Notice to Proceed.
- Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall commence
work within ten (10) calendar days after the date of Notice to Proceed.
24. Sales Tax.
_ The bidder shall not include or provide for sales mx on tangible personal properb.' to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials to be
_ incorporated into the project from charges for labor. The City will provide the Contractor
with an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
-- cost of materials to be incorporated into the contract (tangible personal properb,) in the space
provided on the bid form. The successful bidders bid form will be used to develop a
separated contract and will determine the extent of the tax exemption. Upon execution of the
-- construction contract, the successful bidder shall provide a per item breakdown of 1)
materials incorporated into the project; and 2) labor, equipment, supervision and materials
not incorporated into the project.
25. Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description concerning any point, shall be regarded as meaning that only the
-- best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
-- 26. Change Orders.
Bidding and Contract Documents
-- 1-12
No oral statement of any person shall modify or otherwise change, or affect the ten-ns,
conditions or specifications stated in the resulting contract. All change orders to the contract
_ will be made in writing by the Owner.
27, Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in
part, without the prior written consent of Owner.
28, Venue.
-- This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Dallas Count),, Texas.
29, Maintenance Bond.
_ The Contractor shall provide a ~'o year .Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to final
payment by the City.
Bidding and Contract Documents
1-13
BID FORM
PROJECT IDENTIFICATION: Traffic Signal Installation
Belt Line Road at Airline Drive
-- TR 98-01 in Coppell, Texas
-- BID OF DURABLE SPECIALTIES. INC. DATE 7129198
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
_ 255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q--0798--01
-- I. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the fo~m included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
-- and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
-- 2. BIDDER accepts all of the terms and conditions of the Advertisemem or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90)
days after the day of Bid opening. BIDDER will sign and submit the Agreement with
other documents required by the Bidding Requirements within fifteen (15) days after the
date of OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
-- (a) BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date: 8/21/98
-- Rec'd:
Bidding and Contract Documents
1-14
- 0a) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations
that in any manner may affect cost, progress, performance or furnishing of the
-- Work.
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of the
contract documents. CO~CTOR may rely upon the accuracy of the technical
_ data contained in such reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
_ CONTRACTOR shall have full responsibility with respect to subsurface conditions at
-- BIDDER has smd'xed carefully all drawings of the physical conditions in or relating to
existing surface or subsurface structures on the site, which axe contained in the
contract documents and which have been ufili?ed in preparation of the contract
-- documents. CONTRACTOR n~y rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
~ sentence, coIq'll~CTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
(d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests and
_ studies (in addition to or to supplement those referred to in (c) above) which pertain
to the subsurface or physical conditions at the site or othemdse may affect the cost,
progress, performance or furnishing of the Work as BIDDER considers necessary for
-- the performance or furnishing of the Work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents; and no additional examinations, investigations, explorations, tests
-- reports or similar information or data are or will be required by BIDDER for such
purposes.
(e) BIDDER has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
_ contiguous to the site and assumes responsibility for the accurate location of ~id
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground Facilities
_ are or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
..-.. conditions of the Contract Documents.
Bidding and Contract Documents
-- 1-15
(f) BIDDER has correlated the results of all such observations, examinations,
-- investigations, explorations, tests, reports and studies with the ~effas and conditions
of the Contract Documents.
(g) BIDDER has given ENGINEFR written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
_ resolution thereof by ENGINEER is accept_able to BIDDER.
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
_ person, fn'm or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
-- Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
(i) It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
-- ~ evaluating bids.
_ (j) It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
_ contemplated, and that all quantities of work, whether increased or decreased, are to
be peffmlned at the unit prices set forth, except as provided for in the Contract
Documents.
4. It is understood and agreed that all work under this contract will be completed within the bid
calendar days. CompletiOn date wall be established in the Notice to Proceed.
5. BIDDER will complete the Work for the following price(s):
Bidding and Contract Documents
-- 1-16
UNIT PRICE BID SCHEDULE
-- TRAFFIC SIGNAL INSTALLATION
TR 98-012
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
-- No. Price Price
1 70 LF 1" PVC Conduit - Trenched 4.00 280.00
-- Complete in Place
Four Dollars
and no Cents
-- per LF.
_ 2 110 LF 2" PVC Conduit - Trenched 5.00 550.00
Complete in Place
Five Dollars
-- and no Ceres
per LF.
3 99 LF 3" PVC Conduit - Trenched 6.00 594.00
Complete in Place
~ Six Dollars
and no Cents
per LF.
4 80 LF 3 Conductor//6 XHHW 2.00 160.00
-- Complete in Place
Two Dollars
and no Ceres
-- per LF.
-- 5 794 LF Electrical Condtr. #8 XHHW 1.00 794.00
Complete in Place
One Dollars
-- and no Cents
I per LF.
-- Bidding and Contract Docurnozts
1-17
UNIT PRICE BID SCHEDULE
TRAFFIC SIGNAL INSTALLATION
TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
6 1544 LF Solid Copper - 12 Condtr. #18 1.00 1544.00
AWG
Complete in Place
One Dollars
and no Cents
per LF.
7 633 LF Signal Cable - 16 Condtr. #12 2.00 1266.00
AWG
Complete in Place
Two Dollars
and no Cents
per LF.
8 149 LF Signal Cable - 7 Condtr. #12 0.50 74.50
AWG
Complete in Place ,
Zero Dollars
and fifty Cents
per LF.
9 465 LF Signal Cable - 5 Condtr. #16 0.50 232.50
AWG
Complete in Place
Zero Dollars
and fifty Cents
per LF.
10 85 LF Signal Cable - 7 Condtr. #16 0.60 51.00
AWG
Complete in Place
Zero Dollars
and sixty Cents
per LF.
Bidding and Contract Documents
1-18
UNIT PRICE BID SCHEDULE
-- TRAFFIC SIGNAL INSTALLATION
TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
-- No. Price Price
11 633 LF Opticom Cable - 3 Condtr. #20 1.00 633.00
~ AWG
Complete in Place
One Dollars
-- and no Cents
per LF,
12 3 EA 3 M Opticom Detector 800.00 2400.00
Complete in Place
-- Eight hundred Dollars
and no Cents
per each.
13 9590 LF Detector Lead-in Cable - 2 0.40 3836.00
Condtr. #14 AWG
-- Complete in Place
Zero Dollars
and thirty Cents
-- per LF.
14 998 LF Loop Det. Installation 4.00 3992.00
- (saw cut & wired)
Complete in Place
Four Dollars
-- and no Cents
per LF.
-- 15 6 EA Digital Loop Der. Vehicle Det. 160.00 960.00
2 Channel
Complete in Place
-- One hundred sixty Dollars
and no Cents
per each.
-- Bidding and Contract Documents
1-19
LqqlT PRICE BID SCHEDULE
TRAFFIC SIGNAL INSTALLATION
-- TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
16 1 EA 820A Multisonic &Phase NEMA 15800.00 15800.00
Controller w/Cabinet & Access
-- Complete in Place
Fifteen thousand eight hundred
Dollars and no Cents
- per each.
17 6 LF Foundation Type (24-A) including 110.00 660.00
-- casing
Complete in Place
One hundred ten Dollars
-- and no Cents
per LF.
_ 18 26 LF Foundation Type (30-B) including 120.00 3120.00
casing
Complete in Place
- One hundred twenty Dollars
and no Cents
per LF.
19 15 LF Foundation Type (36-A) including 130.00 1950.00
casing
-- Complete in Place
One hundred thirty Dollars
and no Cents
-- per LF.
20 2 CY Controller Foundation 750.00 1500.00
-- Complete in Place
Seven Hundred fifty Dollars
and no Cents
~ per CY.
-- Bidding and Contract Documents
1-20
UNIT PRICE BID SCHEDULE
TRAFFIC SIGNAL INSTALLATION
TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
21 2 EA Signal Pole w/35' Mast Arm 3200.00 6400.00
Complete in Place
- Three thousand two hundred
Dollars and no Cents
per each.
22 1 EA Signal Pole w/44' Mast Arm 4400.00 4400.00
-- Complete in Place
Four thousand four hundred
Dollars and no Cents
-- per each.
_ 23 1 EA Pedestal Pole 500.00 500.00
Complete in Place
Five hundred Dollars
-- and no Cents
per each.
24 300 LF Installing solid double yellow 4.00 1200.00
center line marking
_ Complete in Place
Four Dollars
and no Cents
_ per LF.
_ 25 29 EA 12" Traffic Signal Head 150.00 4350.00
Complete in Place
One hundred fifty Dollars
_ and no Cents
per each.
-- Bidding and Contract Documents
1-21
L~'IT PRICE BID SCHEDULE
TRAFFIC SIGNAL INSTALLATION
TR 98-01
Belt Line Road at Airline Drive
Item Quantiw Unit Description and Price in Words Unit Total
-- No, Price Price
26 8 EA Traffic Signal - 3 30.00 240.00
- Section Head Backplate
Complete in Place
Thirty Dollars
-- and no Cents
per each.
27 1 EA 5 Section Traffic 40.00 40.00
Signal Head Backplate
-- Complete in Place
Forty Dollars
and no Cents
-- per each.
28 6 EA Pedestrian Signal Assembly 450.00 2700.00
-- 2 Indication
Complete in Place
Four hundred fifty Dollars
- and no Cents
per each.
-- 29 6 EA PED Push Button 100.00 600.00
Complete in Place
One hundred Dollars
-- and no Cents
per each.
-- 30 1 EA Service Meter Installation 1000.00 1000.00
Complete in Place
One thousand Dollars
-- and no Cents
per each,
-- Bidding and Contract Documents
1-22
UNIT PRICE BID SCHEDULE
- TRAFFIC SIGNAL INSTALLATION
TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Toud
-- No. Price Price
31 12 EA Type A Ground Pull Box 450.00 5400.00
_ Complete in Place
Four hundred fifty Dollars
and no Cents
-- per each.
32 1 EA Type C Ground Pull Box 500.00 500.00
_ Complete in Place
Five hundred Dollars
and no Cents
_ per each.
33 1 EA Intersection Display Board 550,00 550.00
_ Complete in Place
Five hundred fifty Dollars
and no Cents
_ per each.
34 112 LF Pavement Marking - 24" Solid 8.00 896,00
White Line
Complete in Place
Eight Dollars
and no Cents
per LF.
35 15 LF Pavement Marking - 4" Dashed 2.00 30.00
-- White Line
Complete in Place
Two Dollars
and no Cents
per LF.
-- Bidding and Contract Documents
1-23
UNIT PRICE BID SCHEDULE
TRAFFIC SIGNAL INSTALLATION
TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
36 2 EA Pavement Marking - 200.00 400.00
Rt Arrow
-- Complete in Place
Two hundred Dollars
and no Cents
-- per each.
37 2 EA Pavement Marking - 200.00 400.00
-- Work "Only"
Complete in Place
Two hundred Dollars
-- and no Cents
per each.
-- 38 2 EA Pavement Marking - 300.00 600.00
Rt-Lt Arrow
Complete in Place
-- Three hundred Dollars
and no Cents
per each.
39 650 LF Pavement Marking - 4" Solid 2.00 1300.00
White Line
-- Complete in Place
Two Dollars
and no Cents
-- per LF
-- 40 1 EA Traffic Sign - RI0 - 12 150.00 150.00
Complete in Place
One hundred fifty Dollars
and no Cents
per each.
Bidding and Contract Docmnents
1-24
UNIT PRICE BID SCHEDULE
TRAFFIC SIGNAL INSTALLATION
-- TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
41 3 EA Traffic Sign - W3-3 300.00 900,00
Complete in Place
-- Three hundred Dollars
and no Cents
per each.
42 3 EA Traffic Sign RI0 - 4BR 10.00 30.00
_ Complete in Place
Ten Dollars
and no Cents
-- per each.
_ 43 3 EA Traffic Sign R10 - 4BL 10.00 30.00
Complete in Place
Ten Dollars
-- and no Cents
per each.
44 2 EA Sign R3-LR-R 150.00 300.00
Complete in Place
-- Two hundred fifty Dollars
and no Cents
per each.
45 3 EA Street Name Signs on Mast Arm 500.00 1500.00
-- Complete in Place
Five hundred Dollars
and no Cents
-- per each.
-- Bidding and Contract Documents
1-25
UNIT PRICE BID SCHEDULE
TRAFFIC SIGNAL INSTALLATION
TR 98-01
Belt Line Road at Airline Drive
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
46 0 CY R&R Brick 4' Walk 600.00 -0-
Complete in Place
Six hundred Dollars
-- and no Cents :
per CY.
_ 47 0 SF R&R Brick Paver & Concrete 80.00 -0-
Complete in Place
Eighty Dollars
-- and no Cents
per SF.
_ 48 1 EA Upload / Download Device 3887.00 3887.00
Complete in Place
Three thousand and eight hundred
-- eighty seven Dollars
and no Cents
per each.
TOTAL BID ITEMS 1 Thru 48 S 79,700.00
TANGIBLE PERSONAL PROPERTY COST $ t.//~ oo~. o o
3000.00 3000.00
-- 49 1 LS Additional Compensation to
complete project in 60 Days
Complete in Place
Thxee thousand Dollars
and no Cents
_ per LS.
30 1 LS Additional Compensation to 2000.00 2000.00
complete project in 90 Days
Complete in Place
Two thousand Dollars
_ and no Cents
per LS.
Bidding and Contract Docmnents
1-26
ADDENDUM NO. 1
DATE: July 21, 1998
ADDENDU,'M #: ONE (1)
PROJECT: TRAFFIC SIGNAL LNSTALLATION
BELT LINE ROAD at AIRLINE DRIVE
-- BID DATE/TIME: July 29, 1998 @ 2:00 P.M.
INSTRUCTIONS TO BIDDERS: All bidders shall acknowledge receipt of this Addendum No. 1
-- by completing and initialing the appropriate space on Page 1-14 of the Bidding Documents.
Add BID ITEM:
_ Item Quantity Unit Description and Price in Words Unit Price Total Price
No.
51 1 LS Remove existing signal light and 1000.00 I000.00
-- salvage to City
Complete in Place
One thousand Dollars
-- and no Cents
per LS.
DESCRIPTION OF PAY ITEM #51:
The following items to be salvaged and delivered to the City of Coppell Service Cemer: optican
detectors, controller cabinet and all items inside the cabinet, signal poles, guy wires, signal heads,
all electrical wiring, meter base, and span wire.
-- Bidding and Contract Documents
1-27
BID SUMMARY
Base Bid
Total Price Calendar
Base Bid Days
-- TOTAL ITEMS 1 THRU 48 Plus//51 $79,700.00 180
In Words: Seventy-nine thousand seven hundred dollars and no cents
Because of the urgency to have this traffic light in.~talled, the City is requesting that bids be provided
on the following accelerated schedules in which the Ci~' is setting the calendar days.
Accelerated Schedule #1
Total Price Calendar
-- Base Bid Plus Days
Additional Compensation
-- TOTAL ITEMS 1 THRU 49 Plus//51 * $82,700.00 60(set bv City)
· Includes additional compensation to complete project in sixw (60) calendar days
-- In Words: Eighty-two thousand seven hundred dollars and no cents
Accelerated Schedule//2
-- Total Price Calendar
Base Bid Plus Days
Additional Compensation
TOTAL ITEMS 1 THRU 48 Plus #50 &//51 * $81,700.00 90(set bv Cit~,)
· Includes additional compensation to complete project in ninety (90) calendar davs
In Words: Eighty-one thousand seven hundred dollars and no cents
_ 6. Contract time will commence to mn as provided in the Contract Documents.
7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on
the applicable signature page.
_ 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible
personal property to be incorporated into the project. Said taxes are not included in the Contract
Price (see Instructions to Bidders).
_ 9. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in the
General Conditions.
The Cits' of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay
within the City's available funds. Should the City elect to delete any portion, the contract quantities will be
_ adjusted accordingly. The City also reserves the right to award the project based on the base bid or either
accelerated schedule.
SUBMITTED ON July 29. 1998
-- Bidding and Contract Documents
1-28
-- B~AFFIDA~T
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed
and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or
all commodities upon which prices are extended at the price offered, and upon the conditions
_ contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will
be ~O calendar days from the date of the bid opening. (Period of acceptance will be
ninety (90) calendar days unless otherwise indicated by Bidder.)
STATE OF '-~×c~ 5 COUNTY OF Da. Lt~
BEFORE ME, the undersigned authority, a Notary Public in and for the State of 'r-e~.~ , on
-- this day personally appeared ow~-~v¢~ (~.. I~c¥ a~x_ who after being by me
· Name
duly sworn, did depose and say:
"I, ,~,,u~ ~.. Ch,~l.a.4~ am a duly authori,.ed office/agent for
Name
-- .,~'~./.-~.2~.7-- ~ ~ ,-~vC , and have been duly authorized to execute the
Name of Firm
-- foregoing on behalf of the said .'Z*tA.~ ~O~Z~ j
Name of Firm
_ I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further,
I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
-- concerned in any pool, agreement or combination thereof, to control the price of
services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
-- Name and Address of Bidder: .,L~.-?.x~4.C , · ·
/ × Telephonic:
Si ture:7-o ,)t [7
_ SUBSCRIBED AND SWORN to before me by the above named '?i-~."42.~.~ cj.. .~
on this the gq ~ day of '?~'.d.,~i. 1998.
- Notary Public in and for the State of
Bidding and Contract Documents ~,~
, ~ IERI~I $. FOX
-- 1-28 44~ hoist I'ul~, St~le o~
05'06'2002
If BIDDER IS:
An Individual
By (Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partnership
By (Sea])
_ (Firm Name)
(General Partner)
-- Business address
Phone No.
-- A Corporation
(Corporation N~e)
(N~e of ~rson au~or~ m si~)
Bus.ess address i :~ 5d~ ~ 9 i'. ~ '~
S<'<~;~,Iiv T~ 751~ PhoneNo. a72-2~e -
A Joint Venture
By
- ~e) (Ad.ess)
By
_ (Nme) (Ad.ess)
(~h jolt v~e m~t si~. ~e manner of si~ing for e~ ~vid~, p~e~p ~d ~mfion ~at ~ a p~
to ~e jolt v~ ~o~d ~ ~ ~e ~er ~dic~ a~ve.)
Bidding and Contract Documents
1-29
- SECTION 1
CONTRACT
DOCUMENTS
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the ///-//a day of /~)~ ct ~,~--/ in
the year 19~/Sby and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and DURABLE SPECIALTIES, INC. (hereinafter called)
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
_ CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
-- This work shall consist of the installation of traffic signals at Belt Line Road at Airline
Drive. Work shall include all components necessary for the "mm key" installation of the
traffic signals as shown in the plans for TR 98-01, including but not limited to: Mast
-- asms, signals/signal heads; poles, controllers and cabinet, conduit opticom, loop
detectors, pavemem markings, pullboxes, etc.
-- The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
TRAFFIC SIGNAL INSTALLATION
BELT LINE ROAD AT AIRLINE DRIVE
TR 98-01
Article 2. ENGINEER.
-- The Project has been designed by the INNOVATIVE TRANSPORTATION' SOLLrrlONS,
INC. Inspection will be provided by the City of Coppell Engineering Depashtlent who is
hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties
-- and responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract
Documents.
Contract Documents
Article 3. CoN~rRACT TIME.
3.1. The Work will be completed within 60 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement. They also recognize the delays, expense and difficulties
-- involved in proving in a legal or arbitration proceeding the actual loss suffered by
OWNER if the Work is not completed on time. Accordingly, instead of requiring any
such proof, OWNER and CONTRACTOR agree that as liquidated damages for dalay (but
- not as a penalty) CONTRACTOR shall pay OWNER One hundred sixtv and no/100
dollars ($160.00} for each day that expires after the time specified in paragraph 3.1 for
Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with
_ the Contract Documents in current funds subject to additions and deductions by Change
Orders as provided in the contract documents in accordance with the unit prices listed in
Section 1 Proposal and Bid Schedule. The contact sum shall be the amount of
-- $82,700.00. The total tangible personal property cost included in the contract sum is
Article 5. PAYMENT PROCEDURES.
-- CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in
the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
_ Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the
-- schedule of values established in Item 1.51 of the General Provisions (and in the case of
Unit Price Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Provisions.
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
-- aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
Contract Documents
1-32
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the
_ Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
-- Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
_ representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of
_ subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts
the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent
-- of the technical data contained in such reports and drawings upon which CONTRACTOR
is entitled to rely.
-- 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests, reports, and studies (in addition to or to supplement those referred to in paragraph
-- 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the
site or otherwise may affect the cost, progress, performance, or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Item 1.3 of
_ the General Provisions; and no additional examinations, investigations, explorations,
tests, reports, studies, or similar information or data are or will be required by
CONTRACTOR for such purposes.
7.3. CONTRACTOR has reviewed and checked all infom~ation and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
-- contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities
-- are or will be required by CONTRACTOR in order to perform and furnish the Work at
the Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
Contract Documents
1-33
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of
the Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
-- thereof by ENGINEER is acceptable to CONTRACTOR.
-- .~-'ticle 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
-- CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 1-30 thru 1-36, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
_ 8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
-- Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 2-1
-- thru 2-8)
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for Taffic Signal Installation Belt Line Road at Airline Drive Project
-- TR 98-01 for the City of Coppell".
8.8. Drawings entitled: TR 98-01"
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
-- 8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
-- pursuant to Items 1.37 and 1.38 of the General Provisions.
Contract Documents
1-34
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
_ The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
-- 9.1. Temps used in this Agreement which are def'med in Item 1.0 of the General
Provisions will have the meanings indicated in the General Provisions.
-- 9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation moneys that may become
due and moneys that are due may not be assigned without such consent (expect to the
extent that the effect of this restriction may be limited by law), and unless specifically
_ stated to the contrary in any written consent to an assignment no assignment will release
or discharge the assignor from any duty or responsibility under the Contract Documents.
_ 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
-- Contract Documents.
Contract Documents
1-35
Article 10. OTHRR PROVISIONS.
_ IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by
-- OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effecfive on /~6~(4t~7~ // , 19~a°.
OWNER: City of Coppell CONTRACTOR: DURABLE SPECIALTIES INC.
/q 255 Parkway/~Bouleyard P.O. Box 381788
- ,'6uncanville, TX 75138
// C°~el~/~ps01f/ BY::~ d'~7
TITLE: maI Ot~ TITLE: ~re$',de,q4f
Address for giving notices: Address for giving notices:
-- P.O. Box 478 P.O. Box 381788
Coppell, Texas 75019 Duncanville, TX 75138
Arm: Ken Griffin, P.E. Arm: Jeffrey C. Bryan, President
-- Assistant City Manager/City Engineer
(If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach
evidence of authority to sign and evidence of authority to sign.)
resolution or other documents
_ authorizing execution of Agreement.)
Contract Documents
1-36
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.
Contract Documents
1-37
General Instructions For Bonds
_ A. The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
-- B. The name, and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line
opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an
-- adhesive seal shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the bond,
-- with the recital that they are parmers composing a firm, naming it, and all the members of
the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
E. If the principal or surety is a corporation, the name of the State in which incorporated
shall be inserted in the appropriate place in the body of the bond, and said instrument
-- shall be executed and attested under the corporate seal, the fact shall be stated, in which
case a scroll or adhesive seal shall appear following the corporate name.
-- F. The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary
according to the form attached hereto. In lieu of such certificate, records of the
-- corporation as will show the official character and authority of the officer signing, duly
certified by the secretary or assistant secretary, under the corporate seal, to be true
copies.
G. The date of this bond must not be prior to the date of the contract in connection with
_ which it is given.
Contract Documents
1-38
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL ~IIZN BY THEqE PRESENTS: That Durable Specialties, Inc.
whose address is P.O. Box 381788. Duncanville, TX 75138 ,
hereinafter called Princip~, and American National Fire Insurance Company , a
corporation orga zed and existing under the Laws of the State of New York , and fully
licensed to transact business in the State of Texas as Surety, are held and fa-rely bound unto the
CITY OF COPPEI L, a municipal corporation organized and existing under the Laws of the State of
Texas, hereinafter called "BeneficiaryN, in the penal sum of Eighty two thousand
seven hundred and 00/100 DOLLARS
($ 82,700.00 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the llth of
August , A.D. 19 98 , which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Traffic Signal Installation:
Belt Line Road at Airline Drive
Project No. TR 98-01
_ Bid No. Q-0698-02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
_ all of the underlakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any g.aranty or warranty required under this Contract, and shall also well and
Italy perfomt and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay
---- Beneficiary aU outlay and expense which the Beneficiary may incur in making good any default or
Contract Documents
1-39
deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
~nll lie in Dallas County, Texas.
AND PROVIDF. n FURT}W~R, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or
to the Work to be performed thereunder or the specifications accompanying the same shall in
anyway affect its obligation on this Bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Contract, or to the Work or to the
Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texa&
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in .matters arising out of such suretyship, as provided
-- by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each
--~ one of which shall be deemed an original, thisthe 21st dayof August , 1998 .
_ PRINCIP/~L SURE
By. ~ d ~Du~. ~ecialties, Ame~'~ational Fire Insurance Company
-- r'/e~f~ey~ (2. 4ryan ~/~7 ~ BY" j~ack M.~wley~
Tide: President Title: Attorney-in-Fact J
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
-- NA~: William D. Baldwin
ADDP~$: 1201 KAS Dr., #B, Richardson, TX 75081
-- NOTE: Date of Performance Bond muxt be date of Contract. If R~ident Agent is not a corporation, give a
person's name.
Contract Documents
-- 140
New York, New York
Administrative Office: 580 WALNUT STREET * CINCINNATI, OHIO 45202 * 513-369-5000 * FAX 513-723-2740
The number of persons authorized by
-- this power of attorney is not more than No. 0 1577'1
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
-- organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
JACK M. ~ ~J,T. OF AT.T.
WAYNE A. COBLE ARLINGTON, TEXAS UNLL%~IT~D
-- KRISTIN PARRISH
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 1St day of ~ ,19 97
-- Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY
STATE OF OHIO, COUN~ OF HAMILTON -- ss:
-- On this 1st day of May, 1997 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so afC, xed by
authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated July 27. 1995.
RESOLVED: That the D/vision Pres/dent, the several Division Vice Presidents and Assistant Vice Pres/dents, or an)' one of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Compan3; ~s surety, any and ail
bonds, undertakings and contracts of suret.v~hip, or other written obligations in the nature thereo~; to prescribe their respective duties and the
respective limits of their authority; and to revoke any' such appointment at a~v time.
RESOLVED FUR THER: That the Company seal and the signature of any of the aforesaid officers and an9' Secretary or Assistant
Secretary of the Company may be af£~xed by facsimile to any power o£ attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof,, such signature and seal when so used being hereb.,' adopted by
the Company as the original signature of such ott'~cer and the original seal o[the Company, to be valid and binding upon the Company with the
same force and effect as though manually af£txed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Seerctary of American National Fire Insurance Company, do hereby certi~' that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of July 27. 1995 have not been revoked and are now in full force and eject.
Signed and sealed this 215t day of August , 19 98
S 1030M {8/95)
_ PAY'M~NT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
-- KNOW Al.L 1VIF~N BY THESE PRESENtlY: That Durable Specialties, Inc.
whos~ address is P.O. Box 381788, Duncanville, TX 75138
hefeJflRfter ~tll~d Pl~lcipal, arid American National Fire Insurance Company , a
-- corporation organized and existing under the laws of the State of New York , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPEI L, a municipal corporation organized and existing under the laws of the State of
-- Texas, hereinaf~r tailed "Bonefic~-y", in the pen~ sum of Eighty two thousand
seven hundred and 00/100 DOLLARS
($ 82,700.00 ) in lawful money of the United States, to be paid in Dallas County,
-- Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount qf any Change Order or Supplemental Agreement
-- which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
-- -- ~ OBLIGATION TO PAY SA3~E is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the llth of August ,
A.D. 19 98 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
_ Traffic Signal Installation:
Belt Line Road at Airline Drive
Project No. TR 98-01
_ Bid No. Q-0698-02
NOW, THEREFORE, if the Principal shall well, truly and faithfully perfom~ its duties
_ and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said ConWact and
any and all duly authorized, modifications of said Contract that may hereafter be made, notice of
-- which modification to the Surety is hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full force and effect.
-- PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
-- AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the tem,s of the Contract or
.---- to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc.,
accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby
Contract Documents
1-41
- waive notice of any such change, extension of time, alteration or addition to the terms of the
Contract, or to the Work to be performed thereunder.
-- This Bond is given pursuant to thc provisions of Article 5160 of Vemon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
-- The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
-- by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNF-qS WI-IF~RF.~F, this instrument is executed in 4 copies, each
-- one of which ~ be deemed an originS, fids the 21st day of August , 1998.
PRINCIPAL SURETY
Durable pecialties, In American Xational Fire Insurance Company
- ~ By:'
y J~z~k M. CrowIey ~
TiffS.' Attorney-in-Fact J
:
_ The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
William R. Baldwin
_ NAME'
1201 KAS Dr., #B, Richardson, TX 75081
ADDRF_~S:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person °s name.
Contract Documents
1-42
- NATION . RRE INSURANCE OOMPANY
New York, New York
Administrative Offioe: 580 WALNUT STREET * CINCINNATI, OHIO 45202 · 513-369-5000 · FAX 513-723-2740
The number of persons authorized by
~ this power of attorney is not more than No. 0 15771
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond. undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
JACK M. ~ ,%T.T. OF ALL
-- KRISTIN PARR.I SH
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the AM ERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 1st day of ~ , 19 97
Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON -- ss:
-- On this 1st day of May, 1997 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument: that he knows the seal; that it was so affixed by
authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated July 27. 1995.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time t o time, to appoint one or more A ttorneys-ln-Fact to execute on beh al£ of the Company. as surer3'. any and ali
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid o£t-zcers and any Secretary or Assistant
Secretary of the Company may be afl-lxed b,v facsimile to any power o£ attorney or certifwate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being bereby adopted by
the Company as the original signature of such offwer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as tho,,gh manually affixed.
CERTIFICATION
1, RONALD C. HAYES, Assistant Secretary' of American National Fire Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of thc Board of Directors of July 27, 1995 have not been revoked and are now in full force and effect.
Signed and sealed this 2~st day of August ,19 98
S 1030M (8/95)
_ ~A.,NCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
-- KNOW ALL 1VrEN BY THESE PRESENTS: THAT Durable Specialties,
Inc. as Principal, and
American National Fire Insurance Company , a coq~oration organized under the
-- laWS of l~ew York , as sureties, do hereby
expressly acknowledge themselves to be held and bound to pay unto the
City of Coppell , a Municipal Corporation, Texas, the sum of
-- Eighty two thousand seven hundred and 00/100 Dollars and
Cents ($ 82,700.00 ), for the payment of which sum w~l
and truly be made unto said City of Coppell , and its successors, sa~d principal and
-- sureties do hereby bind themselves, their assigns and successors jointly and severally.
TI-ll~q obligation is conditioned; however, that whereas, the said
-- Durable Specialties, Inc. has
tMs day entered into a written contract with the said City of Coppell to
build and consh-uct Traffic Signal Installation: Belt Line Road at Airline
-- ~ Dr., Project TR98-01 which contract and the plans and specifications therein mentioned,
adopted by the are hereby expressly made a part thereof as
through the same were written and embodied herein.
WItEREAS, under the plans, specifications, and contract, it is provided that the Contractor
_ will maintain and keep in good repair, the work herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
and/or reconstruction in whole or in part of said improvements that should be occasioned by
_ settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood
that the purpose of this section is to cover all defective conditions arising by reason of defective
_ material and charge the same against the said Contractor, and sureties on this obligation, and the
said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract for each day's failure on its' part to comply with the te, ms of said provisions of said
-- contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two (2) years, as
provided, then these presents shall be null and void, and have not further effect, but if default shall
-- be made by the said Contractor in the performance of its' contract to so maintain and repah- said
work, then these presents shall have full force and effect, and said City of Coppell
shall have and receive from the said Contractor and its' principal and sureties damages in the
-- premises, as provided; and it is further agreed that this obligation shall be a continuing one against
the principal and sureties, hereon, and that successive recoveries may be and had hereon for
~-- successive branches until the full amount shall have been exhausted; and it is further understood
Contract Documents
-- 143
_ that the obligation herein to maintain said work shall continue throughout said maintenance period,
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN W1TNq:-qs V~n~F. REOF, the said Durable Specialties, Inc. has
caused these presents to be execu~d by Jeffrey C. Bryan and
-- the ~id American National Fire Insurance Company ha~ caused these presents to be
execu~d by its Attorney in fact and the sa~d Attomey in fact Jack M. Crowley ,
has hereunto set his hand, the 2 ! s t day of August , 19 98
PRINCIPAL SURETY
Durable~Specialties, Inc. Americg~tTNational Fire Insurance Company
/efme~ C.tBryan .///~3~ack M. Cro~ley ~
-- Title: President Tide: Attorney-in-Fact ~
WITNESS: ~I'EST: ....
-
-- ~ NO~: Date of Maintenan~ Bo~ m~t not be prior to d~e of Contras.
Contract Documents
-- 1-44
- NKllOI bM. RRE IN. I
New York, New York
Administrative Office: 680 WALNUT STREET · CINCINNATI, OHIO 45202 · 513-369-5000 · FAX 513-723-2740
The number of persons authorized by
-- this power of attorney is not more than No. 0 ].577]
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
-- organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
JACK M. ~ ~T.T. OF AT.T.
WAYNE A. COBLE ARLINGTON, 'ulnAS UNLLMI'rnu
-- KRISTIN PARRISH
This Power of Attorney revokes all previous powers issued in behalf of the attoroey(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 1St day of -l~3.y , 19 97
-- Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON -- ss:
-- On this 1st day of May, 1997 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by
authority of his office under the By-Laws of said Company. and that he signed his name thereto by like authority.
-- This Power of Attorney is granted by authority of the following resolutions adopted by thc Board of Directors of American
National Fire Insurance Company by unanimous written consent dated July 27. 1995.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant }'ice Presidents, or any one of them, be
and hereby'is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Compan); as surety; an)' and ali
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the
respective limits o£ their authorit.W and to revoke any' such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of an.v o£ the aforesaid of Fxcer~ and an)' Secretary or Assistant
Secretary of the Company may be aft-lxed by facsimile to any power of attorney or certificate o[ either given for the execution of any' bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being bereby adopted b.v
-- the Company as the original signature of such o[Ftcer and the original seal of the Company, to be valid and binding upon the Company' with the
same force and effect as though manually aff~xed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secreta~ of American National Fire Insurance Company, do hereby certif.v that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of July 27, 1995 have not been revoked and are now in full force and effect.
Signed and sealed this 21st day of August , 19 98
S 1030M (8/95)
SECTION 2
- STANDARD SPECIFICATIONS
SUPPLEMENTARY
_ CONDITIONS
-- CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO TIW.
- NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
_ THESE SUPP~.~:.MENTARY CONDmONS A~.~D THE STANDARD GENERAL PROVISIONS
OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH
CENTRAL TEXAS, LATEST ADDmON, PREPAI~F.D BY THE NORTH CENTRAL TEXAS
_ COUNCIL OF GOVE1LNMEN'I~ AS INDICATED BF.I OW. ALL PROVISIONS WHICH ARE NOT
AMENDI=.D OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS
AMENDED REMAIN IN FULL FORCE AND EFFEC~ AS AMENDED.
ITEM 1.0 - DEFINITIONS
-- SC-I.0
Engineer: The word "Engineer" in these contract documents and specifications shall be understood
-- as referring to CITY ENGINI~IZ.R, City of Col~pell, P.O. Box 478, Coppell, TX 75019, Engineer of
the Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPEI.L acting through its authorized representatives.
Calendar Day: Add the following sentence to the end of the working days definitions: Hours
worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime.
-- Overtime request must be made in writing and approved by the City of Coppell. Seventy-two hours
notice required. All overtime incurred by the City for inspection services shall be paid by the
Contractor. If not paid, such cost may be deducted from partial payments.
All other temps used in these Supplementary Conditions which are defined in the General Provisions
_ shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
-- Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
-- for a 2 year period."
- Standard Specifications
Supplementary Conditions
-- 2-2
ITEM 1.16 - NOTICE TO PROC~k'T}
-- SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and
-- 1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS
-- SC-1.19
Add the following language at the end of the Item 1.19: 'If there is any conflict between the
-- provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
_ Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies#. Add the
following to the end of Item 1.20.1:
_ 'In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the
following reports of explorations and tests of subsurface conditions at the site of the work: No
geotechnical explorations or tests of subsurface conditions have been perfocmed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
-- SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5 Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection
of all existing utilities or service lines crossed or exposed by the construction operations.
-- Where existing utilities or service lines are cut, broken or damaged, the CON'rRACTOR
shall replace the utilities or service lines wfth the same type of original construction, or
- Standard Specifications
Supplementary Conditions
-- 2-3
better, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility, such
property shall not be moved or interfered with until authorized by the ENGINEFR. The
-- right is reserved to the owner of any public utility to enter upon the limits of the project
for the purpose of making such changes or repairs of their property that may be made
necessary by the perfotn~ance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
-- SC-1.22.$
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If
-- requested by Owner, Engineer or Contractor'.
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2. I Should CONTRACTOR cause damage to the work or property of any separate Contractor
~ at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER,
Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to
_ settle with such other Contractor by agreement, or to otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent pe~fifitted by Laws and
Regulalions, indemnify and hold OWNER, ENGINF~R and Consulting Engineer
_ harmless from and against all claims, damages, losses and expenses (including, but not
limited to, fees of engineers, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any action, legal or
_ equitable, brought by any separate Contractor against OWNER, ENGINEER or
Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S
performance of the Work. Should a separate Contractor cause damage to the work or
-- property of CONTRACTOR or should the performance of work be any separate
Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any
action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or
-- permit any action against any of them to be maintained and continued in its name or for
its benefit in any court or before any arbiter which seeks to impose liability on or to
recover damages from OWNER, ENGINEER or Consulting Engineer on account of any
-- such damage or claim. If CONTRACTOR is delayed at any time in performing or
furnishing Work bY any act or neglect of a separate Contractor and OWNER and
CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time
-- attributable thereto, CONTRACTOR may make a claim for an extension of time in
accor~_qce with Item 1.36. An extension of the Contract Time shall be
- Standard Specifications
Supplementary Conditions
-- 2-4
-- CONTRACTOR's exclusive remedy with respect to OWNER, ENGINF. F.R and
_ Consulting Engineer for any delay, disruption, interference or hindrance mused by any
separate Contractor.
-- ITEIVl 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
-- 1.26.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written Amendment.
-- Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR.
-- SC-1.26.7
Add the following new item:
1.26.7 CO~CTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the
effect that in the event of payment of any loss or ~mage the insurer will have no rights of
_ recovery against any of the parties named as insured or additional insured, and if such
waiver fon,s are required of any Subcontractor, CONTRACTOR will obtain the same.
ITEM 1.27 - MATERIALS AND WORI~MANSHIP: WARRANTIES AN~D GUARAN~FEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
-- ITEM 1.32 - WORKING AREA: COORDINATION WITH OTHER CONTRACTORS: FINAL
CLEANUP
-- SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof.'
"Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control has been
established as shown on the construction plans. Horizontal control can be established from existing
-- inlets, street intersections or other utilities indicated on the construction plans. The Contractor shall
be responsible for establishing all lines and grades, and the precise location of all proposed facilities.
- Standard Specifications
Supplementary Conditions
-- 2-5
~ The ENGINF. I=R 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 constxuction documents. Such checking by the Engineer shall not relieve the
Contractor of his responsibility to perform all Work in connection with Contract Drawings and
-- Specifications and the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS: OBLIGATION TO COOPERATE
SC-1.33
-- Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
'In such event, Contractor shall be entitled to an extension of working time only for unavoidable
-- delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract price
shall be due the Contractor."
-- Insert the following sentence at the end of the second paragraph of Item 1.33:
HThe ENGINF:.FR shall coordinate such other work with the CONTRACTOR and schedule events to
-- minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS: EXTENSION OF TIME: LIOUIDATI:I~ DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time
_ shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of time can not be made up by revising the sequence of the work of the
project. ~
ITEM 1.37 - CHANGE OR MoDIFIcATION OF CONTRACT
-- SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following %xcept as
-- provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
~The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under .the following conditions:
- Standard Specifications
Supplementary Conditions
-- 2-6
1.42 - INS~ON AND TF~T
SC-1.42
-- 1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the
following "direction of the Owner and expense of the Contractor".
-- Amend the last paragraph, first sentence by changing "Contractor" to "Owner".
II'EM 1.49 - OWlh~'S. EMPLOYEES OR AGENTS
SC-1.49-2
-- Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or indirect,
in any contract with the City, nor shall be financially interested, directly or indirectly, in the
-- sale to the City of any land, or rights or interest in any land, materials, supplies or services.
This prohibition does not apply when the interest is represented by ownership of stock in a
corporation involved, provided such stock ownership mounts to less than one percent (1%)
-- ~ of the corporation stock. Any violation of this prohibition will constitute malfeamnce in
office. Any officer or employee of the City found guilty thereof should thereby forfeit his
_ office or position. Any violation of this prohibition with the knowledge, expressed or
implied, of the persons or corporations contracting with the City shall render the contract
voluble by the City Manager or the City Council. The Contractor represents that no
_ employee or officer of the City has an interest in the Contractor.
ITEM 1.58 - STATE ANI) LOCAL SALES AND USE TAXES
SC-1.58
_ Delete Item 1.58 and substitute the following in lieu thereof.'
1.58 Recent legislation has removed the sales tax exemption previously provided by Section
-- 151.311 of the Tax Code coveting tangible personal property purchased by a contractor for
use in the performance of a contract for the improvement of City-owned fealty.
-- It is still possible, however, for a contractor to make tax-free purchase of tangible personal
property which will be incorporated into and become part of a City construction project
through the use of a "separated contract" with the City. A "separated contract" is one which
-- separates charges for materials from charges for labor. Under such a contract, the contractor
becomes a "seller" of those materials which are incorporated into the project, such as bricks,
- Standard Specifications
Supplementary Conditions
-- 2-?
.--- lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the
_ sales tax at the time such items are purchased. The contractor then receives an exemption
certificate from the city for those materials, el'his procedure may not be used, however, for
materials which do not become a part of the finished product. For example, equipment
_ rentals, form materials, etc. are not considered as becoming "incorporated" into the project).
UtiliTation of this "separated contract" approach eliminates the need for bidders to figure in
-- sales tax for materials which are to be incorporated into the project. The successful bidder's
bid form will be used to develop the "separated contract" and will determine the extent of the
tax exemption. Upon execution of the construction contract, the contractor shall furnish a
-- breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
- Standard Specifications
Supplementary Conditions
-- 2-8
SECTION 2
SPECIAL PROVISION TO
STANDARD SPECIFICATIONS
- SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
These Special Provisions, modify, or supplement the Standard Construction Specifications
- of the North Cefitral Texas Standard Specifications. All provisions which are not so modified or
supplemented remain in full force and effect, except payment shall be as established in Section 1
entitled "Proposal and Bid Schedule".
PART H: MATERIALS- DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B" and "C '
_ (4) Additional Requirements ·
(B) Additional'Requirements for Type "C" backfdl when used in streets: Insert
the following paragraph at the beginning of this subsection: "All trench backfdl shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
_ moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used 0nly with specific written permission of the Engineer."
-- ITEM 2.1.6. RIP RAP OR STONE I~SONRY:
Co) Materials and Dimensions
(4) Mortar Rip rap. Add the sentence: Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 38%83.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
-- (a) General: Amend the first sentence, by striking the words ~requirements for
earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be
approved by the Engineer".
Co) Earth Bedding: Add the follo~4ng sentence at the beginning of this
paragraph: "Farth bedding will not be pe, liitted without written approval of the Engineer."
Special Provisions
-- 2-10
ITEM 2.2.2. CI-1FMICAL ADMIXTURES:
-- (d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly
Ash as an admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
PART Ill DIVISION 3- SITE PREPARATION
-- ITEM 3.1.2. CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection
shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by
the Engineer.
ITEM 3.7.3. DENSITY:
Strike the first sentence and replace with the following: "Earth embedment and
select material shall be compacted to between 95 percent and 100 percent of Standard
Proctor Density as detemtined by ASTM D-698 at, or up to five (5) percentage points
_ above, optimum moisture content, using mechanical compaction methods, unless otherwise
-- specified in the Plans or Specifications."
_ PART IV: DIVISION 4- SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaction
-- Amend the last sentence of the first paragraph, by striking the words: "90 percent of
the maximum dry density of such material." and replace with the words "95 percent of the
maximum dry density of such material, or as directed by Engineer.
PART V: DIVISION S- PAVEMENT AND SURFACE COURSES
-- ITEM 5.8.2. CONSTRUCTION METHODS
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the
following: "Expansion joints shall be installed perpendicularly to the surface and centerLine
of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch in width, and
extended through curbs. Expansion joints are to be installed at each end of radius at street
Special Provisions
-- 2-11
- intersections. Expansion joints shall be equally spaced between intersections with not less
than one every 200 line~_r feet of pavement, unless otherwise specified on the Plans or
directed by the Engineer.
(C) Proximity to Existing Stxuctures: Add to end of sentence, *or as directed by
the Engineer".
(2) Contraction Joints. Delete the first sentence of the first paragraph and insert
the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in depth, and
1/4 inch in width, and installed eve~ 20 linear feet of pavement, and extend through curb,
unless otherwise directed by the Engineer."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection: "Fog
sprays powered by pressure pumps, and capable of covering the entire area of freshly
placed concrete with a fine mist, shall be used if water is needed for finishing operations."
(2) Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of coveting the entire area of freshly
_ ~ placed concrete with a fine mist, shall be used if water is needed for finishing operations."
PART VI: DIVISION 6- UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
-- (b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
-- Amend the second sentence by striking the words "to a density comparable with adjacent
undisturbed material" and replacing with "to a density between 95 percent and 100 percent
Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage
-- points above, optimum moisture content, unless otherwise specified in the Plans or directed
by the Engineer."
Special Provisions
-- 2-12
SECTION 3
- SPECIFIC PROJECT
REQUIREMENTS
- SPECIFIC PROJECT REOUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for Public
-- Works Construction - North Central Texas prepared through the North Central Texas Counc'fl of
Governments (C.O.G.). The following Specific Project Requirements contain general and specific
project requ'aements applicable to this project in the City of Coppell. These individual
-- specifications control for this project. Additional amendments to the C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for
Construction. In the event that an item is not covered in the Project Drawings and these
-- Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply.
In addition, reference to the follow'rog shall be considered as referring to the specifications or
-- Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A. American Standards Association
A.S.T.M. American Society of Testing Materials
A.A.S.H.T.O. American Association of State Highway
& Transportation Officials
~ A.C.I. American Concrete Institute
A.W.S. American Welding Society
A.W.W.A. American Water Works Association
S.S.P.C. Steel Structures Painting Council, Federal
-- Specifications Treasury Department
U.L. Unden~iters Iahomtories
-- N.E.M.A. National Electrical Manufacturers Association
W.P.C.F. Water Pollution Control Federation
TX.DOT Texas Department of Transportation
C.D.G..S. City of Dallas General Specifications
S.S.P.W.C.N.C.T. Standard Specifications for Public Works
Construction North Central Texas
- Specific Project Requirements
3-2
- SECTION 2- SPECIFIC PROJECT REOUIREMENTS
1.1 OWNER: The "Owner' as referred to in these Specifications is the City of Coppell, P.O.
-- Box 478, Coppell, Texas 57019.
1.2 ENGINEER: The ~Engineer" as referred to in these Specifications is the City Engineer,
-- City of Coppell, Engineer of the Owner, or such other representatives as may be authorized
by said owner to act in any particular position.
-- 1.3 CITY OF COPPELL: All improvements described in this Proposal and Construction
Drawings slaall be done in accordance with the Project Drawings and Specifications. In the
event that an item is not covered in the Project Drawings and Specifications, then the
-- Stana_~ard Specifications for Construction for the City of Coppell, Texas shall apply.
1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street fight-of-way. Entrance onto private property shall be at the expressed
approval of the property owners and the Contractor assumes all liability.
1.5 PROJECT DESCRIFIION: This work shall consist of the installation of traffic signals
at Belt Line Road at Airline Drive. The work shall include all components necessary for
the ~mm key~ installation of the traffic signals, including but not limited to: mast arms,
signals/signal heads, poles, controllers and cabinet, conduit, opticom, loop detectors,
pavement markings, pullboxes, etc.
1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written request
for final inspection. The calendar day count shall resume upon receipt by the Contractor of
-- a written list of items necessary to satisfactorily complete the project. Tiffs process shall
continue until such time as the project is accepted by the Engineer, and the Owner. The
calendar day count will not be suspended or otherwise affected by use of completed portions
-- or *substantial completion~ of any of the project.
1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
-- including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the ~afety of persons or property to
protect them from ~naage, injury or loss. He shall erect and maintain, as required by
-- existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
Specific Project Requirements
-- 3-3
- 1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
- 1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by
the owner as shown on the plans. The Contractor shall be responsible for layout and
staking of all grades and lines for construction. The Contractor shall preserve all stakes or
-- markings until authorized by the Engineer to remove same. The Conlractor shall bear the
cost of the re-establishing any control or construction stakes destroyed by either him or a
third party and shall assume the entire expense of rectifying work improperly constructed
due to failure to maintain estabhshed points and marks.
No separate payment shall be made to the Conlractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shali be
considered as full compensation for these requirements.
1.10 CONWORMITY WITH DRAWINGS: All work shall confo~ii to the lines, grades,
cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings
_ which may be required by the exigencies of construction will be determined by the Engineer
and authorized by him in writing.
_ ~ 1.11 TESTING LABORATORY SERVICE: The Contractor shall make arrangements with
an independent laboratory acceptable to the owner for all backfill compaction, concrete and
other testing as required by the construction plans and standard specifications. The
-- Contractor shall bear all related costs of tests, inspections or approvals. The Contractor
shall notify the ENGINF. ER in a timely manner of when and where tests or inspections are
to be made so that they may be present. Two copies shall be provided to the Owner of all
-- reports and laboratory test results. No separate payment shall be made to the Contractor for
the cost of geotechnical testing services which shall be considered incidental to the project.
-- 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any
order of the court, or other public authority, the Owner may at any time during suspension
upon seven days written notice to the Contractor, terminate the Contract. In such an event,
-- the Owner shall be liable only for payment for all work completed plus a reasoruable cost for
any expenses resultin, g from the termination of the Contract, but such expenses shall not
exceed $5,000.
1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees on the property that obstruct the installation of the improvements as
outlined in this project. Penalty for destruction of a tree without permission shall be
$500.00 each payable to the Owner. If damage is continuous, tree guards shatl be erected
_ when so directed by the Eagineer at the Contractor's expense.
1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
Specific Project Requirements
-- 3-4
-- times, as his agent, a competent Superintendent capable of ~ading the plans and
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
-- supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
-- The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
-- 1.15 WARNING DEVICF-$: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by hw and the
Texas Manual on Uniform Traffic Control Devices (TMUTCD) to protect persons and
-- property while said persons or property are approaching, leaving or within the work site or
any area adjacent to said work site. No separate compensation will be paid to the
ConWactor for the installation or maintenance of any warning devices, barricades, lights,
signs or any other precautionary measures required by law for the protection of persons or
property.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carded on, in, or adjacent to, any street, alley, sidewalk, public right-of-
_ way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
_ required by law. The Contractor shall submit a traffic control plan to be reviewed by the
City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m. or offer
4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen,
-- watchmen, warning devices, barricades, signs, and lights, and other precautionary measures
shall not cease until the project shall have been accepted.
-- If the Engineer discovers that the Contractor has failed to comply with the applicable federal
and state law (by failing to furnish the necessary flagmen, warning devices, barricades,
lights, signs or other precautionary measures for the protection of persons or property), the
-- Engineer may order such additional precautionary measures as required by law to be taken
to protect persons and property, and to be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found
of such damage, the Engineer may order the damaged portion immediately removed and
Specific Project Requirements
-- 3-5
-- replaced by and at the cost and expense of the Contractor. If the damages are not corrected
in a timely fashion, then the City shall have the right to repair the ~lamage and charge the
cost back to the Contractor. All of this work is considered incidental and shall not be
-- separate pay item.
1.16 EXISTING UTILITIES. STRUCTURES AND OTHER PROPERTY:
A. Prior to any excavation, the Conwactor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
-- utilities and structures.
B. After commencing the work, use every precaution to avoid interferences with
- existing underground and surface utilities and structures, and protect them from
damage.
C. Where the locations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items which may be
_ encountered during the work ars not necessarily indicated. The Contractor shall
determine the exact locations of all items indicated, and the existence and locations
of all items not indicated.
D. The Contractor shall repair or pay for all damage mused by his operations to all
existing utilities, public property, and private property, whether it is below ground
_ or above ground, and he shall settle in total cost of ail damage suits which may arise
as a result of this operations.
-- E. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
-- 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements coyered by these plans and specifications during the life of the contract.
-- 1.19 CLEANUP:
A. During Construction. The contractor shall at all times keep the job site as free from
-- all material, debris and rubbish as is practicable and shall remove same from any
portion of the job site when it becomes objectionable or interferes with the progress
of the project.
B. Final. Upon completion of the work, the ConWactor shall remove from the site all
Specific Project Requirements
3-6
-- plant, materials, tools and equipment belonging to him and leave the site with an
appearance acceptable to the Engineer and the Owner. The Contractor shall
thoroughly clean all equipment and materials installed by him and shall deliver over
-- such materials and equipment in a bright, clean, polished and new-appearing
condition.
-- 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
documents for this project shall be understood as meaning an Owner's agent will observe
the construction on behalf of the Owner. The agent will observe and check the construction
-- in sufficient detail to satisfy himself that the work is proceeding in general accordance with
the contract documents, but he will not be a guarantor of the Contractor's performance.
-- 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
sla_~hings, brush or other debris removed from the site as a preliminary to the construction
shall be removed from the property. Any required burning and disposal permits shall be the
-- sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job
site and disposed of in a satisfactory manner.
1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the consl~uction, including
water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting.
_ The Contractor shall provide water as required at his own expense.
1.23 GUARANq'EE: All work shall be guaranteed against defects resulting from the use of
_ inferior materials, equipment or workmanship for a period of two (2) years from the date of
final completion and acceptance of the project.
Specific Project Requirements
-- 3-7
- SHOP DRAWINGS. PRODUCT DATA AND SAMPLES
1.1 GENq~,L:
A. Contractor to submit Shop Drawings, Product Data and Samples as required by the
Contract Documents and as specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable afar contract award, submit to the Engineer, for review, the
required number of bound copies of shop drawings of all items as specified in the
_ various sections of these specifications, accompanied by letters of transmittal.
B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data
_ for materials and equipment; showing dimensions, performance characteristics, and
capacities and other pertinent information as required to obtain approval of the items
involved.
C. No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained.
1.3 PRODUCT DATA:
-- A. Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
-- 3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawing sand diagrams:
-- 1. Modify drawings and diagrams to delete information which is not applicable
to the work.
2. Supplement stlmdard information to provide information specifically
-- applicable to the work.
1.4 SAMPI.I:-q: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR llF~qPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
_ B. Determine and verify: 1. Field measurements.
2. Field construction criteria.
Specific Project Requirements
-- 3-8
_ 3. Catalog numbers and similar data.
4. Conformance with specifications.
C. Coordinate ~¢h submittal with requirements of the work and of the Contract
Documents.
D. Begin no work which requires submittals until return of submittals with Engineer's
review.
E. Keep one (1) approved copy of shop drawings or product data at job site at all
times.
1.6 SUBMI.qSION REQUIRF~NTS:
-- A. Make submittals promptly and in such sequence as to cause no delay in the work or
in the work of any other contractor.
- B. Number of submittals required:
1. For shop drawings and. product data: Submit the number of copies which
the contractor requires, plus four which will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project rifle.
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 stand_axds, 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,
vedficarion of products, field measurements and field construction criteria,
and a\coordination of the information within the submittal with requirements
-- of the work and of Contract Documents.
11. Fabrication and erection drawings lists and schedules.
12. Basis of design and design calculations signed and sealed by a registered
-- professional engineer.
13. Seal and signature of a register engineer on all structural submittals.
Specific Project Requirements
-- 3-9
D. REVIE~V:
-- 1. Shop drawing and product dam information review will be general. Such
review will not relive the contractor of any responsibility and work required
by the Contract.
- 2. Satisfactory shop drawings will be so designated and all sets, except four
(4), returned to the Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be returned to the Contractor,
-- with indications of the required corrections and changes.
3. Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RF-qUBMIgSION REQUIREMENTS:
A. Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
B.Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes which have been made other than those requested by
the Engineer.
_ 1.8 ENGINF~FR' S RESPONSIBII JTn*-g:
A. Review submittals with reasonable prompmess.
_ B. Affix stamp and initials or signature, and indicate requirements for re. submittal, or
acceptance of submittal.
C. Return submittals to Contractor for distribution, or for resubmission.
Specific Project Requirements
-- 3-10
SECTION 4
- GENERAL NOTES &
SPECIFICATIONS
GENERAL NOTES AND SPECIFICATION DATA
-- General
Texas State Law, Article 1436C, makes unlawful the operation of equipment or machines
-- within 10 feet of any overhead electrical line unless danger against contact with high voltage
overhead lines has been effectively guarded against pursuant to the provisions of the article.
When construction operations require working near an overhead electrical line, the
-- contractor shall contact the owner/operator of the overhead electrical line to make adequate
arrangements and to take necessary ~fety precautions to ensure that ail laws, electrical line
owner/operator requirements, and standard industry safety practices are met.
The construction, operation and maintenance of this proposed project will be consistent with
the state implementation plan as prepared by the Texas Air Control Board.
The construction of this traffic signal and all appurtenances and devices shall confora~ to the
City of Coppell Construction Standards. and TxDOT Dallas District 18 Standard Plans
relating to traffic control signai device installation and construction.
Conduit
The Contractor shall secure pen~lission from the proper authority and the approval of the
_ engineer before cutting into or removing any walks or cufos, 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 qt~lity to the originai 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.
General Notes &
Specifications
4-2
When boring is used for under pavement conduit installations, maximum allowable overcut
shall be 1" in diameter.
All proposed conduit shall be placed by the open trench method below the proposed
subgrade, unless otherwise indicated in the plans. If the contractor fails to place the conduit
-- as proposed, then he can choose other methods such as boring or open cutting new
pavement as approved by the Engineer, and at no additional cost to the City.
-- The Contractor shall install a non-metallic pull rope if conduit runs in excess of 50 feet.
When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 inches
-- as measured from the intended target point.
The saw cut trench detail shown in the plans for installation of conduit under existing
-- pavement shall only be used at locations where conduit cannot be jacked or bored. The use
of the saw cut trench shall only be made at locations approved by the Engineer.
-- The use of a pneumatically driven device' for punching holes beneath pavement (commonly
known as a "missile~) will not be permitted on this project.
For conduit runs in excess of 250', the contractor may install ground boxes at his own
expense, at the direction of the engineer, for use in pulling cable.
When holes are required to be drilled through concrete structures at headwalls, etc., a
coting device shall be used. Masonry or concrete drills shall be prohibited.
A cleaner-primer shall be used on all PVC to PVC joints before application of PVC
cement.
Structurally mounted junction boxes will be as detailed in the plans and approved by the
Engineer in the field. These boxes will not be paid for directly but will be considered
_ subsidiary to this item.
Conduit placed under the railroad tracks shall maintain a minimum depth of 42" below the
bottom of the ties.
Conduit installed for future use shall have non-metallic pull ropes installed and shall be
-- capped using standard weather tight conduit caps, as approved by the Engineer. This work
shall not be paid for directly but shall be considered subsidiary to this item.
-- All underground conduit bends 45 degrees or more in PVC conduit systems, including
- General Notes &
Specifications
_ 4-~
- bends into ground boxes, shall be made with PVC coated rigid metal conduit. Where the
rigid metal conduit is exposed at any point and where rigid metal conduit extends into
ground boxes the metal conduit shall be bonded to the grounding conductor with grounding
- type bushings or by other UL listed grounding connectors approved by the Engineer. Rigid
metal bends shall not be paid separately, but shall be incidental to the PVC conduit system.
-- Ground Box (Pull Box)
Ground box (pull box) dimensions shall be as detailed in the plans. Construction of the box
-- shall be polymer concrete reinforced by heavy-weave fiberglass. Polymer concrete shall
consist of an aggregate (sand and gravel) bound together with a monomer (resin) and then
polymerized (hardened).
All boxes shall be designed to meet the American Association of State Highway and
Transportation Officials (AASHTO) Standard Specification for H20 loading.
All covers shall be hot dipped galvanized and shall be marked with the words "Tram Traffic
_ Signal". All covers shall have provisions for securely attaching to the box. Submittal
literature shall be provided prior to installation.
Ins~llation of Traffic Signals
This project shall consist of furnishing and installing all materials and equipment nece~eary
_ for the complete traffic signal installation at the proposed location. These installations
consist of the following items:
_ 1. Furnishing and placing all concrete and steel for controller and signal pole
foundations.
-- 2. Furnishing and installing all steel signal pole assemblies, anchor bolts, and
foundations.
-- 3. Fumishing and installing all signal equipment including controller cabinet,
controller, signal heads, detector units, conductors, service pole, and miscellaneous
equipment.
4. Furnishing and installing all signal lamps in accordance with the latest ITE
standards.
5. Furnishing and installing all signs for mounting on signal poles and mast arms.
-- 6. The Contractor shall locate all utilities, both underground and aboveground in the
- General Notes ~
Specifications
-- 44
- project area prior to beginning work so that conflicts are avoided. Work near
electrical utilities that would impose a potentially ba?a_rdous 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.
-- 7. Submittal literature shall be provided for all traffic signal equipment prior to
installation.
-- 8. The Contractor shall have a qualified technician on the project site to place the
traffic signals in operation.
-- 9. During the thirty day test period, the Contractor shall utilize qualified personnel to
respond to all trouble calls and to repair any malfunctions to new control equipment.
A local telephone number (not subject to frequent changes) where trouble calls are
to be received on a 24-hour basis shall be provided to the Engineer by the
Contractor. The Contractor's response to reported calls shall be within a reasonable
travel time from an area address, but not more than two (2) hours maximum.
~ Appropriate repairs shall be made within 24 hours. The Contractor shall notify the
Engineer of each trouble call. The error log in the conflict monitor shall not be
_ cleared during the thirty day test period without the approval of the Engineer.
10. The Contractor shall place duct seal at the ends of all conduit on this project.
11. The existing stop signs, as shown on the plans, shall be removed and returned to the
City after the traffic signals are in operation.
12. The Contractor shall install the opticom equipment which is furnished by the
Contractor.
No extra compensation will be allowed for fulfilling the requirements stated above.
-- Detector Amplifier Cabinet
The detector temdnation panel installed in this cabinet shall meet the requirements of fully
-- actuated solid state traffic signal controller specification.
Vehicle and Pedestrian Signal Heads
- General Notes &
Specifications
-- 4-5
- The signal head-to-mast arm connection must allow for adjustment about the horizontal and
vertical axis.
Traffic signal heads and hardware for this project shall be black with black polycaflx)nate
For this project a pedestrian signal head assembly having a one piece reflector assembly and
a flush, 'eggcrated" or "ZN pattern visor will be required.
Signal lenses shall be glass.
_ Traffic signal lamps shall be 135 watt and pedestrian signal lamps shall be 69 watt.
All signal h~ds 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 and aimed as
-- directed by the Engineer.
The Contractor shall provide necessary mounting hardware to insure proper mounting of all
-- ~ signal heads.
All signal head attachments shall be designed such that the wiring to each signal head shall
-- pass from the mast am~ through the signal hm~ bracing or attachment hardware to the
signal head. No exposed cable or wiring will be permitted.
-- 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 Iead-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 12 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 tums per foot as it is placed in the lead-in saw cut.
General Notes &
Specifications
-- 4-6
Ground shields are required on the detector lead-in cable at the controller only.
-- Detector lead-in cables shall be run continuously without splices 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.
Detector lead-in cables shall be identified as shoa~ in the plans (Phase 1 C&E, etc.) with
_ pemianent 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.
Traffic Signal Cable
The Type C Cable for loop detector Icad-in shall be No 18 AWG wire.
The conductors in the traffic signal cable shall be stranded for this project. Individual
conductors shall be No. 12 AWG.
-- A separate multi-conductor cable (16 AWG) shall be used inside the signal pole from the
terminal strip to each signal head as follows.:
-- HEAD TYPE CONDUCTOR SIZE
H3 5 CNDR
1-I5 LT 7 CNDR
-- 143 C 5 CNDR (2 ea)
152 A 5 CNDR
-- Each cable shall be identified as shown in the plans (Cable 1, etc.) with permanent marking
labels (Panduit Type PLM standard single marker tie, or Thomas & Betts Type 548M or
equivalent) at each ground box, pole base and controller.
Steel Maqt Aa'm and Steel Strain Pole Assemblies
The multi-conductor signal cable shown in the plans shall be terminated on the terminal
strip in the hand hole. Conductors to the signal heads from the pole base shall be
_ multi-conductor signal cable. Splices in the conductors from the terminal strip at the hand
hole to the signal heads will not be permitted in the pole shaft or in the mast arm.
~ General Notes &
Specifications
-- 4-7
All pole shafts and mast arms for this project shall be marked with the identification
numbers from the layout sheets in the plans to facilitate assembly of these items in the field.
-- The identification numbers shall be marked on the pole shafts and mast arms prior to
shipment from the fabricator. For projects with multiple intersections, the pole shafts and
mast arms shall be identified by intersection.
Foundations for signal poles shall be located as shown on plans.
Terminal strips in the signal pole access compartment shall be 12 circuit Buchanan Type
II2SN, Kulka Type 985-GP-12 or equivalent. When more than 12 circuits are required,
_ additional terminal strips of 8 circuits each shall be added.
The contractor shall probe before drilling foundations to determine the location of utilities
_ and structures. Foundations shall be paid for once regardless of extra work caused by
obstructions.
Anchor bolts for mast arm signal poles shall be set so that two are in tension and two are in
compression.
_ Poles shall be set a minimum of 5 feet from any overhead power line. The poles will
-- require nuts on top and bottom (doublenuts) of the base plate.
- The traffic signal pole heights and mast arm lengths shown in the plans and in the material
summary are to be used for bidding purposes only. Prior to fabrication, the contractor in
cooperation with the engineer, shall make field measurements to determine the actual pole
-- height necessary to insure a vertical clearance of 17 feet minimum, 19 feet maximum from
the roadway surface to the bottom of the lowest point on the signal hsd 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 a-,n shall be straight and level in the span area
where the signal heads are attached. These field measurements and elevations shall be
determined from the actual field location of the pole foundations, considering all
-- aboveground and underground utilities and the existing roadway elevations and lane widths.
All signal head attachments shall be designed such that the wiring to each signal head shall
pass from the mast ami 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
- General Notes O
Specifications
-- 4-8
- before poles are placed. Also, a 3/4 inch chamfer shall be formed on the top edge of each
foundation.
-- All steel mast a~ms ranging from 28 feet to 48 feet in length shall be provided with
vibration dampers. Dampers shall be installed using astrc~sign brae or signfix aluminum
channel or equal, a maximum of 3 feet from the end of the mast arm.
All stol strain poles shall be provided with 3 pipe plugs for wiring access.
Upload/Download Device
_ This device shall have minimum memory capacity in excess of being able to store up to 32
complete traffic signal programs and shall include one (1) licensed copy of the traffic signal
optimization software, Synchro Ver. 3.0 Professional to use in development of the timing.
_ The estimated cost of Synchro is $1,495 per license.
Fnll-actuated, Solid State Traffic Signal Controller
The City of Coppell is currently proposing to install a closed-loop signal system along
Denton Tap Road/Belt Line 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 Mulfisonics OSAM 32 system. The local controllers for this
capable of interfacing with the OSAM 32 On-street Arterial Ma~ter 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.
b. The controller timer shall utilize a non-volatile g.I:.PROM for data retention that
requires no battery backup.
c. All display shall be graphically or alphanumeric.
_ d. The controller timer shall be capable of providing railroad preemption and 4
channels of emergency vehicle preemption.
General Notes &
Specifications
-- 4-9
e. The minimum number of characters for the display shall be 7 per ring for a total of
14 for an 8 phase controller.
The controller shall have an internal time base coordinator having the following operational
modes:
a. Time base coordination at the local intersection level.
b. Master controller in a hardwire system.
c. Secondary controller in a hardwire system.
d. Secondary controller in an on-street master (closed loop) system.
These modes shall be operator selectable through the keyboard or by a dip switch. The
_ mode selection scheme should be designed such that in addition to the aforementioned
features, a controller operating in the secondary mode in a hardwire system shall
automatically revert to internal time base mode should a failure occur in the interconnect
_ line through which the secondary controllor receives its dial commands.
The following features shhll be individ,ally selectable for a minimum of 16 coordination
_ and 4 free mode operation plans:
a. Last car passage, which shall be selectable on a per phase basis. The la_qt car
-- passage and subsequent rest intervals shall not be resetable or extendable by
additional vehicle actuations, except in dual ting applications where simultaneous
gap is also active and the other ting has not yet reached last car passage.
b. Conditional re-service operation for eft turn phases during "free' operation, and the
comparable ability to bring up any left turn movement twice per cycle, both
-- ~leading" and "lagging" when in coordination.
c. "Soft Recall" selectable for each phase, or preferably, the equivalent ability to
-- designate each phase as a "no rest" phase.
d. The ability t6 select any phase as a "no skip" phase, whereby that phase would
-- always be serviced at its appropriate point in the sequential rotation despite the
absence of any true call or recall thereon.
e. Two sequences for fire or railroad preempt operation.
_ f. Suitable means shall be provided so that all phase timing and operational parameters
may be bulk initialized to appropriate values as a convenience for bench test and
new signal turn-on work.
g. Max 11 for each phase, with both a separate external select input for each ring, and
-- General Notes &
Specifications
_-- 4-10
- the ability to individually select Max 11 for each phase from within the internal time
base coordination clock.
-- All controller units shall be provided complete with the ability to drive
protectiveffpenaissive left turn overlap signal displays for use in applications where overlap
outputs control the circular red, amber, and green displays of five-section permissive left
-- turn signal heads. The ability to select such overlaps to operate as continuously red except
during the green and amber arrow intervals of their corresponding left mm 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 keyboa~l
-- 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 ¢501
_ 1 2 4
5 6 8
Both side street through movements time concurrently -- phases 3 & 7 are omitted and their
_ left mm detector inputs are reassigned to phases 8 & 4, respectively.
__ CORRESPONDbNG PEAK HOUR SEQUENCE
(SPLIT WITH ONE SIDE REPEATED)
-- 1 2 4 3 4
5 6 7 8 7
Additional barriers inserted by keyboard entry for this plan.
For each operational plan, whether free or coordinated, it shall be possible, by keyboard
entry, to associate each of the required 16 vehicle detector call inputs as modified by their
-- required internal delay and stretch (extension) timers to be associated with any one or more of
the vehicle phases. The required internal detector call delay timer for each of the 16 detector
inputs shall be internally inhibited or bypassed by the "on" condition of one or more phases
aa selected from the keyboard on a per plan basis.
- General Notes O
Specifications
-- 4-11
A total of eight (8) overlaps shall be provided and assigned as follows:
-- a. Overlaps A through D - standard overlaps for special display left tums.
b. Overlaps E through H - additional overlaps available on output pins provided
by otherwise unused pedestrian load switch positions or other appropriate
-- arrangement as approved by the engineer.
Coordination Requirements
Each controller shall be delivered with a four (4) cycle, four (4) split, and three (3) offset
time base coordinator contained internally within the timer unit, and be delivered complete
with all related auxiliary 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:
a. Cycle length adjustable at least from 30 to 255 seconds, with timing and offset
_ ~ adjustments either in seconds or percent of cycle.
b. The ability to associate the sequence of each of the four (4) left turn phases
_ separately for each dial and split from the keyboard to be:
-- 1. Normal "leading" sequence (preceding the opposing thru phase);
2. "Trailing" sequence (following the opposing thru phase);
3. To occur twice per cycle, both "leading" and "trailing";
-- 4. To be omitted during a particular dial and split, with the calls from its
detector input being internally switched to the compatible thru phase in
the other ring when and only when the left turn phase is being
-- omitted.
The ability to associate the desired type(s) of left turn operation with each dial
- and split combination from the keyboard shall be avai!ahle 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
- General Notes ~
Specifications
-- 4-12
- forced off twice per background cycle.
c. The coordination program shall feature automatic calculation and
-- implementation of the maximum width of the 'permissive" period during
which hte side street calls may still be serviced within any given backgwund
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.
d. The coordinator program shall internally pwvide 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 seconchry. This design shall
include activation of the pedestrian recycle function at appropriate points in
_ the background cycle.
e. The internal time base coordination event clock shall be capable of calling up
_ free, Max 2 and MUTCD.flash as keyboard programmed.
f. The scheduled night flash shall be generated either internal or external to the
_ timer, and blink the load switch driver inputs independently of the cabinet
(conflict monitor) flash circuitry. It shall be possible to front-panel or switch
program any nonconflicting arrangement of amber or red flashing movements
-- and to program exclusive left turn and pedestrian indications to be dark during
scheduled flash operation.
-- All coordination inputs and outputs shall be provided through the MSD
connector. The following functions shall be provided:
-- Cycle 2 input & output
Cycle 3 input & output
Offset 1 input & output
- Offset 2 input & output '
Offset 3 input & output
Split 2 input & output
-- Split 3 input & output
System input & output
Flash input & output
-- Free input (to select internal communications)
Master/secondary input
For secondary controllers, each input shall be used to receive system information. Each input
General Notes &
Specifications
- shall come into the cabinet as a 1 20VAC true input. It shall then be fused at 1 AMP and
connected to a 1 20VAC isohtion rehy. The co'fl of each relay shall be electrically
suppressed. The output of the relay shall be a logic ground signal that connects to the MSD
For master controllers,each out PUt shall be used to transmit system information. Each
-- output from the MSD connector shall be connected to the cod of a 24VDC relay. The coil of
each relay shall be electrically suppressed. The output of the relay shall be a 1 20VAC true
signal. Each relay output shall be individ~mlly fused at 3 AMPS and be loaded to NX1 1 5
-- with 1.5 UF 250V capacitors.
Opt|eom System Requirements
Each controller/cabinet assembly shall be equipped with the necessary 3M Opticom System
components to allow emergency vehicle detection on each approach. Opticom system
components shall include all mounting brackets, cabinet wiring, card racks, Model 262
Discriminator Modules, preempt modules, and all other materials and labor needed to
_ provide a fully operational Opticom system. Payment for the Opticom system will be
considered subsidiary to the controller installation. Payment for the Opticom cable (3
Conductor g20 AWG) and Model 205 Optical Detectors will be as specified in the bid item
list.
Conflict Monitor
The conflict monitor for this project shall provide separate indicators for red, yellow, green,
and pedestrian walk for each channel. It shall be a programmable LED type safety monitor
-- test documentation will be required.
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 ha-ness 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 true'rog of appropriate drawings and cabinet wiring diagrams as required by the
engineer.
- General Notes &
Specifications
-- 4-14
SECTION 5
TECHNICAL SPECIFICATIONS
& DESCRIPTION OF PAY ITEMS
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.
-- 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, conffict 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:
a. 12 load switch sockets
b. 6 flash transfer relay sockets
_ c. 8 vehicle detector test switches
d. 4 pedestrian detector test switches
e. 4 channels of optically isolated pedestrian call circuits
-- f. 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 detectors provided must conform
to the latest version of Special Specification "Digital Loop Vehicle Detector Unit".
- Technical Specifications &
Description of Pay Items
5-2
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:
-- Width - 3844 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.
2.2 The cabinet shall be constructed using unpainted sheet aluminum with a minimum
thickness of O. 125 inch. No wood, woodfiber products, or other flammable
material shall be used in the cabinet.
2.3 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.
_ 2.4 Vertical shelf support channels shall be provided to permit adjustment of shelf
location in the field.
_ 2.5 Each cabinet shall be equipped with an extra set of unistmt channels or a keyhole
panel on either side of the front section of the cabinet to permit the mounting of
additional equipment as necessary.
2.6 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 back of the shelf and the back of the cabinet.
2.7 There shall be sufficient shelf space to accommodate a controller unit 1 8 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.
2.8 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, em) in place. It
Technical Specifications &
Description of Pa!t Items
-- 5-$
- shall be possible to gain full access to the back of the back panel in less than two
minutes using simple tools. Wire temdnation 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 te, udnafions for the NEMA controller unit and NEMA conflict monitor and
display board shall be made on the backside of the back panel to through panel
-- te~ a-dnals. No other harnesses shall be wired to the backside of the back panel.
2.9 The bottom edge of the back panel shall be at least six inches above the base of the
-- cabinet.
2.10 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..
2.11 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.
_ 2.12 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.
2.13 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.
-- 2.14 The cabinet shall be provided with two doors: one door in front and one door in
back 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.
Technical Specifications &
Description of Pay Items
- 2.15 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.
-- 2.16 The cabinet doors shall be fitted with a Number 2 Corbin locks and an aluminum or
chrome plated handle with a 3/8 inch (minimal) drive pin and a three point latch.
The lock and 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 arc of the handle. The cabinet door handles shall be
provided with the means to securely padlock the handle in the closed position.
2.17 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.
_ 2.18 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. F~ch actuation of the manual advance
-- pushbutton switch shall advance the controller to the next pedestrian or green
interval as described in NEMA TSI-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.
2.19 The police door shall be gasketed to prevent entry of moisture or dust and the lock
-- shall be provided with two brass keys.
2.20 The cabinet shall be vented and cooled by two thexmostatically controlled fans. The
thermostat shall be an adjustable type with an adjustment range of 70 degrees to 110
Technical Specifications &
Description of Pay Items
5-5
- degrees Fahrenheit. A press-to-test switch shall be provided to test the operation of
the fan.
-- 2.21 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 entxy of insects. The screen shall have openings no larger than .0125 Sq.
In. The total free air opening of the vent shall be large enough to prevent excessive
back pressure on the fan.
2.22 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 metali?ed 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.
3.0 CABINET WIR&NG
3.1 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.
3.2 Wire Size and Color Code
a. 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 cany the maximum current of the
circuit or circuits for which they are provided. Minimum cabinet conductor
wire size shall be 22 AWG stranded copper.
b. 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
- Technical Specifications &
Description of Pa!t Items
-- 5-6
- 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 multi-conductor 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
Monitor MSB - yellow
Display Panel - white/purple stripe
e. 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. Faeh 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
g. Individual conductors in the detector harnesses shall be exempt from the
requirement for hot-stamping.
- Technical Specifications &
Description of Pay Items
- 3.3 The controller unit shall be so designed that a contact closure or solid state
equivalent from a loop, magnetic magnetometer, pressure, sonic, or r~aar 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.
-- 3.4 A barrier terminal block with a minimum of two terminals and one compression
fitting designed to accept up to a No. 4 AWG stranded v'ire shall be provided for
the power supply lines. The block shall be rated at 50 Amperes and shall have
-- double 10-32 x 5/1 6 inch binder head screw terminals or larger.
3.5 Terminal Identification
All tenafinals shall be permanently identified in accordance with the 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 pe~ manenfly a~_a_¢hed and as close to the terminal strip as possible and shall
not be affixed to any part which is eas'fly removable from the terminal block panel.
gaeh controller assembly input and output function shall be distinctly identified with
no obstructions, at each terminal point in the cabinet, with both a number and the
function designation. The same identification must be used consistently on the
cabinet wiring diagrams.
_ 3.6 Connector and Socket Identification
a. 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.
-- b. Each flash transfer base and power relay base shall be distinctly identified
with no possible obstructions.
-- c. Each harness within the cabinet shall be distinctly identified on the connector
end.
-- d. The flasher socket shall be distinctly identified with no possible obstruction.
e. All other connectors and sockets needed within the cabinet to fulfill the
- minimum requirements of the plans or attachments thereof, shall be
distinctly identified.
- Technical Specifications &
Description of Pay Items
-- 5-8
- 3.7 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.
3.8 The detector harnesses shall be equipped with a MS3106A-18-1S connector and shall
be wired as follows:
Pin No. Function
A AC Common (neutral)
-- B Controller Unit Logic Ground
C 120 Volts AC
D Loop
-- E Loop
F Controller Detector Call Input*
G Spare
H Ground Bus
I Controller Detector Call Input*
J 20 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.
3.9 An unused, spare terminal block providing ten terminals shall be provided. This
_ block shall be double 8-32 x 5/1 6 inch binder head screw design with shorting bars.
These terminal strips shall be located on the lower, third of either side of the
cabinet.
3.10 The con~roller unit liarness (A, B, and C plugs) shall be long enough to reach any
point 1 6 inches above the timer shelf. The conflict monitor harness and any
-- required auxiliary harness shall reach 24 inches above the conflict monitor shelf.
3.11 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 5/1 6 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 logic ground bus
sufficient to accept 20 number 20 AWG stranded wire.
-- 3.12 Unless otherwise called for in the plans, three circuit breakers shall be mounted and
- Technical Specifications &
Description of Pay Items
-- 5-9
- 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" QOIJ 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 ~ily
accessible.
-- 3.13 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.
3.14 The above breakers are in addition to any auxiliary fuses which nmy be furnished
with the controller to protect component parts, such as transformers, etc.
3.15 The load side of all three circuit breakers shall be protected by an ~r)CO Model
SItP-300-10 or TI1 Model 355M or equivalent three temfinal lighming arrestor-
Number 8 AWG or larger stranded copper conductors shall be used to connect the
arrestor into the circuit.
3.16 A fluorescent light, with switch, shall be installed in the cabinet. This light shall be
_ turned on when the cabinet door is opened, and mm 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.
3.17 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 megaherhz.
3.18 Except where soldered, all wires shall be provided with lugs or other approved
terminal fittings for attachment to binding posts. Insulation parts and wire insulation
-- shall be insulated for a minimum of 600 volts.
3.19 The outgoing traffic control signal circuits shall be of the same polarity as the line
-- side of the power source.
- Technical Specifications &
Description of Pa31 Items
-- 5-10
3.20 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 te,ffdnal strips.
The detector ha. messes 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 tecminations such that up to three separate loop lead-in cables per detector
amplifier can be tecnfinated. 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 eo_ch phase red and green for jumpering to pinj in the detector harness.
The pin j terminals and the phase red and green te, minals shall be protected with a
clear lexan cover.
The detector panel shall be mounted on the left sidewall of the cabinet.
Detector harnesses shall be provided and wired as follows: 1 per left turn phase, 3
per thru phase, and 4 spares for future use.
3.21 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.
-- 3.22 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 b, cLYrCD flash as shown on the plans. If
system flash or MUTED 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
Technical Specifications &
Description of Pa~l Items
- 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 Fla.qh 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-Frce~. 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.
3.23 The cabinet shall be wired so that activation of the conflict monitor will cause the
_ controller unit, and any auxiliary equipment, to stop timing.
3.24 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 hame. ss 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.
-- 3.25 Transfer relays shall be the plug-in type manufactured by Midtex (Part No. 136-
62T3AI) or AEMCO (Part No. 1 364992), 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.
- Technical Specifications &
Description of Pay Items
-- 5-12
3.26 The Red Enable and Remote Reset from the conflict monitor shall be terminated at
barrier terminals on the face of the back panel.
4.0 FULLY ACTUATFB CONTROIJ'~ER uNTr
-- 4.1 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.
4.2 The controller unit shall be provided as a four phase or eight phase controller unit as
specified in the plans.
4.3 Volume density timing shall be provided unless otherwise specified in the plans.
-- 4.4 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 t~nit.
4.5 The controller unit shall be completely solid state, and digitally timed.
4.6 The height of the controller unit shall not exceed 18 inches.
-- 4.7 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 from the above requirements.
The design shall allow for removal or replacement of a circuit board without
unplugging or removing other cffcuit 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.
4.8 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.
4.9 Plug-in sockets shall be used for LSI chips and ICs over 16 pins. Sockets shall have
a thermoplastic body meeting UL Specification 94V0 with outer contacts of gold
-- over nickel plate (e.g., Ti Series C93 or Augat Series 415) or equivalent.
_ Technical Specifications &
Description of Pay Items
5-13
4.10 Programming of thc controller may be by thc use of a keyboard on thc 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.
4.11 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.
4.12 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:
1. Phase(s) in service (one per phase)
2. Phase(s) next to be serviced (one per phase)
3. Presence of Vehicle Call (one per phase)
4. Presence of Pedestrian Call (one per phase)
5. Reason for green termination (one per ring)
(1) Gap-Out
(2) Maximum Time-Out
_ (3) Force-Off
Additionally, the following indications shall be required:
1. Pedestrian Service (one per ring)
2. Max 11 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 pexmit 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
- Technical Specifications &
Description of Pay Items
5-14
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-recbargeable 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.
-- 4.18 The controller unit shall be designed to operate properly with the logic ground
isolated from the AC neutral (common).
-- 4.19 Fach controller unit shall have a unique serial number that is permanently and neatly
displayed on the face of the unit.
-- S.O CONTLICT MONITOR
5.1 The conflict monitor shall meet the NEMA Publication No. TS 1-1983, Part 6, for
-- 3, 6, and 12 channel t)~:es. 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.
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 acfve at the time of a conflict,
- Technical Specifications &
Description of Pay Items
-- 5-15
- until the conflict monitor is manu_a~y 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.
6.0 SOLID STATE LOAD S~VITCH
-- 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" t~lae rated at 10 amperes per
circuit over the entire temperature range.
-- 6.3 The load switches shall have no moving parts. Load switches using reed relays shall
not be permitted.
-- 6.4 An indicator light for each circuit shall be provided in each load switch. The
indicator light shall be on when a "tree' input to the load switch is present.
-- 7.0 SOLID STATE FLASHER, TWO CIRCUIT
7.1 The flasher shall meet the electrical and physical characteristics described in Part 8
of the NEMA Standards Publication TS 1-1983.
- Technical Specifications &
Description of Pay Items
-- 5-16
7.2 The two ckcuit flasher shall be of solid state design and contain no
electromechanical devices.
7.3 The voltage range shall be 95 to 135 volts A.C. The nominal voltage shall be 1 20-
-- 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.
7.4 The flasher shall be a Type Ill (dual circuit rated at 15 amperes per circuit) over the
entire temperature range.
7.5 The flasher shall be so constructed that each component may be readily replaced if
needed.
8.0 UNIFORM CODE FLASH TRANSFER UNTr
8.1 Indications for unifolm code flash shall be as shown in the plans.
_ 8.2 The uniform code flash transfer unit shall be a stand alone unit mounted in the
controller cabinet.
-- 8.3 The uniform coded flash transfer unit shall be provided with an indicator light to
show when uniform code flash Ixansfer has occurred.
-- 8.4 The uniform code flash transfer unit shall be provided with a three position test
switch. One position shall allow unifo,,n 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).
8.5 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.
8.6 When activated, the uniform code flash transfer unit shall cause the 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.
- Technical Specifications &
Description of Pay Items
-- 5-17
8.7 Unifo~n~ code flash may be called by time ¢1ock, coordination unit or time base
coordinator. A single input to the uniform code fla-~h transfer unit shall be
-- provided. This input will be considered active when it is at logic ground potential.
9.0 DISPLAY PANFJ~
9.1 For this project, display panels shall be provided. The display 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.
9.2 The display shall monitor the input side of the load switch.
9.3 The display panel shall have 28 volt indicator lamps to show each signal indication
and ~¢h detector amplifier output.
_ 9.4 The display panel shall be silk s~reened 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 du~l 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.
9.5 All vehicle and pedestrian signal indicators shall utili?e indicators which utili?e LED
lamps for indicators. All directional indicators shall be drawn on the panel itself.
9.6 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.
9.7 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.
9.8 The display board shall be powered by a 28 volt power supply located in the
- Technical Specifications &
Description of Pa!t Items
-- 5-18
- 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.
9.9 A switch shall be provided on the main cabinet door which will extinguish all
display lamps when the door is closed.
10.0 OPTICOM SYSTEM REQUIRF~'TS
-- Each controller/cabinet assembly shall be equipped with the necessary 3M
Opticom System components to allow emergency vehicle detection on each
approach. Opficom system components shall include all mounting braekets,
cabinet wiring, card racks, Model 262 Discriminator Modules, preempt
modules, and all other materials and labor needed to provide a fully
_ operational Opficom 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.
_ _ 11.0 TEST AND ACCEPTANCE OF CONTROLLER ASSFaMBLY
11.1 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 detemdned by the
-- Engineer, and all costs for certiftcation shall be bom by the ~upplier. Failure to
provide the report on a timely basis is grounds for cancellation.
-- 12.0 DOCUMENTATION
Each controller assembly shall be provided with the following documentation:
a. Three complete and accurate cabinet wiring diagrams.
-- b. A complete and accurate schematic diagram for all c'uneuitry in the
controller unit, conflict monitor, flasher, load sv, Stches, and any other
electronic units specified in the plans.
c. Complete performance specifications (electrical and mechanical)on
the controller unit, conflict monitor, load switch, flasher, and other
electronic units specified in the plans.
- Technical Specifications &
Description of Pay Items
-- 5-19
d. Complete tntrts list for each unit including names of vendors for parts not
identified by universal part numbers such as JFI3EC, RETMA or EIA.
e. Pictorial of the components layout for each circuit board of each unit
with individual component identification referenced to the schematic
-- and parts list.
f. One service manual per unit which includes a theory of operation,
-- operating instructions, and basic trouble shooting information. Items 'b'
through 'f' may be included in the unit manuals.
-- g. 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.
13.0 GUARANTY
If it is normal trade practice for the manufacturer to furnish a guaranty for the work
provided herein, the Contractor shall mm 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.
- Technical Specifications &
Description of Pay Items
5-20
- SPECIFICATION FOR MAST ARM POLE ASSEMBLY
1.0 GF_~'ERAL
1.1 TNs 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 Fach assembly shall be designed to withstand wind ~nd ice loads 'per respective
signal head(s), sign(s) and on all surfaces of the support assembly, in accordance
with the American Association of State Highway and Transportation Officials
"Specifications for Structural Supports for Highway Signs, Luminaires and Traffic
_ Signals" and other pertinent specifications of this body. Unless otherwise shown in
the Plans, wind spccds used for design shall be based on a 50-year mean recuuence
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 hue to pattern in form and dimensions, free from pouring
faults, sponginess, cracks, blowholes and other defects in any position affecting
their strength and value to service intended. Surfaces shall have a workmanlike
_ finish, and no sharp unfilleted angles or comers will be allowed. Steel pole
assemblies required to be hot-dip galvanized shall be designed to provide proper
fdling, 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.
2.0 POL£ 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.
- Technical Specifications &
Description of Pay Items
-- 5-21
2.2 Fabrication. Round continuously tapered shafts shall be formed and welded, and
shall have no more than one (1) longitudinal welded joint and no horizontal welded
_ (transverse) joints. After forming and welding, the tapered shaft may be
longitudinally roiled under sufficient pressure to flatten welds and to assure
continuous unifoc,n taper (on. 10-in/ft. or. 14-in/ft.). All welds shall be smooth so
-- as to attain the external appearance characteristics of the pole itself.
2.3 All shafts shall meet strength reqfftrements of Section 1.0, and shall be provided
-- with re'mforced handholes if shown on the Plans.
3.0 SHAFT BASE
3. I 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
Wansfom,er base. Transformer base mounting bolts and four nuts shall be provided
-- for securing shaft base to transformer base: Ornamental casting covers are required
to cover exposed base mounting bolts.
-- ~ 4.0 TRANSFORaMF. R 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 noncorrosive holding device such as one or more
galvanized bolts. One or more corrosion resistant steel plates, conforming to
_ ASTM Designation A 123, shall be furnished as necessary where the base is subject
to abrasive action due to the rotating capabilities of the assembly. The location is
generally considered to be the supporting ring on the bottom of the transformer
_ base. The interior side of the hand hole cover shall have a multi terminal (12 min.)
compression CV6 Terminal block mounted to it for all signal conductor
connections. This is .the only point that the splices are to be made.
$.0 ANCHOR BOLTS AND SHIMS
-- Four steel anchor bolts, and template for proper alignment of bolts in foundation,
shall be furnished for each pole assembly. Allowable unit stress for each anchor
bolt shall be as provided in AASHTO Specifications mentioned in Section 1.4.
-- Transformer base installations require each anchor bolt to be top threaded and fitted
with one nut and one flat washer. A set of six (6) "U" shaped galvanized steel
Technical Specifications O
Description of Pay Items
5-22
c. All material of each component shall be referenced to ASTM Specifications,
or to other specifications provided minimum yield points or yield strength
- and elongations are shown.
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 sholl not relieve the Contractor of the
-- responsibility for correcmess and completeness of the drawings, shop fit
field connections and proper galvaniTing designs when galvanizing is
required.
f. The drawings shall bear a fully descriptive, detailed certification thereon that
the assemblies were structurally designed in accordance with criteria
specified in Section 1.0 and specified in the Plans.
_ g. The drawings shall be submitted to and approved by, the Eg. gineer prior to
fabrication.
- Technical Specifications &
Description of Pay Items
-- 5-24
- SPECIFICATION FOR
PEDESTAL POLE ASSF_bIBLY
-- 1.0 GENERAL
1.1 This specification covers steel (as specified in Plans) signal pedestal pole assemblies.
-- All pole assemblies as supplied and installed must conform to ~he detailed drawings
and/or to the requirements in the Plans as to height and finish. Poles of sil~ilar
design to those shown on the plans shall be deemed acceptable unless a specific
-- design is called for. Similar poles must meet all other provisions of this
specification.
1.2 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.
1.3 The pole assembly shall be designed to support a 150 pound axial load with 11
_ square feet of signal head ar~a 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 AASHTO's "Standard
Spec'lfications 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.
1.4 Similar parts of units of one manufacturer shall be interchangeable.
1.5 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 unftlleted angles or corners.
-- 1.6 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.
-- 2.0 POLE SHAFT
2.1 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.
- Technical Specifications &
Description of Pa~l Items
-- 5-25
3.0 SHAFt BASE
-- 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.
-- 4.0 TRANSFOR3,~ER 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
brealcaway 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 15" 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.
5.0 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 I 4 percent. A set
-- of three (3) "U' shaped galvanized steel shims 1/1 6 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.
6.0 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-SPT. 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,
nonchaiking 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
- Technical Specifications &
Description of Pay Items
-- 5-26
- of 2055 binder solids and a minimum of 25 pigment capable of chemically inhibiting
corrosion. A minimum of 1255 of the film shall be a chromate type corrosion
inhibiting pigment. The inside of ach 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.
-- 7.0 CERTIFICATION REQUIREIVrENTS
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
adeqoacy, 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 comer 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
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.
- Technical Specifications &
Description of Pay Items
-- 5-27
POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS
12 INCH, EXPANDABLE, ADJUSTABLE TYPE
1.0 GEN~L
1.1 The Traffic control signal heads shall be in accordance with the latest revision of
ITE Technical Report No. 1, except as noted below.
1.2 Each traffic signal face shall consist of a number of identical signal sections rigidly
fastened together in such a manner as to present a continuous pleasing appearance.
1.3 The electrical and optical system of the signal head shall, unless otherwise specified,
be designed for operation from a power supply of 115 volt, single phase, 50 Hz
alternating current and 60-150 watt lamps conforming to the latest ITE Standard for
Traffic Signal Lamps. Unless otherwise called for in the Plans, the Contractor shall
furnish and install traffic signal lamps.
2.0 SIGNAL FACES AND SIGNAL HEADS
2.1 Signal faces and signal heads shall be as shown in the Plans, and installed per
requirements in these specifications.
2.2 All housing cases of signal heads shall be rigidly attached, at top and bottom to 1
1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating
from hubs at the vertical central axis of the h~d_ and rigidly attached there to in a
manner that will assure pe,',~anent 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 outer in the mounting attachments. All units of the
assembled head shall be of adequate strength for the purpose intended and shall be
constructed of materials not affected by continuous exposure to sunlight or corrosive
atmospheres.
2.3 All traffic signal heads are to be equipped with rigidly-mounted, standard 5-inch
backphtes, 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.
Technical Specifications &
Description of Pay Items
5-28
- 3.0 HOUSINGS, DOORS, VISORS AND I.F. NSES
3.1 The housing of~eh section ~all be a one piece polycarbonate resin material
-- with sides, top and bottom integrally molded. The housing shall be at least .090"
(2.3 mm) thick and shall be ribbed so as to produce the strongest possible assembly
consistent with light weight. Two or more sets of internal bosses shall be provided
-- in each section for mounting of a terminal block. Terminal blocks shall be securely
mounted (see Section 10).
3.2 The top and bottom exterior of the housing shall be of such shape to assure perfect
alignment of assembled sections. The top and bottom of the housing shall have an
_ opening two inches (50.8 mm) in diameter to permit entrance of 1 1/2" (38.1 mm)
pipe brackets.
_ 3.3 Individual signal sections shall be fastened together either with at least 4 machine
screws between ~ch section or by the bolt and washer method. Complete signal
faces shall provide positive locked positioning when used with serrated brackets,
_ mt-arm or span-wire fittings.
3.4 Provision shall be made for accommodation of the particular type of mounting
_ _. specified and attachment of doors, optical units and such other w. cexmdes as may be
specified for the particular installation. Cases shall be designed for adequate
strength. Fittings and accessories shall be of mst resistant materials capable of
-- withstanding constant exposure to sunlight and corrosive atmospheres, including salt
air. All traffic signal housing cases when assembled, together with doors, lenses
and mounting attachments, shall comprise a dust-and-moistureproof housing for the
-- optical units, and shall be of such constxuction 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. Faeh housing case shall be so attached to its
supporting hardware that it will be adjustable by rotation about its horizontal axis,
-- and may be rigidly clamped in position required. Provision shall be made for
carrying the signal leads enclosed in the mounting attachment.
-- 3.5 Traffic control signal housing cases shall be of the sectional adjustable expandable
type. The assembled housings for each signal face shall consist of three or more
individual sections each designed for housing a single complete optical unit, rigidly
connected by means of bolts extending through each section or by individual
connectors between sections and forming a single "Signal Face". Both the top and
_ bottom of each section shall be provided with an opening to accommodate 1 1/2"
pipe brackets. A locking ring shall be integrally molded around the bottom
- Technical Specifications &
Description of Pay lt~ns
-- 5-29
- 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 the outer c'u-'cumference of the sections. Individual units shall
be so manufactured that all units are interchang~ble.
3.6 "Top' and "Bottom' as used in this section refer to the head assembly in vertical
orientation. All h~s are to be mounted horizontally.
4.0 HOUSING DOOR
4.1 The housing door of each signal section shall be a one piece polycarbonate resin
material. The door shall be attached to the housing by means of two stainless st~!
hinge pins, or by polycarbonate hinge pins which are a~ integrally molded part of
the housing door.
4.2 Two stainless steel wing screws are to be installed on the side of the door to provide
for opening and closing the door without the use of any special tools. Wingscrews
shall have a fiat-bearing surface or stainless steel fiat washer to prev.ent gouging of
the housing door by the wingscresvs. Wingscrews shall remain captive in the
housing door when the door is open.
_ 4.3 As an aitemate to 4.2, a positive latching mechanism, integrally molded into the
housing and housing door, is acceptable.
-- 4.4 Design of door, housing, and visor shall be such that no. light is visible in the
profile view of the signal face.
-- $.0 OPTICAL SYSTEM
5.1 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 nece~ary for
mounting the various parts of the optical assembly.
5.2 Optical system shall consist of a yellow or yellow arrow, green or green arrow lens
with a nominal size of 8 3/8" (200 mm) or 12" 000 mm) as specified, all red
-- indicators (including PED) shall be Red LED assemblies. Lenses shall be glass and
shall be permanently marked, in an inconspicuous manner, indicating the top of the
lens and the name or trademark of the manufacturer. When installed, each lens
shall be properly 'top' oriented in the horizontally mounted head.
- Technical Specifications &
Description of Pay Items
-- 5-30
5.3 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 reflect-or design shall conform to rYE Stan~_rd 0TE
Report #1) and to American Standards Association #D-10.1-1958UDC 656.057
optical specifications.
5.4 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.
-- 6.0 REFLECTORS
6.1 The reflector shall be approximately parabolic in section' made of high quality clear
glass, reasonably free from chips, bubbles, streaks, and 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 gla~s. Over the copper coating there shall be
placed a heat resisting backing of high grade enamel.
6.2 Al?ak 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
_ 0.0031 inches, or its equivalent, spun or drawn from metal not less than 0.025
inches thick equipped with a bead or flange on the outer edge to stiffen the reflector
and insure its being held true to shape.
6.3 Polycagoonate reflectors will be accepted as alternates, provided the light color and
distribution of the unit meets the ITE stand_a~rd cited above.
6.4 The reflecting surface shall be totally free of flaws, scratches, defacements or
mechanical distortion.
7.0 LAMP RECEPTACLE
- 7.1 The lamp receptacle shall be of weatherproof molded construction capable of
withstanding without deterioration the high temperatures within the optical unit
during operation and shall be equipped with a lamp grip to render it impossible for
the lamps to be loosened by vibration. The receptacle in the 8" signals furnished
- Technical Specifications &
Description of Pay Items
5-3I
- 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.
7.2 The reflector holder and lamp receptacle holder shall consist of a structure of such
design as to securely hold the reflector and lamp receptacle. It shall be provided
-- with hinges'and/or lugs so spaced as to give clearance to the hinges or lugs for the
door and rigidly hold the reflector in place. Materials used in the construction of
the above parts shall be of mst resisting material and not subject to corrosion when
subjected to continued exposure in corrosive atmospheres, particularly salt air.
8.0 WIRING
8.1 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
- Technical Specifications &
Description of Pay Items
-- 5-32
9.0 VISORS
9.1 lC.ach signal door shall be equipped with a detachable stand_axd tunnel (unless
otherwise shown in the Plans), polycarbonate resin visor fastened at four or more
-- points to the door.
9.2 The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass
-- approximately 300 degrees of the lens. Heads may be shipped with visors detached.
If heads are shipped, with visors attached, visors shall be easily removed and
replaced without damage to visor or signal h~d.
10.0 TERMINAL BLOCKS
10.1 Each optical unit (or section) of each signal head shall be wired to a tern-final block
mounted near the bottom inside of the unit. The terminal block shall be securely
_ mounted in an accessible posifion~ be of molded weatherproof construction, and be
equipped with identified terminals for signal (interior) and field wires. Binding
screws shall be provided for field wires. Solderless connectors or binding screws
_ ~ shall be provided for interior wiring to the optical unit.
10.2 In addition to individt~ terminal blocks described above, each multiple section
-- signal (head) will be provided with a common terminal block mount in the top
section of each signal head. Each assembled signal head shall be wired by the
supplier to the common terminal block.
10.3 If specified, an additional terminal block located within a compartment shall be
provided for common wiring of multiple signal heads located on a single pole or
-- pedestal. The terminal compartment shall be weatherproof with cover and molded-
construction terminal block with separate, identified terminals for signal and field
wires. A sufficient number of terminals shall be provided to handle all optical unit
- wires. A minimum of twelve connector sets shall be provided. Color coding of
leads shall be maintained, individ~mlly, from each optical unit lampholder to
respective tehninal in the compartment. Commons from each housing shall be
-- grouped and carried to one terminal in the compartment.
10.4 Use of temfinal compartment described in 10.3 does not eliminate the requirements
for those specified in 10.1 and 10.2.
11.0 MOUNThNG AND ATYACttMENq'S
- Technical Specifications &
Description of Pay Items
-- 5-33
- I 1.1 All mounting attachments shall be of adequate strength for the purpose intended and
shall be constructed of materials not affected by continued exposure to sunlight or
corrosive atmospheres, particularly salt air. 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.
11.2 The signal heads, horizontally mounted on the signal mast arms, hall be installed so
-- that door hinges are on the bottom edge, and ali doors open downward.
12.0 MATERIAL
All material used in construction of major signal components shall be of
polyearbonate resin. This material shall be such that it will withstand 70
footpounds of impact without fracture or permanent deformation.
13.0 COLORS
The color of signal heads and hardware shall be black. The underside of
visors shall be painted a fiat black. Color as specified shall be integrally
impregnated in the polycarbonates resin in the molding process.
_ 14.0 I~ASUREMENT AND PAYM~ENT
14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans
_ will be measured per each unit. Materials required and used in installation, such as
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".
14.2 Payment: Traffic signal head and backplate units, provided, installed and in place,
-- will be paid for at the unit price bid for respective types specified in the bid item list.
Said prices shall be full compensation for providing and installing heads and
backplates, :md for furnishing and installing all described attachment hardware, signal
- lamps, internal wiring, and paint and for all labor, tools, materials, equipment and
incid6ntals necessary to complete the work.
- Technical Specifications &
Description of Pay Items
- 5-34
- UNDERGROUND TRAFFIC SIGNAL REQUIREMFNTS:
CONDUIT, GROUND BOXES, CONCRETE CABINET FOUN~DATIONS AND
INSTALLATION PROCFX)URES
1.0 CONDUIT
-- 1.1 Description
1.1.1 This item shall govern for the furnishing and placing of conduit of the types and s'~es
- indicated on the plans, in¢Iuding ground boxes, fittings, expansion joints, attachments
and incidentals.
1.1.2 Unless otherwise shown on the Plans, all conductors shall be in conduit except when
in metal poles. All conduit and firings shall be of the sizes and types shown on the
_ plans.
1.1.3 The Contractor may, at his own expense, use conduit of larger size than specified on
_ the Plans providing that the larger,size is used for the entire length of conduit run.
1.2 Materials
1.2.1 All conduit and fittings shall meet the requirements of the National Electrical Code
and shall be listed by Underwriters Tahoratories, and shall be marked in accordauce
-- with the applicable requirements of the NEC.
1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a
-- material similar to the connecting conduit unless indicated otherwise on the plans and
shall be listed by Underwriters Laboratories.
-- 1.2.3 Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. When
tested in accord_aqee 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 protect~l on the
inside with a suitable corrosion resistant material. Fittings. shall be rain-tight Set
screw and pressure cast fittings will not be permitted.
1.2.4 Polyvinylchlofide and high-density polyethylene conduit shall meet the requirements
of NEMA Standard TC-2 and UL 651, and the requirements of NEC for Rigid
Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be
heavy-wall (Schedule 40).
1.2.5 Flexible conduit shall be liquid-tight metal meeting requirements of NEC and shall be
- Technical Specifications &
Description of Pa~l Items
-- 5-35
- UL-listed. Where conduit system is metallic, all lengths Of flexible metal conduit
shall be fitted with bonding jumpers.
-- 1.3 Construction Methods
1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with
-- the lines, grades, details and dimensions shown on the plans, or as directed by the
Engineer. Installation of conduit shall be in accordance with the requirements of
NEC. Conduit placed for concrete encasement shall be secured and supported in such
-- a manner that the alignment will not be disturbed during the placement of the
concrete. No concrete shall be placed until all of the conduit ends have been capped
and all box openings closed.
1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch
_ tape per foot shall be used. Conduit placed on structures shall be firmly fastened
within 3 feet of each outlet box, ground box or fitting and at other locations as
required by the NEC.
1.3.3 When required by the Engineer, immediately prior to installation of conductors or
final acceptance, a spherical template having a diameter of not less than 75 percent of
_ the inside diameter of the conduit shall be drawn through the conduit to insure that the
~ conduit is free from obstruction; then all conduit ends shall be dosed using permanent
type caps.
1.3.4 Conduit te,,finating in controller cabinet shall extend vertically, approximately two
inches above the concrete foundation. Field bends in rigid metal conduit shall have a
-- minimum radius of 12 diameters of the nominal size of the conduit.
1.3.5 Each length of galvanized rigid metal conduit where' used, shall be reamed and
-- threaded on _m?_.h end and couplings shall be made up tight. White-lead paint or equal
shall be used on threads of all joints. PVC conduit shall be joined by solvent-weld
method in accordance with the conduit manufacturer's recommendations. No reducer
-- couplings shall be used unless specifically indicated on the Plans.
1.3.6 All conduit ~nd fittings shall have the burrs and rough places smoothed and shall be
-- clean and free of obstructions before the cable is installed. Ends of conduits shall be
capped or plugged until starting of wiring. A nylon or non-metal pull tape shall be
used in pulling cables and conductors through PVC conduit. Metal tapes will not be
permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as
directed by the Engineer.
1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and
- Technical Specifications &
Description of Pa3t Items
-- 5-36
~ 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 impractical to place the conduit as outlined
_ above due to unforeseen 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 aspbalfie pavement, the jacking method is to be used unless written
approval is given by the Engineer for placement of conduit by boring.
2.0 GROUND PUIJL BOX
-- 2. I General
2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box
-- _. with cover and extension (if required) for use in underground Waffle signal systems.
The box shall be used for te~'minating and beginning conduit runs of various sizes and
also for accessibility when pulling signal or interconnect cable.
2.2 Description
-- 2.2.1 This item shall govern the construction, furnishing and installation of precast ground
boxes in accordance with locations and details shown on the plans. Unless otherwise
noted on plans, ground boxes shall be precast concrete.
2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and
_ extension shall be precast concrete. The cover shall be galvanized steel. The cover
shall be fabricated so as to fit properly in a recessed lip for full and stable contact on
the box and .be secured thereon with at least two stainless steel bolts. The legend
_ "Traffic Signals" shall be integrally cast into the top surface of the cover, and the
cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal.
-- 2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13u x
12". The bottom portion of each will be open, with sturdy flange around the
perimeter so that the box seats fun-dy on the top of extension. A minimum of four
~ Technical Specifications &
_ Description of Pay Items
5-37
knockouts, to accept three inch duct, one on each end and side, shall be provided in
each box and extension section.
2.3 lvtaterials
2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A
confooidng 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".
2.4 Construction Methods
-- 2.4.1 The construction and installation of the ground boxes shall be carried out in
compliance with the requirements herein stated and in conformity with the details
shown on the plans. Upon completion of the work, each installation shall present a
-- neat and workmanlike finished appe_arance.
3.0 CABINET FOUNDATIONS
3.1.1 All concrete materials and their preparations shall be in accordance with the
requirements contained in Standard Specifications for Public Works Construction
---- North Central Texas, "Drilled Shaft Foundation," and the additional requirements
herein.
-- 3.1.2 All concrete used in the project shall have the following mix proportions and
characteristics:
-- a. Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0
b. Maximum Water - Cement Ratio - 6.5
c. Maximum Size of Aggregate - 1 inch
d. Minimum Compressive Strength in psi (28 day cure at 70 F.) 3000
e. Slump Range in inches - 3 to 5
Use of a cement dispersing agent is permissible, but not required when the
temperature of ambient air or of the concrete mix is above 85 F.
3.2 Excavation for all required foundations shall be done in accordance with lines and
depth indicated on the Plans. All loose material shall be removed from the
-- excavation before the concrete is placed. Any water shall be removed by pumping or
bailing. The use of explosives will not be permitted.
Technical Specifications &
Description of Pay Items
5-38
-- 3.2.1 Foundations shall be constructed to the dimensions shown on the Plans or directed by
the Engineer. Care shall be used to insure that the top of the finished foundation is
exactly level. Anchor bolts and conduits shall be held rigidly in place by a template
until the concrete is set. A mechanical vibrator shall be used for compacting and
_ working the concrete. After the concrete has been placed and the top struck off, it
shall be covered with wet cotton or burlap mats, for not less than ninety-six 06)
hours.
3.2.2 Backfill shall be tamped with mechanical tamps in 6-inch layers to the density of the
surrounding ground. Where excavation is made in the surfaced shoulder, the
_ shoulder shall be replaced with material equ_a~l to the original construction.
3.2.3 All excavated material not required for backfill shall be promptly removed and
-- disposed of by the Conwaetor outside the limits of the project.
3.2.4 No concrete shall be placed when the atmosphere temperature is at or below 40 F.
-- (taken in shade away from artificial heat) unless permission to do so is given by the
Engineer.
-- 4.0 lVlEASUREMFJNT AND PAYI~b~NT
4.1 Cabinet Foundation
a. Measurement. Foundations will be measured per each unit. Materials
required and used in installation, such as reinforcing steel, ground rods and
-- forms will not be measured directly but will be considered subsidiary to the
Items "Drilled Shaft Foundation# and "Cabinet Foundation".
-- b. Payment. Foundations installed in place, will be paid for at the unit price bid
for respective types specified in the bid item list. Said prices shall be full
compensation for furnishing and installing all required materials, such as
-- reinforcing steel, concrete, ground rods, anchor bolts, and for all labor,
materials, tools, equipment, all backf'flling, and incidentals necessary to
_ complete the work.
4.2 Ground Boxes
a. Measurement. Ground boxes will be measured per each unit. Materials
required and used in installation, such as bedding gravel, will not be measured
_ directly, but will be considered subsidiary to the Item "Ground Boxes#.
b. Payment. Ground boxes, provided and installed in place as shown on the
Technical Specifications &
_ Description of Pay Items
5-39
~ Plans will be paid for at the unit price bid 'specified in the bid item list. Said
_ prices shall be full compensation for furnishing and installing and for all
Labor, tools, materials, equipment and incidentals necessary to complete the
work.
4.3 Conduit
a. Measurement. Conduit of the respective s'~es and material type specified on
the Plans, will be measured per lineal foot. Materials required and used in
-- installation, such as couplings and connecting hardware, will not be measured
directly, but will be considered subsidiary to the Item "Conduit".
-- b. Payment. Conduit, provided and installed in place will be paid for at the unit
price bid for respective size and type specified in the bid item list. Said prices
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.
,-~ Technical Specifications &
_ Description of Pay Items
5-40
MULTIPLE CONDUCTOR AND SINGLE
CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE
1.0 GENERAL
This specification covers polyvinylchloride compound-jacketed polyethylene-insulated
multi-conductor cable; and polyvinylchloride compound-insulated single conductor
_ wire, rated 600 volts, for use in signal systems in underground conduit, as aerial
cable supported by a messenger or for induction loop detector wire.
-- 2.0 GENERAL CONSTRUCTION
Cable under this specification shall be composed of uncoated copper conductors
- individually insulated with heat stabiliTed polyethylene (multi-conductor) or with
polyvinylchloride compound (single conductor) as specified herein. Multiple
insulated conductors shall be laid up in a compact form, bound with suitable tape, and
-- jacketed with polyvinylchloride compound.
3.0 CONDUCTORS
3.1 The copper conductors shall, before insulating, confo, m to the requirements of
ASTM Designation B-3, latest revision for soft annealed copper wire, and ASTM 15-8
- -- for concentric lay, stranded copper wire.
3.2 The conductors shall be stranded unless otherwise specified in the plans and
- specifications.
3.3 The number of size of the conductors shall be as specified in the plans and
specifications.
4.0 INSULATION
4.1 Multi-Conductor Cable
The insulating compound before application to the conductors shall be heat-stabilized
polyethylene.conforming to the requirements of ASTM Designation DI 248, 63T,
Type I, Class B, Grade 4. The insulation shall be applied concenlrically 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 DI 351, latest revision, and ASTM Designation D470, latest revision.
Physical Properties of Polyethylene Insulation
Technical Specifications &
Description of Pay Items
5-41
_ 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 100oC:
Tensile strength, percent of original, minimum 75
-- Elongation at rupture, percent of original, minimum 75
c. Cold Bend Test, 1 hour at -55oC;
- 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 50oC' plus or minus loC,
-- the specific indicative catficity 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-61402, NEMA WCS, latest revision.
4.4 Electrical Properties
_ a. Dielectric Strength
~:ach processed length of insulated conductor before cabling shall withstand
_ the test voltage specified in Table 1 for a period of 5 minutes after immersion
in water for not less than 6 hours and while still immersed.
- b. Insulation Resistance
Each processed length of insulated conductor, after withstanding the Dielectric
- Strength Test, and while still immersed, shall comply with the insulation
resistance requirements of Table 1.
~. Technical Specifications &
- Description of Pay Items
5-42
~- c. 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
-- Conductor Size Insulation Thickness Test Voltage Insulation Resistance
AWG Inches at 60~F. Megohms -
1000 Feet
20 .025 2500 15,000
19 .025 2500 15,000
18 .025 2500 15,000
_ 17 .025 2500 15,000
16 .025 2500 14,800
__ 15 .025 2500 13,700
14 .025 2500 12,600
-- ~ 13 .030 3000 13,200
12 .030 3000 12,100
-- 11 .030 3000 11,000
10 .030 3000 10,100
-- 9 .030 3000 9,200
8 .030 3000 8,300
-- 4.5 Single Conductor Cable
The insulation shall be tough, durable, stabilized polyvinylchloride compound
-- meeting the requirements of Underwriter's Laboratories Type THW.
4.6 The physical characteristics of the insulation shall be as given in Table 11. Tests of
these characteristics shall be made in accordance with ASTM designation D-
470, latest revision.
Technical Specifications &
Description of Pay Items
5-43
~ TABLE H
a. Initial Properties:
Tensile strength, lbs. per sq. inch, min. 2300
-- Elongation, percent, min. 250
b. After 120 hours in Air Oven at 100oC:
_ Tensile strength, percent of original, min. 85
Elongation at rupture, percent of original, min. 60
c. Cold Bend Test. 1 Hour at -55oC, no cracks
(Mandrel Diameter 2.5 times coveting diameter)
d. Flame Test, self-extinguishing in minutes, max. I
4.7 Thickness, Diameters and Weights
a. The completed conductor shall conform to the requirements of Table In.
b. The thickness of the insulation shall be not less than 90% of the nominal
value in Table III.
e. The minimum spot thickness shall be not less than 70% of the nominal
thickness.
TABLE BI
Conductor Nominal Approx. Approx.
Size Thickness O.D. Weight
-- AWG of Covering Inches Lbs/M Ft.
4 .045" '.300 131
6 .045" .260 85
8 .045" .220 56
10 .030" . 174 34
12 .030" .140 23
5.0 CONDUCTOR COLOR CODING
5.1 Multi-Conductor Cable
_ Standard color coding for cables shall be in accordance with Table IV. When
~ Technical Specifications &
_ Description of Pay Items
5-44
permitted by the purchaser, the conductor coding may be numerals and words
printed on the conductor insulation. Base colors shall be obtained by the use of
colored insulation. Tracers shall be colored stripes or bands which are part of, or
firmly adhered to, the surface of the insulation in such a manner as to afford
distinctive circuit coding throughout the length of each wire. Tracers may be in
continuous or broken lines, such as a series of dots or dashes, and shall be applied
longitudinally, angularly, spirally or in other distinctive patterns.
TABLE
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
12 Black White
13 Red White
14 Green White
15 Blue White
16 Black Red
17 White Red
18 Orange Red
19 blue Red
20 red Green
Technical Specifications &
Description of Pay Items
5-45
· ~ 21 orange Green
5.2 The color sequence may be repeated as necessary. Color code sequence applies
when cable is composed of mixed sizes.
5.3 Special color coding, when specified in unpaired conductor cables, shall consist of
black for all conductors except that one conductor shall be identifiable conductor in
-- each layer.
5.4 For combination cables consisting of pairs with single conductors, color code
-- sequence given in Table IV, shall be used for pairs, repeated as necessary.
5.5 Single Conductor Cable
Black covering shall be used for signal and power c'~rcuit positive. White covering
shall be used for signal and power ch'cuit common. Red coveting shall be used for
detector positive. Blue covering shall be used for detector ckcuit common.
Covering colors shall be obtained by use of colored polyvinylchloride.
6.0 CONDUCTOR ASSF_31BLY (MULTI-CONDUCTOR CABLE)
_ 6.1 Two-Conductor Cable
a. Two-conductor ~bles shall have a maximum length of lay not more than 30
-- times the installed conductor diameters.
b. Two-conductor cables shall be of the round, twisted type.
c. Fillers shall be used where necessary to form a two-conductor round twisted
cable.
6.2 Multi-Conductor Cables Having More Than Two Conductors
-- a. In multi-conductor cables having more than two conductors, the single
conductors shall be laid up symmetrically in layers with lay not exceeding
the following:
Number of Maxim-m
Conductors Length of Lay
3 35 times insulated'conductor diameter
4 40 times insulated conductor diameter
5 or more 15 times assembled core diameter
- Technical Specifications &
Description of Pay Items
5-46
_ b. Each layer of conductors in the cable shall be laid in a direction opposite to
that of adjacent layers. When permitted by the purchaser, unidirectional lay
may be used. The outer layer shall be left-hand lay.
6.3 Fillers shall be used, where necessary, to secure a uniform assembly of conductors
of a firm, compact cylindrical core. Fillers shall be of a nonmetallic moisture-
- resistant material which has no injurious effect on adjacent components.
6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture-
- resistant tape applied so as to lap at least 10 percent of its width.
7.0 JACKET (MULTI-CONDUCTOR CABLE)
7.1 Over the taped conductor assembly there shall be applied a tightly fitting
polyvinylchlodde compound jacket which shall meet the following requirements
-- when tested in accordance with ASTM Designation D1047, latest revision.
- Technical Specifications &
Description of Pay Items
-- 5-47
.~ PHYSICAL PROPERTIES
_ OF POLYVINYL CHLORIDE JACKET
a. Initial Properties: 1800
Tensile Strength, lbs., per sq. in., min.
- Elongation at rupture percent, min. 250
b. After 5 days in air oven at 100oC:
-- Tensile Strength percent of original, min. 85
Elongation at rupture percent of original, min. 60
c. Head Shock Test, Air Oven, 1 hour at 121oC: no cracks
d. Heat Distortion Test, Air Oven, 1 hour at 121oC:
Decrease in thickness, percent, max. 50
e. Cold Bent Test, I hour at -40oC: no cracks
f. Flame Test, minutes burning, max. 1
g. After 4 hours in ASTM No. 2 oil at 70oC:
Tensile Strength, percent of original, min. 80
- Elongation at rupture, percent of original, min. 60
7.2 The nominal thickness of the jacket shall be as specified in Table V. The average
thickness shall be not less than 90% of the specified thickness. The minimum
-- thickness shall be not less than 70% of the nominal thickness.
-- TABLE V
Calculated Diameter of Cable Jacket Thickness
-- Under Jacket, Inches
0.425 and less 45
-- 0.426 - 0.700 60
0.701 - 1.500 80
-- 1.501 - 2.500 110
2.501 and larger 140
- Technical Specifications &
Description of Pay Items
-- 5-48
_ 8.0 IDENTIFICATION
8.1 loch 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.
8.2 Each shipping length of single conductor shall have indented printing on a tape or
-- other permanent identification showing the name of the manufacturer and the year in
which the conductor is manufactured.
-- 9.0 SAMP!.ING, INSPECTING AND ACCEPTANCE
9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture.
9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the
tests made on the cable to show cgmpliance with this specification.
9.3 Tests on Entire Cable - The individual conductors of each length of completed cable
shall meet the voltage and insulation resistance requirements of Section 4, except
----- that the final electrical test on multiple conductor cables may be made without
immersion in water. Each conductor of a multiple conductor cable shall be tested
against all other conductors and shield if present.
9.4 Sample Tests - One sample for establishing conformity to this specification 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, ~'o additional samples shall be selected from new cable lengths and
the lot shall be accepted if retests are both satisfactory. However, in case of
any failure on the retest, the lot shall be rejected.
10.0 PACKING AND MARKING FOR SHIPMENT
-- Reels for multi-conductor cable shall be substantially constructed and in good
condition. The cables shall be suitably protected. Each end of the cable
shall be available for testing, properly sealed, and protected against
- injury. Fuch 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.
- Technical Specifications &
Description of Pay Items
-- 5-49
.--- 11.0 hNSTALLATION OF CABLE
11. I General
_ 11.1.1 The cables shall be installed in the conduit. The conduit must be continuous,
reasonably dry, completely free of debris, and without any sharp projections, edges,
or short bends. The conductors' shall be installed in such manner and by such
-- methods as to insure against harmful stretching of the conductor or damage to the
insulation and shall conform to the recommendations of the cable manufacturer. The
Contractor shall furnish, at the request of the Engineer, at least two copies of the
-- manufacturer's recommendations, including methods of attaching pulling tension per
conductor size and per radius of conduit bend, and the type of lubricant to be used.
-- 11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors
shall be assembled to form one loop in such a manner that the pulling tension is
distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes.
-- For short runs, the cables may be gripped directly by the conductors by forming
them into a loop to which the pull wire or rope can be attached. The insulation on
each conductor shall be removed before the loop is formed. The method used will
-- depend on the anticipated maximum pulling tension in each case.
11.1.3 In many instances, existing conduits which contain signal cable are to be used for the
-- ~- installation of new cables. In such locations, the existing cable(s) may be used to pull
in the new cables. Should the Contractor desire to install new cables without
removing the existing cables, the new installation shall be done in such a way as to
prevent damage to the existing and/or new cables. In the event of damage, the
Contractor shall bear the responsibility of replacement of defective cables.
11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded
under any circumstances. If so required by the Engineer, the Contractor shall insert a
_ dynamometer in the pull wire as the cables are being pulled into the conduit to
demonstrate that the maximum tensions are not being exceeded. The cable shall be
fed freely off the reel into the conduit without making a reverse curve. At the pulling
_ end, the pull wire and or other suitable devices shall be used as required to reduce any
hazards to the cable during installation. The cables shall be adequately lubricated to
reduce friction and further minimize possible damage. Such lubricants shall not be
-- the grease or oil type used on lead sheathed cables but shall be one of several
commerc'mlly available wire pulling compounds that are suitable for these kinds of
cables. They shall consist of soap, talc, mica, or similar materials and shall be
-- designed to have no deleterious effect on the cables being used.
11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole
-- bases, pullboxes, and all other terminations. The cable manufacturer's recommended
values for the minimum bending radii to which cables may be bent for permanent
- Technical Specifications &
Description of Pay Items
-- 5-50
.-- 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 be'mg installed. Larger radius bends are required for such
conditions.
11.2 Wire and Cable
-- 11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire
and cable specifically covered by other items of this contract. The minimum size of
conductors shall be as indicated on the plans.
11.3 Controller Cabinet Wiring
-- 11.3.1 Wiring for the controller shall consist of connecting to its terminals (1) wires to
signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires,
(5) the ground wires, and (6) the interconnect wires. At the controller all conductors
-- from the field shall be stripped back and an eye hook formed in the wire. These
"hooks" shall be inserted under the binder he_a~ screw and tightened securely. Other
wiring for the controller shall be .as required by the wiring diagrams and instructions
-- furnished with the controller by the manufacturer.
11.3.2 All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to
-- ~ their destination and neatly laced together. Communication and detector lead-in cables
shall be dearly identified by use of metal or plastic tags. For example: Eastbound
Right Lane.
11.4 Signal Head Wiring
11.4.1 Wiring for the signal head shall consist of connecting the terminal block in each
signal section to the common terminal block in each signal face and where applicable,
_ connecting the common terminal block in each signal face to the terminal block in the
signal-head temfinal 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 h_~__d terminals shall likewise be number
twelve (12) A.W.G. The Contractor shall fumish the NO. 12 A.W.G. for this work.
-- 11.5 Terminals and Splices
11.5.1 Except for controllers, the ends of all wires which are to be attached to terminal posts
- sbaU be provided with soldered terminals that meet the requirements of the National
Electrical Code.
-- 11.5.2 Unless otherwise called for in the plans, splices will be permitted in the wires of
signal conductors only in the base of each signal pole at terminal points called for in
- Technical Specifications &
Description of Pay Items
-- 5-51
A the plans. If lead-in conductors from detectors to controller are of different type than
- the detector leads, a water-tight splice, acceptable to the Engineer, may be made in
ground box adjacent to the det__ec_-tor 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 q~_ml~ty 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
raking 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 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 sm. ooth but the tape shall not be stretched more than
necessary.
11.5.3 Splices in communication cables shall include the shield. Splices between cable pairs
------ shall be made with Scotchlock soldedess connectors designed for this specific
application. The completed splice shall be insulated with a m-enterable plastic splice
case. Splices at points other than those shown on the plans may be made only with
the written permission of the Engineer.
11.5.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The
Contractor shall, in the presence of the Engineer, sectionali?e the splice to expose the
various layers of materials and the connector. The splice shall be thoroughly checked
_ for compliance to these special provisions. The splice shall then be remade by the
Contractor. This work shall not require extra payment, but is considered subsidiary
to other items in the contract. All of the splices selected for this inspection shall
_ conform to the requirement of these special provisions. If any splices fail to meet
these requirements, ten (10) more splices shall be selected to random by the Engineer
for inspection.
11.6 Enclosed Wiring
-- 11.6.1 Except for span wire suspended cables and electrical wiring within steel signal poles,
all cables and single conductor wire above the ground surface shall be enclosed in
approved metal conduit up to but no closer than one foot of the lowest power
-- conductor. The power entrance to the controller, may be made through underground
polyvinyl-chlodde conduit.
- Technical Specifications &
Description of Pa~t Items
5-52
_ 11.7 Identification of Signal Wires
11.7.1 IMSA color coded signal cable shall be used to wire bases, pullboxes and
_ controllers. Colors shall be continuous from the point of origin to the point of
termination. Splices will be permitted if same colors are spliced.
-- 12.0 GROUNDING AND BONDING
12.1 There shall be a properly installed and connected ground rod for each
-- controller cabinet and power drop to reduce any extraneous voltage to a safe
level. The location of the ground rod shall be such as to minimize the length of
the grounding-conductor run. All grounding circuits shall be substantial and
-- permanent and shall be electrically continuous with an ohms-to-ground resistance not
to exceed 10 ohms when tested by a volt-ohm-meter.
-- 1 2.2 Signal and Controller
1 2.2.1 The signal pole housing, control.ler 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.
1 2.3 Conduit and Signal Posts
1 2.3.1 Metal conduit and metal signal posts or pedestals shall be bonded'to fom~ a
continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8
copper- wire or equal,
_ 12.4 Grounding Connectors and Electrodes
1 2.4.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The
_ conductor shall be bonded to ground rods. Ground rod electrodes shall be copper-
bonded steel being at least 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
Technical Specifications O
Description of Pay Items
-- 5-53
· ~ permitted in the grounding conductor.
13.0 MEASURF. MEN"Y AND PAYMENT
-- Single and multi-conductor cable, installed and in place, and of the size and number
of conductors specified on the Plans, will be paid for at the unit prices bid as specified
in the bid item list. Said payment shall be full compensation for furnishing and
-- installing cable with proper grounding, and for all labor, tools, materials, equipment
and incidentals necessary to complete the work.
-- 14.0 GUARANTY
If it is the normal trade practice for the manufacturer to furnish a guaranty for the
- work provided herein, the Contractor shall turn this guaranty over to the Engineer for
potential dealing with the guarantor. The extent of such guaranty will not be a factor
in selecting the successful bidder.
- Technical Specifications &
Description of Pay Items
-- 5-54
.A VEHICLE AND PEBESTRIAN DETECTORS;
- DETECTOR AMPLIFIERS; LEAD-IN CABLE; PEDESTRIAN
PUSH BUTTONS; INSTALLATION PROCEDURES
-- 1.0 GEN~
This specification covers minimum design and functional requirements of
-- electronic loop detector amplifiers, lead-in cable for loop detectors, pedestrian
detector push buttons, and the installation requirement for detector components
within a traffic signal system.
2.0 LOOP DETECTOR AMPL1FWR
-- 2.0.1 All loop detector units supplied for this project shall meet the latest blEMA
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 d~al channel units and operate in three modes-delay,
extension, and normal.
2.0.4 The loop detector unit shall also provide the.following features:
"Failsafe" open loop recognition responds to broken loop/lead-in connections with a
continuous call and indication.
_ "Remote Reset" is a ground level signal which resets presence indications of
suspicious calls. Open loop memory shall not be lost, and an open loop indication
cannot be reset.
"Open Loop Test" feature allows the detector to continue to operate on intermittently
open loop systems. A momentary open (broken wire, poor splice, loose connections)
-- will be stored in memory.
2.1 Functional Requirements
2.1.1 The unit shall be capable of detecting presence of any vehicle with a metal mass,
stopped or moving at speeds up to 80 MPH within the detection zone of an induction
- loop.
2.1.2 Detection shall be purely electronic and sl~oll respond to a change of inductance of the
-- loop caused by the presence of a vehicle in the field of influence of the loop.
- Technical Specifications &
Description of P a!t Items
-- 5-55
~ 2.1.3 Inductive tuning to loops of various configurations shall be automatic, the unit
_ accommodating loop circuits in the range of 0 to 2000 microhenries. Tuning controls
of any kind of this function will not be acceptable.
_ g~ch unit or detection channel shall be self tuning on initial turn-on and self returning
within 10 seconds of reactivation or restoration of electrical power.
-- 2.1.4 In each unit or detection channel the method of measurement shall be crystal
referenced digital period counting. Multiple channels within the same unit shall
operate on a sequential .scanning basis, that is, only one channel per unit shall be
-- active at any po~mt in time.
2.1.5 Each unit or detection channel shall be capable of operation in one of two front panel
-- switch selectable modes:
a. Pulse Mode - A vehicle passing over the loop shall cause a programmable
-- output pulse of from 15 to 236 millisecond duration. In this mode the
detector shall rephase 2 seconds after initiation of the above described output
pulse. The rephase sequence shall allow detection of the smallest detectable
-- vehicle, three seconds subsequent to detection of a stopped automobile in the
loop field.
--~ b. Presence Mode - Continuous output based on continuous occupancy of the
loop field. Minimum hold time for smallest detectable vehicle shall be four
minutes. Hold time for automobiles shall be no more than 120 minutes and
no less than 60 minutes with a 3 turn compact loop and minimum cable lead-
in.
2.1.6 At least three O) front panel switch selectable levels of sensitivity shall be provided in
~eh unit or detection channel, for each mode described in paragraph 2.1.5.
_ Sensitivity range shall be adequate to detect both the smallest and the largest
detectable vehicles stopped or passing over various loop configurations, with lead-in
cable length up to 1000 feet.
2.1.7 "Channel active" indicator lamps, front panel-mounted shall be provided for each
detection channel, and shall be visible in bright sunlight. Each detection channel shall
-- be provided with a front panel-mounted "off" switch for deactivation, and a "write-
on" pad for traffic movement association identification.
-- 2.2 Electrical Requirements
2.2.1 Detector amplifier units shall be either of the two types described below. Type
- determination shall be based on practical application and space utilization within the
controller cabinet.
- Technical Specifications &
Description of Pay Items
5-56
- a. Shelf-mounted, self-powered units shall include two detection channels and
operate on input voltage from 95 VAC to 135 VAC, (Power supply contained
in unit). Single channel units shall interface with a 10-pin 0VIS-3106A18-1S)
-- mating connector. Dual channel units shall interface with one 19-pin 0VlS-
3106A2214S) or two 10-pin 0VIS-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:
a. Pulse Mode: Output duration of pulse shall have for programmable nominal
values of 15, 19, 118 and 236 milliseconds.
b. Presence Mode: Gradual adapt hold time shall be programmable such that an
_ automobile on a 3-turn 6' x 6' loop will be held in one of three ranges; 1/2 to
1 hour, 1 to 2 hours or 2 to 4 hours.
_ 2.2.6 Each detection channel shall be protected against lightning strikes. It shall be capable
of withstanding the discharge of a two (2) microfarad capacitor charged to 1000 volts
across the loop terminals and from each loop terminal to earth ground.
2.2.7 The detection system(s) shall operate properly at temperatures from -350oF to +
165oF. and at relative humidity to 100%.
2.3 Documentation
-- [:ach detector unit shall be provided with the following:
a. Complete and accurate schematic diagram(s).
b. Complete installation procedures.
- Technical Specifications &
Description of Pa~l Items
-- 5-57
c. Complete performance specifications, electrical and mechanical.
d. Complete parts list including names of veadors for parts not identified by
universal part numbers (JEnEC, RETMA or E/A).
e. Pictorial of component layouts or circuit board(s).
f. Maintenance and trouble shooting procedures.
- g. Stage by stage theory of circuits and their operation.
2.4 Guaranty
If it is nolmal Wade practice for the manufacturer to furnish a guarantee for the work
provided herein, the Contractor shall turn this guarantee over to the Engineer for
-- potential dealing with the guarantor. The extent of such guarantee will not be a factor
in selecting the successful bidder.
-- 3.0 LOOP DETECTOR INSTAI.I.~TION
3.1 Description
3.1.1 This section specifies the Contractor's responsibility for loop vehicle detector
installation. This item shall govern for furnishing and placing of detector loops of all
configurations and dimensions shown on the plans, loop wire, attachments, loop
testing, and incidentals necessary to properly install detector loops.
3.2 Materials
_ 3.2.1 Loop wire conductors shall be//12 AWG, soft drawn, stranded wire, Type THHW or
Type XHHW, rated for 600V.
_ 3.2.2 Detector lead-in cable shall be a twisted 100% shielded pair of No. 14 AWG stranded
wire and a No. 16 AWG stranded drain wire in a chrome vinyl jacket. (Beldon 8720
or an approved equivalent shall be used).
3.3 Detector Loop Installation
- 3.3.1 The installation of loop detectors shall occur as indicated on the plans "Detector
Details. '
-- 3.3.2 The layout of the loop detector shall be performed by the Contractor in the presence
of the Engineer. The Engineer shall be notified in advance of installation at a
- Technical Specifications &
Description of Pay Items
-- 5-58
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 wh'e
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 l~-in cable.
3.3.6 The successive tums 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)
tums per foot.
_ 3.3.7 Where two or more loop lead-ins enter a ground box, a minimum separation of one
(l) foot shall be maintained between loop leads underneath the pavement surface.
-- 3.3.8 A minimum of 2" loop wire slack shall be provided at each expansion joint in the
concrete pavement.
-- 3.3.9 The loop wires shall be connected to the detector lead-in cable in the pullbox adjacent
to the loop location. Each individual connection shall be a waterproof splice in which
the conductors are soldered and wire nutted. The drain wire in the lead-in cable shall
-- be left open in the splice and grounded at the cabinet terminals only, unless otherwise
recommended the detector manufacturer. The methods of reinsulafing shall have a
dielectric strength at least equal to the original insulation. The specific method of
- splicing shall be demonstrated to the Engineer for approval.
3.4 Detector Loop Testing
3.4.1 Prior to pouring the slot sealant, the loop shall be checked in the pullbox for
-"-' continuity and resistance. Series resistance shall not be more than 10 ohms. In
Technical Specifications &
Description of P a3t Items
5-59
addition, the integrity of the insulation shall be checked by applying a megger
between each end of the loop lead-in and the nearest reliable electrical ground (e.g.,
street light, fire hydrant, etc.). In the event that no available ground exists, a suitable
ground shall be established for the measurement (e.g., driven metal spike). The
megger reading shall not be less than 10 megohms under any condition. The
Contractor shall document the results of the megger test and submit documentation to
the Engineer for approval. Tests shall not be performed without prior notification of
the Engineer.
3.4.2 After the slot sealant has been placed and the detector lead-in cable has been spliced
to the loop wire and the spliced sealed, the Contractor shall repeat the tests as
described in Section 3.4.1 except that the tests shall be performed in the controller
cabinet. The Contractor shall document the results of this "after" test and submit
documentation to the Engineer for approval. If the loops do not meet the test
requirements, the Contractor shall find the cause for the test failing and correct the
fault to the satisfaction of the Engineer and retest the loop and l~d-in all at the
expense of the Contractor.
4.0 PEDF-qTRIAN PUSH BU'ITON. S
Pedestrian push buttons, when required, shall be mounted 3' 6" above the
ground or sidewalk and shall be of the type that have permanent type signs within
the detector unit or signs permanently attached to the unit which explain the
purpose of the push buttons and indicates which crosswalk signal is actuated. Push
buttons shall be of the direct push contact type, entirely insulated from the
case and be of brass or other corrosion resistant material. The assembly shall
be sturdy, weatherproof and secure against electrical shock to the user. The
case of the unit shall be tapped for 1/2 inch pipe, for appropriate conduit connection.
4.1 The push hutton shall be activated by a minimum 1 1/4" convex plunger. A
_ protective shroud shall encircle the plunger to deter vandalism. The shroud shall be
east as part of the housing cover. The plunger shall protrude beyond the protective
shroud a distance adequate to accommodate the switch travel.
4.2 While staking the pole locations, the contractor along with the engineer shall verify
the location of the push buttons and the direction of the arrows on the signs prior to
installation.
5.0 MFASURF~W~N~F PuND PAYMENT
5. I Loop Detector Amplifiers
Loop detector amplifiers will be measured per each (channel) unit. (Multi-channel
amplifiers measured per each channel). Loop detector amplifiers, installed in place,
Technical Specifications &
Description of Pay Items
5-60
will be paid for at the unit prices bid as specified in the bid item list. Said payment
shall be full compensation for furnishing and installing amplifier unit including wiring
harnesses and required power supply, surge voltage protectors and for all Labor, tools,
materials, equipment and incidentals necessary to complete the work.
5.2 Loop Detector Installation
Detector loops will be paid for at the unit price bid for "Detector Loop", of the types
and sizes specified in the bid items. These prices shall each be full compensation for
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.
5.3 Detector Lead-in Cable
Detector lead-in cable will be paid for at the unit price bid for "Detector Lead-in
cable, 2C #14 AWG' as shown in the plans. These prices shall be full compensation
for furnishing and installing all detector lead-in cable including the splicing and
testing and for all labor, tools, equipment, and incidentals as necessary to complete
the work.
5.4 Pedestrian Push Buttons
Pedestrian push buttons will be measured per each. Materials required and Used in
installation, such as supplemental signs and mounting hardware shall not be paid for
directly, but shall be considered subsidiary to the Item "Pedestrian Push Buttons".
Pedestrian push buttons, installed in place, will be paid for at the unit prices bid as
_ specified in the bid item list. Said payment shall be full compensation for furnishing
and installing push buttons, supplemental use signs, and for all labor, tools,
equipment, materials and incidentals necessary to complete the work.
- Technical Specifications &
Description of Pay Items
-- 5-61
POWER SERVICE AND SERVICE EQUIPMENT
AND
GENERAL SYSTEM WIRING PROCEDURF-q
1.0 POWER SERVICE AND SERVICE EQUIPMENT
1.1 Power Service Connection
1.1.1 The Contractor shall make all arrangements for connection to the power service, shall
obtain meter and meter socket from the Power Company when they are required and
install them in accordance with the Plans, and shall furnish and install all other
materials necessary to make the power connection which are not furnished by the
Power Company.
1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a
115-125 volt, single-phase, 60 cycle A.C. supply. The wire used for the power
connection shall be a minimum size as indicated on the Plans and shall be insulated
for six hundred (600) volts. The common wire shall be white-coded and the power
-- positive shall be black-coded.
1.2 Power Service Equipment Requirements
Power service equipment shall meet the following requirements: (a) Lightning
arrestor will be 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. Co) Circuit breakers will be provided. They shall be 125 Ampere Frame,
_ single pole, 120 volt, 5000 IAS meeting Federal Specification W-C-375A, installed
as shown on the Plans. (c) All miscellaneous hardware, i.e., conduit, conductors,
pedestal cabinet and weatherhead, shall be installed as shown in the Plan details.
_ Conductors shall be of the size indicated and be type THW meeting applicable ASTM
specifications.
_ 2.0 SYSTEM WIRING METHODS
2.1 Controller
Wiring for the controller shall consist of connecting to its terminals (1) wires
to signals, (2) wires to detectors, (3) the power wires and (4) the ground
-- wires. Other wiring for the controller shall be as required by the wiring
diagrams and instructions furnished with the controller by the manufacturer.
- Technical Specifications &
Description of Pay Items
-- 5-62
.--- 2.2 Signal H~s
Wiring for thc 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 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 twelve (12)
AWG.
2.3 Splices
Unless otherwise called for in the Plans, splices will be permitted in the wires
of signal conductors only in the transformer base or handhold of each signal
pole at terminal points called for on the Plans. Splices at points other than as
stated above may be made only with the written permission of the Engineer.
Ail splices shall be watertight.
2.4' Terminals
Except for controllers, the ends of all wires which are to be attached to
terminal posts shall be provided with solderless terminals that meet the
requirements of the National Electrical Code.
2.5 Wire and Cable
All wire and cable shall conform to the requirements shown on the Plans,
except wire and cable specifically covered by other items of this contract.
The minimum size of conductors shall be as indicated on the Plans.
_ 2.6 Enclosed Wiring
Except for span wire suspended cables and electrical wiring within steel signal
_ poles, all cables and single conductor wire within twenty-one (21) feet above
the ground surface shall be enclosed in approved metal conduit. Power-tap
lines carried down poles shall be placed in metal conduit. The power entrance
-- to the controller shall be made through underground polyvinylchloride conduit
only.
-- 2.7 Identification of Signal Wires
Numbered identification tags of metal, plastic or tape shall be placed around
-- each wire adjacent to wire ends in the controller cabinet, signal head and
signal-pole-base terminal boxes.
- Technical Specifications &
Description of P a!l Items
-- 5-63
2.8 Signal and Controller
The signal poles, controller housing, signal common and service common
shall be grounded. All grounding shall be as shown on the Plans and/or as
may be indicated in the manufacturer's specifications and wiring diagrams.
All grounding devices used shall conform to the'requirements of the National
-- Electric Code. The service common at the pole or service pedestal from
which the power is taken shall be grounded.
-- 2.9 Conduit and Signal Poles
Metal conduit and metal signal poles or pedestals shall be bonded to form a
-- continuous system and shall be effectively grounded. Bonding jumpers shall
be No. 8 copper wire or equal.
-- 2.10 After the signal cable connecting the signal and the controller is in place, the
unfdled portion of the conduit openings shall be sealed with a sealing
compound in accoraance with the National Electrical Code.
2.11 The sealing compound used shall have a melting point of not less than two
hundred (200) degrees Fahrenheit, and shall not be adversely affected by the
-- ~ surrounding atmosphere or moisture.
SECTION 3.0 MEASURF~MENT AND PAYMENT
3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this
_ specification. Payment for W'Lre and cable is per respective items in the bid
item list.
3.2 Power Service
a. Measurement. The power service will be measured per each unit.
_ Materials required in installation, such as lightning arrestor, circuit
breaker, enclosure, foundation, and incidentals will not be paid for
directly, but will be considered subsidiary to the Item "Power Service
-- Pedestal and Equipment".
b. Payment. Power service, installed in place, will be paid for at the unit
- price bid as specified in the bid item list. Said payment shall be full
compensation for fumishing and installing, circuit breakers,
weatherheads, lighming arrestor and required incidentals and for all
-- labor, tools, equipment, materials and incidentals necessary to
complete the work.
- Technical Specifications &
Description of Pay Items
-- 5-64
- Technical Specifications &
Descrip[ion of Pay Items
-- 5-65
---- RETROREFLECTIVE
- PREFABRICATED PAVEMENT MARKINGS
SECTION 1.0 SCOPE OF WORK AND GENF_,RAL CHARACTERI~qTICS
1.1 This specification shall govern the materials, composition, application,
measurement, and payment of pavement markings of the color, length
-- thickness, and width as specified in the Plans and in accordance with the lines
and positions shown on the Plans or as established by the Engineer. It is the
object of this specification to insure the installation of tightly adherent, defect-
-- free pavement markings of quality, visibility, and durability, to either
asphaltic or portland cement road surfaces. Markings to be installed on
roadways under traffic operation conditions shall be placed with a minimum
-- of interference to the operation of the facility.
1.2 Pavement marking material shall be a beaded/pigmented film product
-- especially compounded for traffic markings. Each container or roll shall be
clearly and adequately marked to indicate color, weight, type of material, and
lot or batch number (a lot 9r batch shall be defined as each individual blend or
-- mix that produces a finished product ready for use).
1.3 The materials shall have the following characteristics:
a. When in place for use, the markings shall be slippery when wet.
b. The material shall have adhesion to the surface sufficient to prevent
tearing, roll-back, shrinkage and lifting under all weather conditions.
c. When in place, the material shall not exhibit a tacky or sticky surface.
_ d. Cold ductility of the material shall permit movement of same with the
no,~xal shifting of the road surface without chipping or cracking.
-- e. The markings shall ret, ain their original color, dimensions, and
position (relative to surface) under normal traffic conditions at road
surface temperatures from OoC (+ 32oF) to 70oC (158oF).
f. When applied, the film material shall be 0.012" thick and essentiolly
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 vim,ally free of blisters.
-- g. Markings in place shall be reflectorized internally (premixed glass
beads imbedded in film). Texas Test Method Tex-828-B shall show
- Technical Specifications &
Description of Pay Items
-- 5-66
uniform retrodirective reflectance throughout the markings.
2.0 MATERIAL REQUIRg.M~NTS
2.1 At temperatures up to and including 70oC (158oF), materials shall not give off fumes
which are toxic or othenvise 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 fot,,a oil dropping from traffic. The material shall
not sof~..n at 180oF when tested by the Ball and Ring Method, American Society of
Testing Materials (ASTM) Method E2S58T.
2.2 a. The material shall consist of polymeric binder film, prime pigment
or pigments, filler pigment, and glass traffic beads in a unifo,n
blend so that any 90 to 100 gram sample shall be representative of
lot, batch, or mix sample.
b. A minimum of 90 percent of the binder shall be hydrocarbon
resins. The total, binder content of the pavement marking
materials shall not be less than 25 percent nor more than 30
percent by weight.
~ c. A minimum of 98 percent of the prime and filler pigments used
in the formulation, when washed free of resins by solvent
washing, shall pass a U.S. Standard Sieve No. 230 (0.0024 inch
opening).
d. The prime pigment of the white pavement marking material shall
be titanium dioxide and shall be a minimum of 12 percent by
weight of total material.
e. The prime pigment or pigments of the yellow pavement marking
material shall be medium chrome yellow or other approved
yellow pigments ranging from 10 to 15 percent by weight of total
material.
3.0 MATERIAL APPLICATION AND EQUIPM'IZ~NT
3.1 The general application method, material, and equipment used shall confon~i with the
m~ufacturer's recommendations. All lane and word/symbol marking.configurations
shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices",
as currently amended. The general application procedure is as follows:
3.1.1 Clean the road surface by high pressure air. Blast cleaning may be required by the
Technical Specifications &
Description of Pa~t I~erns
5-67
--- Engineer on existing road surfaces.
3.1.2 Pre'mark the road surface with chalk or crayon where the markings are to be applied.
-- 3.1.3 Prime the road surface using recommended primer and applicator, extending beyond
outlined area a minimum of 1".
-- 3.1.4 Apply marking material in accordance with manufacturers specific recommendations
making sure all edges are firmly adhered and no material is overlapping.
-- 3.1.5 Tamp or mil the applied markings with a minimum 200 lb. load.
3.2 It is the intent of the equipment requirements specified above to insure the placement
-- of pavement markings meeting the requirements of this specification. All markings
phced that do not meet the requirements of this specification and fail to adhere to the
road surface properly shall be completely removed and replaced at the expense of the
- Contractor.
4.0 CONSTRUCTION I~ne~THODS.
4.1 a. The Contractor shall use a crew experienced in the work of installing
pavement markings and shall supply all the equipment and materials
---~ necessary for the placement of the pavement markings.
b. The pavement marking material shall be applied within the material
temperature limits recommended by the supplier.
c. The pavement upon which the pavement markings are to be placed
shall be cleaned and prepared, to the satisfaction of the Engineer, prior to
placement of the markings.
d. Cleaning, shall be by any effective method, approved by the Engineer,
that completely and effectively removes contaminants, loose materials, and
_ conditions deleterious to proper adhesion. When blast cleaning is required
by the Plans or by the Engineer, the blast cleaning shall be done in
accordance with State of Texas Special Specification Item "Blast
-- Cleaning." Portland cement concrete surfaces shall not be cleaned by
grinding.
-- e. Portland cement concrete surfaces shall be further prepared after cleaning
by complete sealing with a methylmethacrylate sealer or primer with an
adhesive or adhesion promoter, approved by the Engineer, prior to
-- placement of the markings. Methylmethacrylate sealers, adhesives, or
adhesion promoters shall match infrared spectra and/or other data of
- Technical Specifications &
Description of Palt Items
-- 5-68
approved materials of file at the Materials and Tests. Laboratory in Austin,
..--- Texas.
f. When deemed necessary by the Engineer, asphaltic surfaces exhibiting
polished aggregate shall be primed with a sealer, adhesive, or adhesion
_ promoter meeting the requirements specified for sealers, adhesives, and
adhesion promoters to be used on po,l_a_nd cement concrete surfaces.
_ g. Ail other pavement surfaces may be prepared by any effective metho~i,
approved by the Engineer, that will insure complete removal of all materials
or conditions deleterious to proper adhesion of the markings to the roadway
-- surface.
5.0 PERFORMANCE
Installed pavement markings shall meet all requirements of this specification for a
minimum of 30 calendar days after final installation of pavement markings is
-- complete. Pavement markings that fail to meet all requirements of this specification
shall be removed and be replaced with pavement markings meeting the requirements
of this specification at the expense of the Contractor.. The Contractor shall replace all
-- pavement markings failing the rex~uirements of the specification within 30 working
days following notification by the Engineer of such failing pavement markings. All
pavement markings, including replacement markings, shall meet all requirements of
-- --. this specification for a minimum of 30 calendar days after final installation of original
and necessary replacement pavement markings.
-- 6.0 MEASURKMENT AND PAY1V~NT
Shown on the Plans are the specified colors, widths, and configurations of required
-- markings along with a quantity computation for each type. Quantity estimates are
given for Contractor's information only.
a. Measurement of applied material will be considered as described in the
Proposal and Plans.
b. Payment. All lane and word/symbol markings, installed in place, will be paid
for at the unit price bid as specified in the bid item list. Said payment shall be
_ full compensation for all cleaning and removal, furnishing and installing all
markings and for all labor, equipment, tools, materials, and incidentals
necessary to complete the work.
- Technical Specifications &
Description of Pay Item.
5-69