Loading...
ST9902-CN051101 T H E C I T Y 0 F cOPPEEL CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR West Sandy Lake Road, Phase 1 Project No. ST 99-02A Bid No. Q-1105-01 FOR THE CITY OF COPPELL November 2005 Oocztmenl$ BID PROPOSAL ADDENDA NO. 1 ADDENDUM NO: ONE (1) ISSUE DATE: November 18, 2005 BiD DATE: November 29, 2005 PROJECT NAME: WEST SANDY LAKE ROAD PIIASE 1 ST 99-02A Bid No. Q-II05-01 LOCATION: COPPELL, TEXAS ISSUED BY: Teague, Nail, & Perkins, Inc. for the City of Coppell 1. This addendum modifies and extends the requirements of'tine plans and construction specifications for thc above referenced project. 2. Staple these addenda to thc inside of the rear cover o£thc construction spccifications or bind it into thc construction specifications at the end of the Bid Proposal. 3. Note reccipt of all addenda on the Bid Form located in tine Bidding Documents, and also on thc outside cover of the envelope containing the Bid Documents. CLARIFICATIONS The £ollowing items are for clarification purposes only and do not modify the work to be performed: · No questions or comments will be addressed after Tuesday, November 22, 2005. · It is the intent of the City to have the Cement Stabilization placed in SLURRY FORM. No dry cement placement will be allowed. · Attached are the Engineer's Average End Area earthwork calculations. These calculations are for information purposes only and shall not be included in the Contract Documents. CONSTRUCTION PLANS The attached Cut Shects shall modify the original construction drawings as indicated. Modifications are limited to the Barrier Free Ramp types and configuration as well as the hike/bike trail layout near each ramp on sheets 16, 18, 19, and 27. Additionally, a total of two (2) ramps were removed from the scope of this project. One (1) ramp was removed from sheet 19 and one (1) from sheet 27. CONSTRUCTION SPECIFICATIONS Item No. 1 - Modilications to the UNIT PRICE BID SCttEDULE Page 1-20 Item Number I-11 Unclassificd Street Excavation Change the Quantity from 5730 CY to 12015 C¥. This item shall remain a "Plans Quantity". Page 1-21 Item Number 1-12 Borrow Matcrial This item shall be omitted from thc Unit Price Bid Schedule and shall not be included in computing the total amount bid for the project. Page 1-26 Item Number 1-43 Barrier Free Ramps: Change the Quantity From 14 each to 12 each. Item No. 2 - Modifications to the DESCRIPTION OF PAY ITEMS Page 5-7 Item 2.11. Pay Items #1-11 Unclassified Street Excavation: Add the following at the end of the first paragraph: "....appropriate details and specifications. Any excess material or material deemed unsuitable for placement within the limits of construction shall be lawfully disposed of oft~ite and shall be considered subsidiary to the price bid for this item. If any additional "borrow' material" is required to complete the construction of the proposed improvements, it shall include removal, transport, placement and compaction, and it shall originate from borrow areas/sources approved by the OVv~NER~ Borrow material shall be a select sandy-clay to clayey-sand with a Liquid Limit less than 45 and a Plasticity Index between 6 and 20, unless otherwise approved by the Engineer. Any additional borrow material shall be considered subsidiary to the price bid for this item and no separate payment will be made for borrow material Page 5-7 Item 2.12. Pay Items #1-12 Borrow Material: This pay item shall be omitted from the construction documents. S TREETLI~ )UNDA flON STA 42+04 48 - CONSTRUCT 88 RELOCATE AIR RELEASE~ ~:::. ~6~ CONST~C vALV~ To WEST ~ ~ MEDIAN NOSE ,~ ~ , ~ ~ 2~'~ ~ T~ · - · . ~ , · ~ · ~ , CITY OF COPPELL, TEXAS WEST SANDY LAKE ROAD - PHASE 1 ~ ,-AB~,A, NDON EX/ST ; '~/ 12 WL IN-PLACE I ,, ~ STA~Z~6~86 2.75 BT ~ ~ ~ ~ ~ ~ / ~11 ~ o ~S~i' ~ . / MATT ATKINS ,M,o'~(= ~.,~. ~l~loc · - · - = , · ~ ' ~ , CTY OF COPPELL, TEXAS ~,~s.~n~o~s.~r~m~ WEST SANDY LAKE ROAD - PHASE :~-, ~CONSTRUCT 2 4 PVC ~ : :~ ,IR~I~ATION SLEEVES " ~ ~ ~ OSED I NOT~ CHANCED RAMP TYPE ~ CONtTCUNA flOY MATT ATK NS o' ~ 14. q~/c~G,~ ~ ...... 2o o ~o 2o ~" = ' ~ ' = ~ ' ~ ~ CTY OF COPPELL, TEXAS . ~.~o.~.co~cr~ , WEST SANDY LAKE ROAD - PHASE ~ STA 52+61.45- 400 LL SAND~Y~ L-A~'E:RD\~,~ ,~,, I ,' , . ' ~ ~ ,i. :~ OSE~ Z ~-. ~ ~ ~ ~.. , , A T. VA~E~. COVERS ~ REL OCA TE EXIS VE AND ~, IRRI~A flOW AND *IDE OF SANDY ST~MODIFY EXI5 AS NECESSAR7 SEPERA TE PA Y) ~ 5 MAFT ATKNS a · - · · = , · ~ - ~ ' CITY OF COPPELL, TEXAS ~ ~N~.~o~.~ WEST SANDY LAKE ROAD - PHASE 1 LAKE LJ AND O? EX/ST TREES RAMP TYPE & COIVf'IOURA?ION] 20 0 20 COFFELL CITY OF COPPELL, TEXAS WEST SANDY LAKE ROAD - PHASE 1 SC SHEET CUT FROM:IDATE: IDATE: SHEET NO SHEET lg OF 124 I NOV '05 I 2 of 2 2171' LT ; ~- RE/dOVE ~XISTINC'SICN TXD 0 T NOTE: 10.70' L( CHANGED RAMP TYPE ~' CONFIOURATIONI 20 0 10 20 CITY OF COPPELL, TEXAS WEST SANDY LAKE ROAD PHASE 1 $C SHEET CUT FROM: DATE SHEET NO SHEET 27 OF 124 NOV '05 1 of 1 WEST SANDY LAKE ROAD STATION CUT(FILL)AREA AVGCLJT(FILL) VOLUMECUT(FILL) (SF) (SF) (CY) 3 0 0 000 35 0 0 88 1 63 4 1 76 16 715 3095 4 5 31 67 32 865 60,86 5 3406 3543 6561 55 368 38 12 76.59 6 39 44 45 48 84 22 65 51 52 52 41 97 06 7 533 6565 121 57 7 5 78 92 2 170 74 8 106 4 11805 218.61 85 1297 1472 27259 9 1647 179 45 332.31 9 5 194 2 171 3 317 22 10 1484 1069 197.96 10 5 654 76 55 141 76 11 877 141 4 261 85 115 195 1 1986 367 78 12 2021 193 65 358.61 12.5 1852 287 53.15 13 -1278 139 ~257 41 13 5 -150 2 -148 9 -275 74 14 -1476 -140 35 -25991 14.5 -1331 124 15 -229.91 15.5 -99.8 -84 2 -155.93 16 -77.6 -632 -117.04 165 -488 -23 45 -4343 17 19 2515 46.57 17.5 484 3695 6843 18 255 497 9204 185 739 73 35 13583 19 728 45.4 84.07 195 18 115 213 20 -15 7 -20 7 -3833 20 5 -257 -10 7 -19 81 21 43 221 40 93 21.5 399 637 117 96 22 87 5 93 9 173.89 225 1003 109.15 202.13 23 118 120 05 222.31 23.5 122.1 118.7 219.81 24 115.3 10565 195.65 245 96 775 14352 25 59 56 I 103 89 255 53.2 46.35 83.98 26 37.5 36.05 66.76 26.5 346 698 129.26 27 105 1109 205.37 27 5 116 8 589 109.07 WEST SANDY LAKE ROAD STATION CUT(FILL) AREA AVG CUT(FILL) VOLUME CUT(FILL) 285 -6 4 -7 8 -14 44 29 -92 -245 -454 29 5 4 3 ~28 23 70 30 21 3 3275 60 65 305 442 53 05 98 24 31 61 9 99 18333 315 1361 114.3 21167 32 925 88 85 16454 325 852 873 161 87 33 894 7895 146.20 33 5 68 5 74.45 137.87 34 804 92 5 171.30 345 1046 1055 19537 35 1064 12655 23435 35.5 1467 14435 26731 36 142 1194 22111 36 5 968 85.55 158.43 37 743 712 131.85 37 5 68 1 70 95 131 39 38 738 78 14444 385 822 913 16907 39 1004 1081 20019 39.5 1158 131 95 244 35 40 1481 144 85 26824 405 141.6 1297 24019 41 117.8 11045 20454 41 5 103 1 127 85 236.76 42 152 6 161 29815 425 1694 15045 278.61 43 131 5 130 65 241 94 435 1298 12335 228.43 44 1169 10355 19176 445 902 865 160.19 45 828 77.4 143.33 45.5 72 66.05 12231 46 601 61 2 11333 465 62.3 14655 27139 47 230 8 225 41667 475 2192 186.3 34500 48 1534 1524 282 22 48 5 151 4 1385 256.48 49 1256 116 214.81 495 1064 1016 18815 50 968 63 65 117 87 505 305 -05 -093 51 -3t.5 -42.4 -7852 51.5 -53.3 -757 -14019 52 '981 -94,8 '17556 525 -91 5 *962 17815 53 -100.9 -79.4 -14704 535 -579 -248 -45.93 54 83 492 9111 54.5 901 98.8 18296 55 107.5 53.75 99.54 55.5 663 33.15 61.39 56 131 6.55 12.13 56 5 0 0 0 TOTAL CUT (CY) 12015 ROYAL LAN E STATION FILL(CUT) AREA AVG FILL(CUT) VOLUME FILL(CUT) (SF) (SF) (CY) 1 26.20 114.85 213 1.5 203,50 187.85 348 2 172.20 160.40 297 2,5 148.60 141.90 263 3 135.20 130.40 241 3.5 125.60 111.60 207 4 97.60 107.70 199 4.5 117.80 126.40 234 5 135.00 134.10 248 5.5 133,20 135.65 251 6 138.10 125.10 232 6.5 112.10 125.35 232 7 138,60 148.10 274 7.5 157.60 152.10 282 8 146.60 146.10 271 8.5 145.60 142.75 264 9 139.90 127.25 236 9.5 114.60 92.30 171 10 70.00 55.60 103 10.5 41.20 21.65 40 11 2.10 6.15 11 11.5 10.20 -3.80 -7 12 -17.80 0.90 2 12.5 19.60 10.45 19 13 1.30 5.45 10 13.5 9,60 4.80 9 14 0 0 0 TOTAL FILL (CY) 4650 COPPELL ROAD NORTH STATION FILL AREA AVG FILL VOLUME FILL (SF) (SF) (CY) 0.5 0.00 294.60 546 1 589,20 630.30 1167 1.5 671.40 607.15 1124 2 542.90 418.30 775 2.5 293.70 217.45 403 3 141.20 87.60 162 3.5 34.00 17.00 31 4 0.00 0.00 0 TOTAL FILL (CY) 4208 TABLE OF CONTENTS Page # Section 1 - Section 2 - Section 3 - Section 4 - Section 5 - Section 6 - Bidding Documents Notice to Bidders Instructions to Bidders Proposal/Bid Schedule Prevailing Wage Rates Contract Documents Standard Form of Agreement (Contract) Certificate of Insurance Instructions for Bonds Performance Bond Payment Bond Maintenance Bond For this project, the Standard Specifications for Public Works Construction North Central Texas Third Edition, as prepared by the North Central Texas Council of Governments, the City of Coppell Standard Construction Details (Ord.#92-554), and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Tectmical Specifications included herein. City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Specific Project Requirements Description of Pay Items Technical Specifications Traffic Signals Project Sign Segmental Retaining Wall Colored-Texturized Concrete Entry Monument 1-4 1-5 1-18 1-44 2-2 2-8 2-9 2-10 2-12 2-14 3-1 4-1 5-1 6-1 l-2 Bidding Documents SECTION 1 BIDDING DOCUMENTS T H E C I T Y 0 F cOPi ELE -- I-3 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for thc construction of West Sandy Lake Road, Phase 1 - Project No. ST 99-02A. The work shall consist of the installation of 35,705 S.Y. of 8" concrete pavement, related drainage and utility improvements, the removal of existing pavement, and ail appurtenant work necessary to complcte construction of the project. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $85.00 from the office of Teague, Nall, and Perkins, Inc., 12160 North Abran~s Road, Suite 508, Dallas, Texas; or telephone (214) 461-9867 for additional informatiou. Scaled bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of'West Sandy I,ake Road, Phase 1 - Project No. ST 99-02A will be received in the Purchasing Office at thc City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., November 29~ 2005, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with thc City of Coppell Bid No. Q-II05-01 designated clearly on the exterior of the bid envelope. A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Department (255 Park~vay Boulevard) at 2:00 p.m. on November 15, 2005. The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. This project will be awarded on the A + B bidding format with an incentive of up to $200,000 for early completion. Bids submitted with mom than 400 Calendar Days for the time of completion will be considered non-responsive and will be rejected. 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. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES T&X 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 thc bid form. The successful bidder's bid form ~vill be used to develop a separated contract and determine the extent of the tax exemption. - 1-4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Third Edition, as prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct fi'om a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Docunmnts" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in thc 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 9478, Coppell, Texas 75019. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. Scope of Work. This work shall consist of the reconstruction of West Sandy Lake Road, Phase I extending from State Highway 121 to just east of Coppell Road North. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the installation and/or adjustment related drainage, water and sanitary sewer improvements, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 99-02A. Copies of Bidding Documents. Complete sets of the Bidding Documents may be obtained from the office of Teague, Nall, and Perkins, Inc., 12160 North Abrams Road, Suite 508, Dallas, Texas for a non-refundable cost of $85.00. The following general requirements pertain to the Bidding Documents: ^) No bidding documents will be issued later than two (2) days prior to the bid opening date. -- 1-5 Bidding Documents 3.2 3.3 13) After award of the Contract, the snccessft~l Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be fitmished for $15.00 per set. c) Bidding documents may be exanfined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 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 bc submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (within five [5] days if requested). 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 (required to be submitted within five [5] days if requested). 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 (within five [5] days if requested). The Bidder shall provide a list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rentSlease as may be required to complete this project. D. Financial (within five [5] days if requested). Bidding Documents o 6.2 Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of' the City has an interest in the Contractor. Examination of Contract Documents and Site. Access to the site shall be from State Highway 121, Coppell Road North, Freeport Parkway, Royal Lane and West Sandy Lake Road. It shall be the contractors responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or 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, ~vithout additional cost to the OWNER. 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 1-7 Bidding Documents 6.3 6.4 6.5 6.6 o comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstrnctions, it shall be the Contractor's rcsponsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complcte 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 allo~v for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for danTage to any utilities resulting front the construction of this project. 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 pcrtain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of thc Work and which Bidder deems necessary to determine its Bid for perforn~ing and furnishing the Work in accordance with the time, price and other tern~s and conditions of the Contract Documents. On request in advance, the 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 m~d restore the site to its tbrmer conditions, according to the City standards, upon completion of such explorations. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identi fled in the Contract documents. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon perfornfing 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. Interpretations and addenda. 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 operfing 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. ]-8 Bidding Documents 7.2 Addeuda may also be issued to modify thc Bidding Documents as dee~ned advisable by the Owner. 8. Contract Time. 8.1 The time of completion of the project will be set through the bidding technique used in the Proposal Form. A more detailed explanation of the bidding technique and completion time is given in Item 1.6 of the Specific Project Requirements. 8.2 Prior to the issuance of the Notice to Procced 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 the a Change Order or written amendment as specified in Item 1.36 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or-Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall ~vithin 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 projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. 1-9 Bidding Documents 11.2 12. 12.1 12.2 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. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. Bid Proposal. Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. The legal status of thc Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid FomT. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By 13. 14. If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in- fact. If signed by an 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 partners. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials I lO Bidding Documents 15. 16. 16.1 16.2 17. 18. may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 2:00 p.m., November 29~ 2005, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. 0-1105-01, and the name and address of the Bidder shall be submitted, if the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: West SandF Lake Road~ Phase 1 - Project No. ST 99-024 on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Modification and Withdrawal of Bids. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be exccuted) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 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 rcject any and all bids without qualification(s). More than one bid from an individual, fim~ 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. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 1.5 of the Standard Specifications for Public works will be rejected. Bids with more than 400 Calendar Days for the time of completion will be rejected. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. - 1 Il Bidding Documents 19. 19.1 19.2 19.3 19.4 Award of Contract. For the purpose of award, each bid submitted shall consist of two parts whereby: Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. Time Bid (B): (CD x Daily Value) = the product of the number of calendar days (CD) provided by the Contractor and the Daily Value established by the Owner. For the purposes of this Contract, the Daily Valne is $2,000.00. The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A) plus the Time Bid (B) according to the following formula: Total Bid = Base Bid (A) + Time Bid (B) Time Bid (B) from the preceding formula will no~t be used to determine the final payment to the Contractor. All payments will be based on actual quantities and bid unit prices. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/disincentive provision is established for this contract. The total incentive payment shall not exceed $200,000.00. A bid with more than 400 calendar days will be considered non-responsive and will be reiected. The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 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 snbmitted as requested by the Owner. The Owner also may consider the operating costs, maintenance ] - l 2 Bidding Documents 19.5 19.6 19.7 20. 21. 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 snbmitted prior to the Notice of Award. Thc 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 flemish the Work in accordance with thc Contract Docmnents to the Owner's satisfaction within the prescribed time. 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. If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 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 tttree (3) original signed contracts and a Certificate of Insurance. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. 23. 24. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 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 Calendar day count on the project shall commence within ten (10) calendar days a~er the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City ~vill provide the Contractor I 13 BiddingDocuments 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 timc of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. Thc successful bidders bid form will be used to develop a separated contract and will determine the extent of thc 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. 26. 27. 28. 29. 30. 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. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the temps, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the Owner. 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. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or reinspections. The Contractor shall notify the ENGiNEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. 1-]4 Bidding Documents 31. 32. 33. Overtime. "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing 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." Payment. 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. Documentation of existing conditions. Contractor must video and provide copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to Pay Item 1-5 General Site Preparation. - ! - 15 Bidding Documents BID FORM PROJECT IDENTIFICATION: West Sandy Lake Road ST 99-02A in Coppelt, Texas BiD OF Tiseo Paving Company (NAME OF FIRM) DATE November 29, 2005 THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q- 1105-01 The undersi~md BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance ;vith the other terms and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and h~structions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sigx~ and submit the Agreement with other documents required by the Bidding Requirements within fitieen (15) days after the date of OWNEWs Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fnlly set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: One Date: 11/18/05 Rec'd: 11/18/05 -- I 16 Bidding Documents lb) (c) (d) (e) 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, pro~ess, performance or furnishing of the Work. BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract docmnents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained thcrein 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 site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for thc completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have fidl responsibility with respect to physical conditions in or relating to such structures. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or fumishing 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. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar infonnation or data in respect of said Underground Facilities are or will be required by BIDDER in order to perforn~ 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. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. -- 1-17 Bidding Documents (h) (i) O) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or roles 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; BDDER 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. It is understood and agreed that the following quantities of ~vork to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set tbrth, except as provided for in the Contract Documents. Bidder understands that the work will be completed in multiple phases. Phasing will require several move-ins by utility and paving contractors. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. It is strongly recommended that each bidder visit the site prior to submitting a bid. Construction constraints exist, including traffic that could affect productivity. BIDDER will complete the Work for the follo~ving price(s): 1-18 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A [INIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price I-1 I LS Mobilization Complete In Place ()ne Hundred Thirty-six $136,000.00 $136,000.00 Thousand Dollars No Cents per LUMP SUM 1-2 1 LS Field Office Complete In Place Forty-three Thousand $43,500.00 $43,500.00 Five Hundred Dollars No Cents per I,UMP SUM I-3 1 EA City Monument Sign Complete In Place $38,000.00 $38,000.00 Thirty-eight Thousand Dollars No Cents ~er EACH I-4 2 EA Project Sign Complete In Place $550.00 $I ,100.00 Five Hundred Fifty Dollars No Cents Der EACH I-5 1 IrS General Site Preparation Complete In Place One Hundred Eighty $180,000.00 $180,000.00 Thousand Dollars No Cents )er LUMP SUM I-6 130 LF Remove Existing Concrete Curb or Concrete Curb & Gutter Complete In Place $10.00 $1,300.00 Ten Dollars No Cents per LINEAR FOOT 1-19 Bidding Documents West Sandy Lake Road, Phase 1 Project Nmnber: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price I-7 2880 SY Remove Existing Concrete Pavement Complete In Place $8.40 $24,192.00 Eight ____ Dollars Forty Cents per SQUARE YARD 1~8 150 SY Remove Existing Concrete Driveways and Sidewalks Complete In ?lace $13.00 $1,950.00 Thirteen Dollars No Cents per SQUARE YARD 1-9 15125 SY Remove HMAC Pavement Complete In Place $3.45 $52,181.25 Three Dollars Forty-five Cents per SQUARE YARD l-10 2 EA Remove & Relocate Existing Street Light Assembly Complete In Place $1,000.00 $2,000.00 i One Thousand Dollars No Cents ~er EACH 1-11 12015 CY Unclassified Street Excavation "Plans Complete In Place Quantity" $10.50 $126,157.50 Ten Dollars Fifty Cents ~er CUBIC YARD 1-20 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID [tern Unit Total No. Quantity Unit Description and Price in Words Price Price 1-12 29221 SY $" Lime Subg~rade Treatment Complete In Place $4.70 $I37,338.70 Four Dollars Seventy Cents per SQUARE YARD I- 13 614 TON Lime Complete In Place $100.00 $61,400.00 One Hundred Dollars No Cents ~er TON 1-14 10700 SY 8" Cement Subgrade Treatment Complete In Place $4.70 $50,290.00 Four Dollars Seventy Cents Der SQUARE YARD 1-15 225 TON Cement (In Slurry) Complete In Place $100.00 $22,500.00 One Hundred Dollars No Cents )er TON 1-16 590 SY 6" Reinforced Concrete Pavement with 6" Integral Curb Complete In Place $35.00 $20,650.00 Thirty-five Dollars No Cents >er SQUARE YARD 1- 21 Bidding Documents West Sandy l,ake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-17 35705 SY 8" Reinforced Concrete Pavement with 6" Integn'al Curb Complete In Place $28.95 $1,033,659.75 Twenty-eight Dollars Ninety-five _ Cents per SQUARE YARD 1-18 450 LF 6" Curb & Gutter Complete In Place Fifteen Dollars $15.00 $6,750.00 No Cents ~er I JlNEAR FOOT 1-19 260 LF Reinforced Concrete Street Header Complete In Place Ten Dollars $10.00 $2,600.00 No Cents per LINEAR FOOT 1-20 1440 SY Enhanced Pavement Complete In Place Seventy -three Dollars $73.00 $105,120.00 No Cents >er SQUARE YARD 1-21 20 EA Median Noses Complete In Place One Thousand Six $1,600.00 $32,000.00 Hundred Dollars No Cents >er EACH __ 1-22 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-22 3315 SY i" HMAC Pavement, Type B Complete In Place $16.50 $54,697.50 Sixteen Dollars Fift~ Cents )er SQUARE YARD I 23 1210 SY 4" HMAC Pavement, Type B Complete In Place $I2.10 $14,641.00 Twelve Dollars l'en Cents )er SQUARE YARD 1-24 4525 SY 2" HMAC Pavement, Type D Complete In Place $7.15 $32,353.75 Seven Dollars Fi fteen Cents >er SQUARE YARD 1-25 1320 SY Flexible Base Complete In Place S10.00 $13,200.00 Ten Dollars No Cents per SQUARE YARD ~26 980 SY 6" Reinforced Concrete Driveway Complete In Place $35.00 $34,300.00 : Thi_ry-five Dollars No Cents ~er SQUARE YARD 1-27 115 SY Repair/Replace Gravel Driveway Complete In Place $I0.00 $1,150.00 Ten Dollars No Cents )er SQUARE YARD _ 1-23 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A [INIT PRICE BID SCHEDULE BASE BID item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-28 4520 LF Street Light Conduit (2") Complete In Place $5.50 $24,860.00 Five Dollars Fifty Cents per LINEAR FOOT 1-29 3075 LF 4" PVC Conduit Sleeves (Irrigation) Complete In Place $7.50 $23,062.50 Seven Dollars Fifty Cents per LINEAR FOOT 1-30 1 LS Pavement Markings Complete In Place $4,000.00 $4,000.00 Four Thousand Dollars No _Cents ~er LUMP SUM 1-31 1281 EA 4" Round White Single Reflective Traffic Buttons Complete in Place $6.05 $7,750.05 Six Dollars Five Cents per EACH 1-32 560 EA 4" Round Yellow Double Reflective Traffic Buttons Complete In Place $6.50 $3,640.00 Six Dollars Fifty Cents per EACH _ 1-24 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-33 594 EA 4" Round White Non-Reflective Tra{'fic Buttons Complete In Place $2.35 $1,395.90 Two Dollars _Thirty-five Cents per EACH 1-34 196 EA 4" Round White/Red Reflective Traffic Buttons Complete In Place $2.35 $460.60 Two Dollars Thirty-five Cents per EACH -35 1 EA Type III Barricade Complete In Place $1,000.00 $1,000.00 One Thousand Dollars No Cents )er EACH 1-36 55 EA Roadside Sign Assembly (New Installation) Complete In Place $315.00 $17,325.00 Three Hundred Fifteen Dollars No Cents >er EACH 1-37 10 EA Roadside Sign Assembly (Relocation) Complete In Place $200.00 $2,000.00 Two Hundred Dollars No Cents ~er EACH _ 1-25 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99~02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Pr/ce 1-38 1 LS Furnish, Install, Maintain Traffic Control Devices Complete In Place One Hundred Twenty-five $125,000.00 $125,000.00 Thousand Dollars No Cents per LUMP SUM 1-39 1 LS Furnish, Install, Maintain and Remove Erosion Contols Complete In Place $40,000.00 $40,000.00 Forty Thousand Dollars No Cents )er LUMP SUM 1-40 l 10 SY 4" Reinforced Concrctc Sidewalk Complete In Place $30.25 $3,327.50 Thirty Dollars Twenty-five Cents )er SQUARE YARD 1-41 990 SY 6" Reinforced Concrete Trail/Bike Path Complete in Place $37.50 $37,125.00 Thirty-seven Dollars Fifty Cents ocr SQUARE YARD -42 12 EA Barrier Free Ramps Complete In Place One Thousand Eight $1,850.00 $22,200.00 Hundred Fifty Dollars No Cents ~er EACH 1-26 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-43 33 EA Street Light Foundation Complete In Place $600.00 $19,800.00 Six Hundred Dollars No Cents )er EACH -44 615 SF Segmental Retaining Wall Complete In Place $22.00 $13,530.00 Twenty-two Dollars No Cents )er SQUARE FOOT 1-45 1 LS Restore Parkways and Disturbed Areas Complete In Place $50,000.00 $50,000.00 Fifty Thousand Dollars No Cents per LUMP SUM 1-46 12040 SY Furnishing & Placing Topsoil (6") Complete In Place $4.75 $57,190.00 Four Dollars Seventy-five Cents oer SQUARE YARD 1-47 1 LS Repair, Replace and/or Modify Existing Irrigation Systems Complete In Place $25,000.00 $25,000.00 Twenty-five Thousand Dollars No Cents per LUMP SUM 1-48 3 EA Relocate/Adjust 12" Water Line Complete In Place Seven Thousand Five Hundred Dollars $7,500.00 $22,500.00 No Cents per EACtI 1-27 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: SI' 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Pr/ce 1-49 28 EA Adjust Existing Valve Box to Grade Complete In Place $150.00 $4,200.00 One Hundred Fifty _Dollars No Cents per EACH 1-50 10 EA Adjust Existing Water Meter and Meter Box Complete In Place $50.00 $500.00 Fifty Dollars No Cents ~er EACH I-51 2 EA Relocate Existing Water Service, Water Meter and Meter Box Complete In Place $550.00 $1,100.00 Five Hundred Fifty Dollars No Cents ~er EACH 1-52 1 EA Connect Existing Service to Existing 24" Water Line Complete In Place Two Thousand Three $2,300.00 $2,300.00 Hundred Dollars No Cents >er EACH I~53 4 EA Abandon Existing Water Seiwice Complete In Place Two Hundred Seventy Dollars $270.00 $1,080.00 No Cents ocr EACH 1-28 Bidding] Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-54 1 LS Abandon Existing Water Line Complete In Place $550.00 $550.00 Five Hundred Fifty Dollars No Cents )er LUMP SUM I-55 I EA Relocate Existing Air Release Vent and Box Complete in Place One Thousand Nine $1,900.00 $1,900.00 Hundred Dollars No Cents )er EACH 1-56 1 EA Relocate Existing Bloxv Off Pipe Complete In Place Two Thousand Three $2,300.00 $2,300.00 Hundred Dollars No Cents ~er EACH -57 1 EA Connect Existing 10" Water Line to Existing 24" Water Line Complete In Place Seven Thousand Eight $7,800.00 $7,800.00 Hundred Dollars No Cents per EACH 1-58 1 EA Connect Existing 6" Water Line to Existing 24" Water Line Complete In Place !Eight Thousand One $8,100.00 $8,100.00 Hundred Dollars No Cents )er EACH 1-29 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE B1D SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-59 5 EA 8" Water Line Stub-Out Complete In Place Four Thousand Four $4,400.00 $4,400.00 Hundred Dollars No Cents per EACH 1-60 2 EA 12" Water Line Stub-Out Complete In Place Thrce Thousand Six Hundred Dollars $3,600.00 $3,600.00 No Ccnts ,per EACH I-61 8 EA Salvage & Relocate Fire Hydrant & Valve Assembly Complete In Place Two Thousand Six $2,600.00 $20,800.00 Hundred Dollars No Cents >er EACH 1-62 1 EA Adjust Fire Hydrant Complete In Place $400.00 $400.00 Four Hundred Dollars No Cents )er EACH 1-63 1 EA Remove Fire Hydrant & Valve Assembly Complete In Place $500.00 $500.00 Five Hundred Dollars No Cents >er EACH _ 1-30 Bidding Documents West Sandy l,ake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-64 8 EA Adjust Existing Sanitary Sewer Manholes Complete In Place $500.00 $500.00 Five Hundred Dollars No Cents per EACH 1-65 45 LF Concrete Encasement of Sanitary Sewer Complete In Place $55.00 $2,475.00 Fifty-five Dollars No Cents per LINEAR FOOT 1-66 1288 LF 7' x 3' Reinforced Concrete Box RGB) Complete In Place $225.00 $289,800.00 Two Hundred Twenty-five Dollars No Cents >er LINEAR FOOT 1-67 762 LF 6' x 3' Reinforced Concrete Box (RCB) Complete In Place $187.00 $142,494.00 One Hundred Eight¥-sevenDollars No Cents )er LINEAR FOOT 1-68 205 LF 4' x 3' Reinforced Concrete Box (RCB) Complete In Place $130.00 $26,650.00 One Hundred Thirty Dollars No Cents oer LINEAR FOOT 1-31 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-69 333 LF 48" Reinforced Concrete Pipe (RCP) Complete In Place $121.00 $40,293.00 One Hundred Twent¥-on_eDollars No Cents per LINEAR FOOT 1-70 140 LF 36" Reinforced Concrete Pipe (RCP) Complete In Place $80.00 $11,200.00 Eight,/ Dollars No Cents >er LINEAR FOOT I-71 301 LF 33" Reinforced Concrete Pipe (RCP) Complete In Place $70.00 $21,070.00 SevenW Dollars No Cents per LINEAR FOOT 1-72 389 LF 30" Reinforced Concrete Pipe (RCP) Complete In Place $69.00 $26,841.00 Sixty-nine Dollars No Cents per LINEAR FOOT 1-73 998 LF 27" Reinforced Concrete Pipe (RCP) Complete In Place $52.00 $51,896.00 Fi fly-two Dollars No Cents )er LINEAR FOOT 1-32 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Itmn Unit Total No. Quantity Unit Description and Price in Words Price Price 1-74 677 LF 24" Reinforced Concrete Pipe (RCP) Complete in Place $47.00 $31,819.00 Forty-seven Dollars No __ Cents per LINEAR FOOT 1-75 540 LF 21" Reinforced Concrete Pipe (RCP) Complete In Place $42.00 $22,680.00 Forty-two Dollars No Cents )er LINEAR FOOT 1-76 274 LF 18" Reinforced Concrete Pipe RCP) Complete in Place S38.00 $10,412.00 Thirty-eight Dollars No Cents Der LINEAR FOOT 1-79 16 EA 10' Recessed Curb Inlet Complete In Place Two Thousand Four $2,400.00 $38,400.00 Hundred Dollars No Cents ~er EACH 1-80 6 EA 12' Recessed Curb Inlet Complete In Place Two Thousand Seven $2,700.00 $16,200.00 Hundred Dollars No Cents )er EACH 1-33 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE RID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-81 2 EA 14' Recessed Curb Inlet Complete In Place Three Thousand Two $3,200.00 $6,400.00 Hundred Dollars No Cents per EACH 1-82 2 EA 4' x 4' Drop Inlet Complete In Place Two Thousand Nine $2,900.00 $5,800.00 Hundred Dollars No Cents per EACH 1-81 1 EA 4' x 4' Grate Inlet Comp ete In Place Four Thousand Three $4,300.00 $4,300.00 Hundred Dollars No Cents mr EACH 1-82 4 EA Type A Storm Drain Manhole Complete In Place Three Thousand Five $3,500.00 $14,000.00 Hundred Dollars No Cents )er EACH 1-83 2 EA Type B Storm Drain Manhole Complete In Place $5,000.00 $10,000.00 Five Thousand Dollars No Cents Der EACH 1-84 2 EA Modified Type B Storm Drain Manhole Complete In Place Three Thousand Five $3,500.00 $7,000.00 Hundred Dollars No Cents ~er EACH 1- 34 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID item Unit Total No. Quantity Unit Description and Price in Words Price Price 1-85 5907 LF Trench Safety System Complete In Place $1.00 $5,907.00 One Dollars No Cents ~er LINEAR FOOT 1-86 25 SY Riprap, Type A Complete In Place $55.00 $1,375.00 Fifty-five _ Dollars No Cents per SQUARE YARD 1-87 150 SY Concrete Riprap Complete In Place $60.00 $9,000.00 Sixty _Dollars No Cents per SQUARE YARD 1-88 1 EA Headwall for Multiple Box Culvert Complete In Place $10,000.00 $10,000.00 fen Thousand Dollars No Cents ~er EACH TOTAL BID ITEMS BASE BID I-1 THRU 1-87 $3,620,940.00 T-1 EA Installation of Highway Traffic Signals Complete In Place Twenty Thousand Dollars No Cents per EACH $20,000.00 $60,000.00 __ 1-35 Bidding Documents West Sandy l,ake Road, Phase 1 Project Number: ST 99-02A [INIT PRICE BID SCHEDULE BASE BID item Unit Total No. Quantity Unit Description and Price in Words Price Price T-2 1 EA Traffic Signal Pole w/28 foot Mast Arm, Complete In Place Four Thousand Three Hundred Dollars S4,300.00 $4,300.00 No Cents per EACH T-3 i EA Traffic Signal Pole w/32 foot Mast Amx, Complete In Place Four Thousand Six $4,600.00 $4,600.00 Hundred Dollars No Cents per EACH %4 2 EA Fraffic Sigmal Pole w/36 foot Mast Ann Complete In Place Five Thousand Two $5,200.00 $10,400.00 Hundred Dollars No Cents )er EACH T-5 1 EA Traffic Signal Pole w/40 foot Mast Arm Complete In Place Five Thousand Four $5,400.00 $5,400.00 Hundred Dollars No Cents )er EACH T-6 3 EA Traffic Signal Pole w/44 foot Mast Arm Complete In Place Five Thousand Nine $5,900.00 $17,700.00 Hundred Dollars No Cents >er EACH 1-36 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price T-7 1 EA Traffic Signal Pole xv/48 lbot Mast Arm Complete In Place $6,000.00 $6,000.00 Six Thousand Dollars No _ Cents per EACH T-8 22 EA 3-Section Signal Head w/Backplatc Complete In Place Seven Hundred Twenty- $725.00 $1,595.00 fiveDollars No Cents T-9 3 EA 4-Section Signal Head w/Backplate Complete In Place Nine Hundred Twenty-fiveDollars $925.00 $2,775.00 No Ccnts ler EACH T-10 3 EA 5-Section Signal Head w/Backplate Complete In Place One Thousand Two Hundred Dollars $1,200.00 $3,600.00 No _Cents per EACH T-I 1 215 LF 2" PVC Conduit Complete In Place Six Dollars $6.00 $1,290.00 No Cents Der LINEAR FOOT %12 1160 LF 3" PVC Conduit Complete In Place Six Dollars $6.00 $6,960.00 No Cents per LINEAR FOOT T-13 23 EA Ground Boxes Complete in Place Six Hundred Fifty Dollars $650.00 $14,950.00 No Cents >er EACH ._ 1-37 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID item Unit Total No. Quantity Unit Dcscription and Price in Words Price Price T-14 3 EA Traffic Signal Controller Foundation Complete In Place $1,200.00 $3,600.00 :One Thousand Two ~undred Dollars No Cents %15 1498 LF 1Conductor #8 Bare Wire Complete In Place One Dollars $1.00 $1,498.00 No Cents ~cr LfNEAR FOOT T-16 128 LF 1Conductor #6 XHHW Wire Complete In Place One Dollars $1.00 $128.00 No Cents )er LINEAR FOOT T-17 1500 LF 1 Conductor #8 XHHW Wire Complete In Place One Dollars $1.00 $1,500.00 No Cents >er LINEAR FOOT T-18 90 LF 1 Conductor #12 XHHW Wire Complete In Place One Dollars $1.00 $90.00 No Cents per LINEAR FOOT T-19 1104 LF 5 Conductor #12 Gauge Wire Complete In Place Two Dollars $2.00 $2,208.00 No Cents per LINEAR FOOT T 20 687 LF 7 Conductor #12 Gauge Wire Complete In Place ?wo Dollars $2.00 $1,374.00 No Cents )er LINEAR FOOT 1-38 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price T-21 261 LF 10 Conductor #12 Gauge Wire Complete In Place Two Dollars $2.00 $522.00 No Cents )er LINEAR FOOT T-22 1307 LF 16 Conductor #12 Gauge Wire Complete In Place Three Dollars $3.00 $3,921.00 No Cents Der LINEAR FOOT T-23 1945 LF 3 Conductor # 18 Gauge Wire Complete In Place One Dollars $1.00 $1,945.00 No Cents per LINEAR FOOT 1-24 3 EA Power Service and Pedestal Equipment Complete In Place Three Thousand Five $3,500.00 $10,500.00 Hundred Dollars No Cents per EACH T-25 14 EA Pedestrian Push Button and Sign Assemblies Complete In Place $110.00 $1,540.00 One Hundred Ten Dollars No Cents per EACH T-26 3 EA Spread Spectrum Radio System ;Complete In Place Two Thousand Dollars $2,000.00 $6,000.00 No Cents Iper EACH _ 1-39 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price T 27 3 EA Yagi Spread Spectrum Radio Antenna and Mounting Brackets Complete In Place $450.00 $1,350.00 Four Hundred Fifty Dollars No Cents per EACH %28 276 LF SSR Coaxial Cable Complete In Place Four Dollars $4.00 $1,104.00 No Cents ~er L1NEAR FOOT %29 119 LF Traffic Signal Foundations Complete In Place One Hundred Eighty Dollars $180.00 $21,420.00 No _Cents Der LINEAR FOOT T-30 14 EA Pedestrian Si[,mal Sections Complete In Place Five Hundred Fifty Dollars $550.00 $7,700.00 No Cents per EACH T-31 3 EA Pedestal Pole Assemblies Complete In Place Seven Hundred Twenty~ $725.00 $2,175.00 fiveDollars No Cents T-32 3 EA Video Imaging Vehicle Detection System (VIVDS) Complete In Place $11,000.00 $33,000.00 Eleven Thousand Dollars No Cents per EACH T-33 2019 LF VIVDS Coaxial Cable Complete In Place Three Dollars $3.00 $6,057.00 No Cents per LINEAR FOOT 1-40 Bidding Documents West Sandy Lake Road, Phase 1 Project Number: ST 99-02A UNIT PRICE BID SCHEDULE BASE BID Item Unit Total No. Quantity Unit Description and Price in Words Price Price T-34 3 EA Opticom Detector Phase Selector Complete In Place Four Thousand Two $4,200.00 $12,600.00 qundred Dollars No _ Cents >er EACH 1'-35 9 EA Uni-Directional Opticom Detector Complete In Place Seven Hundred Fifty Dollars $750.00 $6,750.00 No Cents per EACH T-36 3 EA UPS System Complete In Place Twelve Thousand Dollars $12,000.00 $36,000.00 No Cents per EACH %37 9 EA Traffic Signal Confirmation Lights Complete In Place One Hundred Sixty Dollars $160.00 $1,440.00 No Cents ler EACH T-38 9 EA Furnishing Illuminated Street Sign qames Complete In Place T~vo Thousand Two $2,200.00 $19,800.00 ~undred Dollars No Cents )er EACH T-39 9 EA nstallation of Illuminated Street Sign Names Complete In Place $300.00 $2,700.00 Three Hundred Dollars No Cents ~er EACH TOTAL BID ITEMS BASE BID T-1 THRU T-39 $340,847.00 $100,000 TANGIBLE PERSONAL PROPERTY COST 1-41 Bidding Documents B 1D SUMMARY STB FOTAL B;[D ITEM5 [-1 TH~U t-~, SL~TOTAL BID ITEMS %1 THRU %39 TOTAL BID ITEMS BASE BID (A) TOTAL TLME BIZ) CALENT)AR DAYS TOTAL OF CALENDAR DAYS X S2,000 (B) BASIS FOR COM?ARISON OF BIDS (A) + (B)* s '4,-c(,, t, ?8? *The bid with the loxvest amount for (A) + (B) will be considered the low bid. The awarded contract amount will be on the basis of the Base Bid (A) only. NOTE: A TLME BID OF MORE THAN 400 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE A~ND WILL BE REJECTED. Corm-nunications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. BIDDER understands that the Owner is exempt 2om State Limited Sales and Use Tax on taz~gible personal property' to be incot?orated into the project. Said taxes are not included in the Contract Price (see tnstmctions to Bidders). 10. 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 meamngs assigned to them the General Conditions. The City of Coppell reserv'es the right to delete any portion of this project as it may deem necessary to stay within the City's available fsnds. Shonld the City elect to delete any portion, the contract quantities will be adjusted accordingly. PROPOSAL GU~NTY A Proposal Guaran~ shall be provided in accordance with Item 1.5 of the NCTCOG's Standard Specifications for Public Works Construction. SUBMITTED ON I~'d. ~q t'-L~05 Signature: -- 1 42 Bidding Documen~.s BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or ail commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF --7-17-Y,/X~ COUNTY OF~ LLI2t ~ BEFORE ME, the undersigned authority, a Notary Public in and for the State of ~g~_~ , on this day personally appeared ~'rZw ~4U9__ "'['isr~C'~ .... who after being by me Name duly sworn, did depose and say: _----r--. Ng{:t[e Name of Fire1 foregoing on behalf of the said am a duly authorized office/agent for and have been duly authorized to execute the Name of Firm Name and Address of Bidder: Telephone: (q-q'Z) 'k~q-oq Z-~ Title: '~0,c---co I ~v_ M-x- 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." by: .Signature:~~,~~ SUBSCRIBED AND SWORN to before me by the above named J~xg---r44 kfi~_~x.~,~2 C23 on this the r~O~4'~ day of b',[~q ~.v4.Va~';~ 20 ~ ~ l 43 Bidding Documents If BIDDER IS: An Individual By (Individual's Name) Phone No, _(Seal) doing business as Business address A Parlnership By_ (Seal) (Firm Name) (General Partner) Business address A Corporation ~x~ / (Corporation Name) Phone No. (State of Incorporation) (Name ofpe__~on authorized to sign) - (Corpora, e Seal Attest · ~ecretary) Business address _A Joint Venture Phone No. ~ ~F~) 7¢>.,Q ..x~_ ~ 9._ ~'~ By_ BZ (Name) (Address) (Name) (Address) (Each joint venture must sign. 2~te manner of signing for each md vidual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above) PREVAILING WAGE RATES Air Tool Operator ............................... 9.00 Asphalt Raker ................................. 9.55 Asphalt Shoveler ............................... 8.80 Batching Plant Weigher ....................... 11.51 Carpenter ....................................... 10.30 Concrete Finisher-Paving ..................... 10.50 Concrete Finisher-Structures ................... 9.83 Concrete Rubber ................................. 8.84 Electrician ....................................... l 5.37 Flagger ............................................. 7.55 Form Builder-Structures ........................ 9.82 Form Liner Paving and Ctlrb .................. 9.00 Fmax~ Setter-Paving and Curb .................. 9.24 Form Setter Stmctx~res ........................ 9.09 Laborer-Common ............................... 7.32 Laborer-Utility ................................... 8.94 Mechanic ......................................... 12.68 Oiler ............................................ 10.17 Servicer ......................................... 9.41 Painter-Structures ............................... 11.00 Pipe Layer ........................................ 8.98 Blaster ........................................... 11.50 Asphalt Distributor Operator .................. 10.29 Asphalt Paving Machine ..................... 10.30 Broom or Sweeper Operator .................... 8.72 Bulldozer ....................................... 10.74 Concrete Curing Machine ...................... 9.25 Concrete Finishing Machine .................. 11.13 Concrete Paving Joint Machine ............... 10.42 Concrete Paving Joint Sealer .................. 9.00 Track Driver Lowboy/Float ................... 10.44 Track Driver Transit Mix ...................... 9.47 Track Driver- Winch ............................ 9.00 Vibrator Operator-Hand Type .................. 7.32 Welder ........................................... 11.57 Concrete Paving Saw ................................ 10.39 Concrete Paving Spreader .................... : ...... 10.50 SliplYrm Machine Operator .......................... 9.92 ( fane, Clamshell, Backhoe, Derrick, Dragline, Shovel ........................... 11.04 Foundation Drill Operator Crawler Mounted ..... 10.00 Foundation Drill Operator Truck Mounted ....... 11.83 Front End Loader ..................................... 9.96 Milling Machine Operator ........................... 8.62 Mixer ................................................. 10.30 Motor Grader Operator Fine Grade ............... 11.97 Motor Grade Operator ............................... 10.96 Pavement Marking Machine ......................... 7.32 Roller, Steel Wheel Plant-Mix Pavements ......... 9.06 Roller, Steel Wheel Other Flatwheel or Tamping ......................................... 8.59 Roller, Pneumatic, Self-Propelled .................. 8.48 Scraper ................................................. 9.63 Tractor-Crawler Type ............................... 10.58 i'ractor-Pneumatic .................................... 9.15 Traveling Mixer ....................................... 8.83 Wagon-Drill, Boring Machine ..................... 12.00 Reinfi~rcing Steel Setter Paving .................... 13.21 Reintbrcing Steel Setter Structures ................ 13.31 Steel Worker- Strocmral ............................ 14.80 Spreader Box Operator .............................. 10.00 Wink Zone Banicade ................................. 7.32 Track Driver-Single Axle Light ..................... 8.965 Track Driver-Single Axle Heavy .................... 9.02 ~Yruck Driver -Tandem Axle Semi Trailer ......... 8.77 ]-45 Bidding Documents SECTION 2 CONTRA CT DOCUMENTS STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPUI,ATED PRICE THIS AGREEMENT is dated as of the,~l', ~ day of'r~l~j~,d.~ in the year 2005t by and bctween thc CITY OF COPPELL, TEXAS, a ~rki~cipal corpora 'ot~(hereinafter called OWNER) and Tiseo Paving Company 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 reconstruction of West Sandy Lake Road, Phase 1 extending from State Highway 121 to just east of' Coppcll Road North. This project ~vill include the removal of existing pavement, unclassified excavation, the construction of new pavement, the installation and/or adjustment related drainage, water and sanitary sewer improvements, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 99-02A. The Project for which the Work under the Contract Documents may bc the xvhole or only a part is generally described as follows: Construction of the '~VEST SANDY LAKE ROAD~ PHASE 1 PROJECT NO. ST 99-02A Bid No. Q-II05-01 Article 2. ENGINEER. The Project has been dcsismed by Teague, Nail and Perkins, Inc. Contract administration will be provided by the City of Coppell Engineering Dcpartment who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2 2 Contract Documents Article 3. CONTRACT TIME. 3.1. Thc Work will be completed within 300 calendar days from the date when the Contract time commences to ran 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. For the purposes of this pr~icct, an incentive/disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive/disincentivc as sct forth in Item 1.6 of the Specific Project Requirements. Article 4. CONTRACT PRICE. 4. I. OWNER shall pay CONTRACTOR Ibr completion of the Work in accordance with the Contract Documents in current fimds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with thc unit prices listed in Section I - Proposal and Bid Schedule. The contract sum shall be the amount of $3~961~787.00. 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 Paymcnt 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 thc basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on thc 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 ltcm 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. 2 3 C~ntract Documents 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 CONTL,\CTOR 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 carefiflly 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 subsurt:ace 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, repons, studies, or similar information or data are or will be required by CONTRACTOR for such purposcs. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on thc Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all 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 perfom~ and furnish the Work at the Contract Pricc, xvithin the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 1.3, 1.20 and 1.21 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies ~vith 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. 2-4 Contract Documentx Article 8. CONTRACT DOCUMENTS. Thc Contract Documents which comprise the entire agreement bet~veeo CONTRACTOR concerning the Work consist of thc following: 8.1. 8.2. OWNER and This Agreement (pages 2-2 thru 2-7, inclusive). Exhibits to this agreement (immediately following this Agreement, inclusive), including Perfommnce Bond, Payment Bond and Maintenance Bond. 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 (Third Edition). 8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2 thru 3-10, inclusive). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the "West Sandy Lake Road, Phase I - Project No. ST 99-02A for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: "West Sandy Lake Road, Phase 1 Project No. ST 99-02A for thc City of Coppell" 8.9. The following listed and numbered addenda: Addendum 1 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding 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. 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 ruay only be amended, modified, or supplemented as provided in items 1.37 and 1.38 of the General Provisions. 2 5 Contract Documents Article 9. MISCELLANEOUS. 9.l. Temxs used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents wile 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 bc assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from m~y duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2 6 Contract Documents Article 10. OTtlER PROVISIONS. IN WITNESS WHEREOF, OYVNER and CONTRACTOR have si~md this Agreement in triplicatc. 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 behalt~ This Agreement will be effective on (~.~,,t. - ~ Jt.e..t ~J~ OWNER: Ci~ of Coppell U- -CO(~ACTOR: 255 Parkway Boulevard '~ ~r~z~q I ~4~ ~-~. Coppell, TX 75019 ,2oafi BY: Address for givi~fotices: P.O. Box 9478 Coppcll, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineedn~Public Works BY; TITLE: ATTEST: ~ ~c, , c ~:~' .... c·.at Address for giving notices: (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2- 7 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of insurance, which will be executed and bound here with final documcnts. 2 8 Contract Documents ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YY) 12/27/05 PRODUCER Valenti Trobec Chandler Inc. 6054 Livernois 1-248-828-3377 Troy, MI 48098 Delano V&lenti P.O. Box 270040 Dallas, TX 75227 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA:National Union Fire Insurance Company INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRI POLICY EFFECTIVE,I POLICYDATE IMMIDD/yyIEXPIRATION ] c ~./...~"ERALUA"aU*Y *LO9907340 1~/01/05II 11/01/06 5ACHOCCURRENCE I$1,000,000 $300,000 ' PoL,oYl I,Loc I I AGG $ ~X] OCCUR ~] CLAIMS MADE AGGREGATE CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETFER: USA City of Coppell Dir of Engineering/Public Works Attn: Ken Griffin, P.E. P.O. Box 9478 Coppell, TX 75019 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZE D REP RESE NTATIVE /~___W.~~ ACORD 25-S (7~97) mtaylor ~ ACORD CORPORATION 1988 378025 o Powered BY certifica tesNo w TM IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the cedificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the cedificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7~97) Valenti Trobec Chandler Inc. 6054 Livernois Troy, MI 48098 USA City of Coppell Dir of Engineering/Public Works Attn: Ken Griffin, P.E. P.O. Box 9478 Coppell, TX 75019 USA This doc%unent was brought to you by Valenti Trobec Chandler Inc. via CertificatesNow. If you have questions regarding the content of this document, please contact the Producer/Agent listed on the certificate of insurance at 248-828-3377 or the Named Insured listed on the fozm. To find out how you can send and receive all of your certificates of insurance either by email, high speed fax or standard mail, call ConfirmNet toll-free at 877.669.8600, email customercare@confira~net.com, or visit our website at ~ww.confirn~et.com The data included in this notice and in the attached document is confidential to ConfirmNet and the party responsible for bringing you this information. Powered BY CertificatesNowr~ ACORD_ ._ CERTIFICATE OF LIABILITY INSURANCE I 12/27/05DATE '"' D YI PRODUCER ~alenti Trobec Chandler Inc. 6054 Livernois ~roy, MI 48098 0elano Valenti INSURED riseo Paving Company, Inc. P.O. Box 270040 Dallas, TX 75227 COVERAGES 1-248-828-3377 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA:National Union Fire Insurance Con~pany INSURER E~St Paul Travelers Insurance Co,any INSURER C: Zurich ~unerican Insurance Company INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATIO~ I CLAIMS MADE ~ OCCUR MED EXP (Anyone~3erson) $ 5,000 C AUTOMOBILE L~ABILITY r~9307347 11/01/05 11/01/06 A EXCESSLIABIUTY 3205621 11/01/05 11/01/06 EACH OCCURRENCE $ 10,000,000 X~ OCCUR ]~ CLAIMS MADE AGGREGATE $ 10,000,000 $ c WO.KERSCO"FBNS^T,O.^ND "C9507349 11/01/05 11/01/08 :<,IToRYL, M,T~I,.,,1%~' I B Leased/Rented Equipment QT660945X2322 11/01/05 11/01/06 Ded: $1,000 $ 250,000 Certificate Holder is Named Additionally Insured CERTIFICATE HOLDER City of Coppell D~r of Engineering/Public Works Coppell, T~ 75019 r ADDITIONAL INSURED;INSURER LETTER: USA CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES B E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILiTy OF ANY KIND UPON THE INSURER, Frs AGENTS OR REPRESENTATIVES, A 'ROR ED REPRESENTAT.E ACORD 25-S (7/97) rM:aylor (~ ACORD CORPORATION 1988 3780250 Powered BY certificatesNow~ IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) General Instructions For Bonds The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign thc bond with his usual signature on the line opposite thc scroll seal, and if signed in Maine, Massachusctts or New Hampshire, an adhesive seal shall be affixed opposite the signature. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. If thc principal or surety is a corporation, thc 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 exccuted and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. The date of this bond must not be prior to the date of'the contract in connection with which it is given. 2-9 Contract Documents PERFORMANCE BOND Bond No. 35BCSDQ1680 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company__ whose address is 419 E. Hwy 80 Mesquite, TX 75150 hereina~er called Principal, and Hartford Fire Insurance Gem_puny , a corporation organized and existing under thc laws of the State of Connecticut, and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a mumcipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of lhree Million Nine Hundred Sixty One Thousand Seven Hundred Eighty Seven Dollars and 00/Cents DOLLARS ($ 3,96~787.00 ) in Iawful money of the United States, to be paid in Dallas County, Texas, for the payment of wl'fich sum well and truly to be made, we bind ourselves, our heirs, executors, admirfistrato~ and successors jointly and severally, firmly by these presents. This Bend shall automatically be increased by the amomrt of any Change Order or Supplemental Agreement which increases the Contract price, but in no evcut shall a Change Order or Supplemental Agreement which reduces the Centract price dccrease 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 of , A.D. 20 __, which is made a par[ hereof by reference, tbr the construction '~fcertain public improvements that are generally described as follows: Construction of the: West Sandy Lake Road Project No. ST 99-02A Bid No. Q-1105-01 NOW, THEREFORE, if the Principal shall well, truly and 5aithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract docmnents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without ~mtice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of wlxich 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 fi.om all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. 2-/0 Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be perfbrmed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive noticc 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 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, Vemon's Armotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in Four (4) copies, each one of which shall be deemed an orS~nal, this the /0th dayo£ December 20 05 PRINCIPAL Tiseo Paving Company Title: SURETY Hartfo~ Fire Insurance Company,~ -- Title: Ki~thleen M. Irelan, Attorney-in-fact ~T ..... ~ ATTEST: A : ~ ~L~~' Resident Agent of the Strew in Dallas or Denton Core,W, Texas, for de/iveW of notice and se~ice of~e process is: N~E: William O. BirOsonq - ~illiam George & Associates ~D~SS: ~0000 ~. C~ntral Expressway Suite ~00 Dallas. TXJ.523~ NOTE.- Date of Petfor~nance Bond must be date of Contract.. If Resident Agent is not co~7)oration, give person's name. 2-11 Contract Documents PAYMENT BOND STATE OF TEXAS } Bond No. 35BCSDQ'1680 COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That liseo Pavin9 Company whose address is 4'19 E. Hwy 80 Mesquite, lX 75'150 hereinafter called Principal, tad Hartford Fire Insurance Comaonv , a corporation organized tad existing under the taws of the State of Connecticut , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a mtmicipal corporation organized and existing under thc laws of thc Statc of Texas, hereinafter called "Beneficiary", in the penal sum of Three Million Nine Hundred Sixty One Thousand Seven Hundred Eiqht¥ Seven Dollars and 00/Cents DOLLARS ($~3 961,787.00 '1 in lawfid money of the U~fited States, to be paid in Dallas County, Texas, for thc payment of which sum well tad truly to be made, we bind ourselves, our heirs, execntors, 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 su. rn of tiffs Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Con~act with the City of Coppell, dated the __ of , A.D. , which is made a part hereof by reference, for the construction of certain public improvements thal are generally described as follows: Construction of file: West Sandy Lake Road, Phase 1 Project No. ST 99-02A Bid No. Q-II05-01 NOW, THEREFORE, if thc Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if uny legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. A/ND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no chunge, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the PIans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, tad it does hereby waive notice of any 2 12 Contract Documents such change, extension ofthne, alteration or addition to the terms of the Contract, or to the Work to be pcrfonned thereunder. '['his Bond is ~ven pursuant to the provisions of ~xaficle 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 bc had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vemon's Annotated Civil Statutes oft. he State of Texas. IN WITNESS WHEREOF, this instrument is executed in Four (4) one of which shall be deemed an original, tkis the 20th day of December copies, each ,20 05 . PRINCI PAL SURETY Tiseo Paving Company By:~ - Title: ~KaM~'-~ _q c~-~ ~ 'PO_.E Sh bez ~T Hartford Fire Insurance Company Title: Kathleen M. Irelan, Attomey-in-fa_c_t ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: William D. Birdsong - William George & Associates P~)D~SS; 10000 N. Central Expressway Suite 1100 Dallas, TX 75231 NOTE. Date of Pefformance Boad must be date of Contract. If Resident Agent is not a corporation, give a person's 2-13 Contract Documents MMNTENANCE BOND STATE OFTEXAS } Bond No. 35BCSDQ1680 COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Tiseo Paving Company as Principal, and Hartford Fire Insurance Company , a corporation organized under the laws of Connecticut ., 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 *** Dollars and 00 Cents ($_ 00 ), for the pasanent of which sum will and truly be made unto said .~!~/of Coppell , and its successors, said principal and sureties do hereby bind themselves, tbeir assigns and successors jointly and severally. *** lhree Million Nine Hundred Sixty One Thousand Seven Hundred Eighty Seven Dollars arid 00/Cents THIS obligation is conditioned; however, that whereas, the said Tiseo Paving 9o__mpgn¥ has this day entered into a written contract with the said .._City of Coppel[ to build and construct West Sandy Lake Road, Phase 1 - Project No. ST 99-02A, which contract and the plans and specifications therein mentioned, adopted by the Teaque..l~all and Perkins are hereby expressly made a part thereof as through the same were v~itten and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstraction in wtmle 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 thercto constructed by the Contractor. it being understood that the purpose of this section is to cover all dcfcctivc 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 dags failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not fmlher effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full fome and effect, and said _~Cj_ty of Coppe_ll shall have and rcceive from the said Contractor and its' principal and sureties dmnages in the premises, as provided; and it is further a&,n-eed 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 that the obligation herein to maintain said work shall continue throughout said maintenance period, Contract Documcnt~' and the same shall not be changed, diminished or in any manner affected from any cause during said tiree. IN WITNESS WHEREOF, the said Tiseo Paving Company has caused these presents to be executed by Valenti Irobec Chandler, Inc. and the said Hartford Fire Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Kathleen M. Irelan ,hashcreuntoscthishand, the 20th dayof December ,20_ 05 PRINCIPAL Tiseo Pavin9 Company SURETY _ ~?ff. or~d__Fi?_lnsurance c~o~_pagy ~ Title: Kathleen M. Irelan, Attorney-in-fact WITNESS: ATTEST: NOTE: Date of Maintenance Bond inttst not be prior to date of Contract. 2-15 Insured's Name Insured's Mailing Address Policy Number IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS - TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: I $0 J Form B-3333-0 - © 2002, The Hartford Page 1 of I Direct Inquiries/Claims ~o: POWER OF ATTORNEY ~OND. T-4 690 ASYLUM AVENUE HA RTFORD, CONNECTICUT 12611 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: , A~enc~ Code: ~ Ha~f~rdFire~nsu~n~e~mpa~y~ac~t~rati~ndu~y~rga~iz~dund~r~h~ws~f~he8[at~C~necticu~ ~ Ha~ord Casual~ htsurance Company, a ~orat[on duly organized under 2m laws of lbo State of Indfana ~ Harold Accident and Indemni~ Company, a co¢oration duly organized under tl~e laws of thc State of Cmmecficut ~ Ha~ord Unde~ritem Insurance Company, a co.oration duly organi~cxt under thc la~rs ortho State o~Co~ccticut ~Twin C[~ Fire Insurance Company, a co.oration duly organized under the la~ u~thc State or h~diana ~ Ha~ord r~sura~ce Company of IIIi~ois, a co~m'ation duly organized under tEc laws of'the State o~lllinois ~ Ha~ordlnsuranceCompany of the Midwest, aco~mat~ndulyorganized underthelawsoftheSlateofh)diaaa ~ Harold Insurance Company of the Southeast, a co.oration duly o~anized under Ibc la~ of thc State of lqorida having ~heir home offi~ in HaAfo~, Conne~icut. (hereinafter collectively referred to as the "Companies") do hereby make, mnst~tute and ap~int, up to ~he amount of unlimited: D. A. Valent~, RobeR Trobec, KathIeen M. Irelan, lan ~ Donald. Jeffrey A. Chandler of Troy, M/ their true and lemur Aflomey(s)-in~Fact, each in their separate capacity if more than one is nam~ above, to sign its name as surety(~es} only as deli~eat~ above by ~, and tO execute, seal and acknowledge any and all bonds, undedakings, ~nlr~ and other written instruments in the nature thereof, on behalf of ~e Companies in their business of guara nteein9 the fidelity of persons, guaranteeing the ~fforman~ off contracts and ex~uttng or guaranteeing bonds and undedak[ngs required or pe~itted in any actions or pro~dings allowed by law. In Witness Whereof, and as authorized by a Resolution ef the Board of Dire~ors of the Companies on July 21, 2003 the Companies have caused these pre.rite 1o be signed by its Assistant ~ President and its corporate sea~s to be herald affixed, du~y a~ested by its Assistant Secreta~, Fu~hsr, pursuant to ~esolution of the Board of Directors of the Companies, the Companies hereby unambiguously affi~ that they are and will be bound by any mechanically applied signatures applied to this Power of Aflorney ~pyo~ePowerofA~omeyexecutedbysaidCompanies, which is still in full qome effe~ive as of ~ecemb~r 20~ 200~ Gary W. Siumpef, A~sistant Vice Pn~sident SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E C I T Y 0 F cor?Ei i 4 ,5 . ~ CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF THE STANDARD SPECI]FICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART 1: GENERAl, PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS ITEM 1.0 - DEFINITIONS SC-I.0 Engineer: The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, 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 Da,/: Add the following sentence to the end of the working days definitions: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing 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 and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 1.15 - SURETY BONDS SC-1.15 Add following sentence to Item 1.15 (A): 3 2 Standard Specifications Supplementaty Conditions "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period.' ITEM 1.16 - NOTICE TO PROCEED SC-1.16 Add following sentence to end of Item 1.16. "Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and 1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS SC-1.19 Add the following language at the end of the Item 1.19: "If there is any conflict bet~veen thc 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 o f 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: Geotechnical Engineering Study by CMJ Engineering, Inc, April 2001 (available upon request). 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 tile protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or 3-3 Standard Specifications Supplementary Conditions better, at his own cost and expense. This includes any and all irrigation systems, whetber or not they are identified on thc plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the per£ormance of this contract." ITEM 1.22 - CONTRACTORS RESPONSIBILITIES SC-1.22.5 Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor". ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC-1.24.2.1 Add thc following new Item 1.24.2.1 immediately after Item 1.24.2: "1.24.2.1 Should CONTRACTOR cause danlage to thc work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indenmify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attomeys 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 by 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 accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive 3 4 Standard Specifications Supplementa~T Conditions remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor." ITEM 1.26 - INSURANCE SC-1.26.6 Add the following new item: "1.26.6 if OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWN ER whether or not such other insurance has been procured by CONTRACTOR." SC-1.26.7 Add the following new item: "1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer ~vill have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES SC-1.27.4 Amend the first sentence of Item l ·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. ~ · ,~,~ ~,~^, ;~, .....~; ...... ,u .... ,;,,;~ ;.~;~,~a ^~ ,~ ..... ,~,~,:~ ~-~ Monumentation has been provided for establishing vertical and horizontal control. The Contractor shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the Contractor to 3-5 Standard Specifications Supplementary Conditions determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his rcsponsibility to perfom~ all Work in connection with Contract Drawings and Specifications and to 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 cxtension 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 thc end of the second paragraph of Item 1.33: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 1.36." ITEM 1.36 - DELAYS; EXTENSION OF TIME~ LIQUIDATED 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 ~vork 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 "except as provided below." Add the following sentence to the end of paragraph two in Item 1.37.1. "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 3-6 Standard Specifications Supplementary Conditions ITEM 1.49 - OWNER'S, EMPI,OYEES OR AGENTS SC-1.49-2 Replace Item 1.49.2 with the follo~ving new paragraph: "1.49.2 Conflict of Interest City Charter states that no o~'ficcr 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 thc City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one pement (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, o1' the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. Thc Contractor represents that no employee or officer of the City has an interest in the Contractor." ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES SC-1.58 Delete Item 1.58 and substitute the following in lieu thereof: "1.58 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City-owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use ora "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a 3 7 StandardSpecifications Supplementary Conditions PART II: breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supcrvision and materials not incorporated into the project." MATERIALS - DIVISION 2 MATERIALS ITEM 2.1.5 - TRENCH BACKFILL: (b) Types "B" and "C" (4) Additional Requirements (B) Additional Requirements for Type "C" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) pementage points above, optimum moisture content, using mechanical compaction methods unless othe~vise specified in the Plans. Water jetting may be used only with specific written permission of the Engineer." ITEM 2.1.6 - RIPRAP OR STONE MASONRY: (b) Materials and Dimensions (4) Mortar Riprap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387-83." ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEVOgRS: (a) General: Amend the first sentence, by striking the words "requirements for earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be approved by the Engineer". (b) Earth Bedding: Add the following sentence at the beginning of this paragraph: "Earth bedding will not be permitted without written approval of the Engineer." ITEM 2.2.2 - CHEMICAL ADMIXTURES: (d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. 3-8 Standard Specifications Supplementary Conditions PART Ill CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION ITEM 3.1.2 - CONSTRUCTION METItODS: Add the following sentence after thc second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 3.7.3 - DENSITY: Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." PART III DIVISION 4 - SUBBASE AND BASE COURSES ITEM 4.8.4 - CONSTRUCTION METHODS: (b) Compaction Amend the last sentence of the first paragraph, by striking the words: "90 percent of the maximum dry density of such material." and replace with the words "95 pement of the maximum dry density of such material, or as directed by Engineer. PART III DIVISION 5 - PAVEMENT/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 intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. (C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer". (2) Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 3 9 Standard Specifications Supplementary Conditions PART III ITEM 6.2.9 - inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." (h) Finishing. (1) Machine. Add the following para~aph at the cnd of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." (2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION 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." 3- I 0 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H F. C i T Y 0 F cOPi EI E SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas (Third Edition), prepared through the North Central Texas Council of Governments (NCTCOG). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional an~endments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. A.S.T.M. A.A.S.H.T.O. A.C.I. A.W.S. A.W.W.A. S.S.P.C. N.E.M.A. W.P.C.F. TX.DOT C.D.G.S. S.S.P.W.C.N.C.T. T.M.U.T.C.D. American Standards Association American Society of Testing Materials American Association of State Highway & Transportation Officials American Concrete Institute American Welding Society American Water Works Association Steel Structures Painting Council, Federal Specifications Treasury Department Underwriters Laboratories National Electrical Manufacturers Association Water Pollution Control Federation Texas Department of Transportation City of Dallas General Specifications Standard Specifications for Public Works Construction North Central Texas Texas Manual on Uniform Traffic Control Devices 4 2 Specific Project Requirements 1.1 1.2 1.3 1.4 1.5 1.6 OWNER: The "OWNE. R" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkxvay Boulevard, P.O. Box 9478, Coppell, Texas 75019. 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. STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance xvith the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#92-554), and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall apply. SITE: ]'he Contractor shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. PROJECT DESCRIPTION: This work shall consist of tho reconstruction of West Sandy Lake Road extending from State Highway 121 to just east of Coppell Road North. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the installation of related drainage, water and sanitary sewer improvements and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 99-02A. EXPLANATION OF CONTRACT TIME: In the event the Contractor completes the contract prior to the expiration of the Original Contract Time, the Owner will pay the Contractor an incentive payment of the Daily Value amount specified in Item 19 of the Instructions to Bidders in the Contract Documents for each calendar day the actual completion date precedes thc Original Contract Time and subject to the conditions set forth below. The term "Original Contract Time" as used in herein will mean the number of calendar days established by the Contractor for completion of the work of the Contract on the date the Contract was executed. The tern~ "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from connnencement of Contract Time regardless of weather, weekends, holidays, suspensions of Contractor's operations, delays or other events as described herein. For purposes of the calculation and the determination of entitlement to the incentive payment stated above, the Original Contract Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work perforn~ed, dismptions, permitting issues, 4 3 Specific Project Requirements actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the Original Contract Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incu~Ted by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault oF or a direct result of contractor negligence which may impact the critical path of thc project construction schedule, the Owner may choose to negotiate the extension or reduction of the Original Contract Time with the Contractor. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the Owner shall agree as to the number of calendar days to extend the Original Contract Time so that such extended Original Contract Time, will be used in calculation of any incentive payment. In the event the Contractor and Owner are unable to agree to the number of calendar days to extend the Original Contract Time, the Owner shall unilaterally determine the number of calendar days to extend the Original contract Time reasonably and necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Owner were arbitrary or without any reasonable basis. The Contractor shall have no rights under tfie Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in tlfis Provision. As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the Owner prior to expiration of the Original Contract Time. The Contractor shall notify the Owner in writing, with/n 30 days after the final acceptance of the Contract by the Owner, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the Contractor of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, kno~vn or unknown, against the Owner, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, 4-4 Specific Project Requirements 1.7 extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop draxving approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, extended or mxabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark-up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and ack~owledgement of satisfaction shall be all-inclusive and absolute, save and except any routine Owner final estimating quantity adjustments. Should the Contractor fail to actually complete the Contract and obtain final acceptance by the Owner prior to expiration of the Original Contract Time, or should the contractor, having timely completed the Contract and obtained final acceptance by the Owner prior to expiration of the Original Contract Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any payment whatsoever under this Article. Notwithstanding the Contractor's election or non-election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time. As noted in the plans, Coppell Road North may be completely closed to traffic for a maximum of 45 Calendar days between June 5, 2006 and August 11, 2006. Should the Contractor fail to comply with these requirements, the Contractor shall have no right to any incentive payment ~vhatsoever under this Article. Should the Contractor fail to complete the Contract on or before the expiration of the Original Contract Time, as adjusted in accordance with the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time. This deduction shall be the disincentive for the Contractor's failing to timely complete the Contract. This shall be strictly enforced. In the event the Contractor elects to exemise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, roles, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and 4-5 Specific Project Requirements 1.8 1.9 1.10 IAI 1.12 1.13 protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. SOIL INVESTIGATION: A geotectmical investigation report has been prepared and is available upon request. The Contractor shall visit the site and acquaint himself with the site conditions. 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 utilizing qualified survey personnel. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the rc-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking ~vhich shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross- sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Owner does not alleviate the contractors' responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items. SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the Engineer shall be $500.00 each payable to the Owner. If 46 Specific Project Requirements 1.14 1.15 damage is occurring or is likely to continue, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such supenntendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be rcsponsible for supervision of all work performed by the subcontractor at all times during construction. WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to Fumish, Install and Maintain Traffic Control Devices. The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of- way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the contractor shall take into account that the project will be constructed in multiple phases. The contractor shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The Contractor's responsibility for providing and maintaining fiagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the Owner. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to fumish 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. 4-7 Specific Project Requirements 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 measurcs in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to pay item 1-48 - Traffic Control. 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: 1.17 1.18 1.19 hi regards to existing utilities, structures and other property within, crossing or adjacent to the site, the Contractor understands and accepts the following conditions: Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. After commencing the work, the Contractor will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of ali items not indicated. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. DRAINAGE: The Contractor shall maintain adequate drainage at all times. PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. CLEANUP: 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 4-8 Specific Project Requirements 1.20 1.21 1.22 1.23 job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the Owner. Final. Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Eng/neer 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. 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. DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the Contractor. Any required burning and/or disposal permits shall be the sole responsibility of the Contractor. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the Contractor. WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4-9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable aher 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 drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 2. 3. 4. Field measurements. Field construction criteria. Catalog numbers and similar data. Conformance with specifications. 4 lO Specific Project Requirements 1.6 Coordinate each submittal with requirements of the work and of the Contract Documents. Begin no work that 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. SUBMISSION REQUIREMENTS: Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the contractor requires, plus four that will be retained by the Engineer. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re-submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. l 3. Seal and signature of a register engineer on all structural submittals. D. REVIEW: Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. 4 I ] Spec~c Project Requirements 1.7 1.8 Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so dcsignated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. RESUBMISSION REQUIREMENTS: Make any corrections or changes in the submittals required by the Engineer and resub~nit until accepted. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the Engineer. ENGINEER'S RESPONSIBILITIES: Review submittals with reasonable promptness. Affix stamp and initials or signature, and indicate requirements for re-submittal, or acceptance of submittal. Return submittals to Contractor for distribution, or for resubmission. 4~12 Specific Project Requirements SECTION 5 DESCRIPTION OF PAY ITEMS T H E C I T Y 0 F CO??ELL SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand thc scope of work involved in the Pay Items. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any signs, with the exception of the new sign paid under various Bid ltems, (b) removal of spoils, (c) water for construction, (d) surveying to re-establish grade, (d) maintenance of streets during construction, (e) sprinkling for dust control, (f) any other incidentals necessary to complete the work.. Construction Pay Items: Pay items as listed in the proposal shall be measnred and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Third Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction - North Central Texas Third Edition, as prepared by the North Central Texas Council of Governments, the City of Coppell Standard Construction Details (Ord. #92-554), and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Items #1-1 Mobilization: This pay item shall consist of mobilization and deinobilization for the construction of the project. The project shall be constructed in phases as shown in the plans. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, supplies, materials, and personnel on the job site ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5%) of the Base Bid {A) amount~ exclusive of this pay item (adiusted contract amount). Measurement and Payment shall be as follows: Ten percent (10%) of the amount bid shall be paid with the first pay estimate. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the 5 2 Description of Pay Items 2.2, 2.3. 2.4. 2,5. next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Items #I-2 Field Office This pay item shall consist of the furnishing of a field office for the duration of the project. The office shall be localed at a site convenient to thc Sandy Lake Road right-of-way. The contractor shall negotiate with the property owners for the site location. The contractor shall maintain at the ficld office at all times a complete set of plans, specifications, approved shop drawings, SWP3, NOI, and all other details pertaining to the work. Office shall bc large enough to accommodate both the Contractor m~d the Owner's representative. The office shall have telephone, electrical, water, sanitary facilities, heating, cooling and furnishings. Measurement and Payment shall be as follows: 50% of lump sum bid for field office shall be paid when office is set up and functioning according to the applicable specifications. On all subsequent pay estimates, pay~nent of the remaining 50% shall be prorated on the basis of the value of the adjusted contract amount, less retainage. Payment shall be total compensation for furnishing a field office and property leasing. Pay Items #I-3 City Monument Sign: This pay item shall consist of the furnishing and installation of a City Entrance Sign on the west end of the project in the location as shown in the plans. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. All landscaping shown in the details shall be omitted from this project. The conduit for lighting and irrigation are subsidiary to this pay item. Because of changing soil conditions, the Contractor ~vill be required to obtain a site specific geotechnical evaluation in order to verify that the pier sizing and locations shown on Sheet S-1 are adequate for the proposed entry sign. The geotechnical evaluation is subsidiary to this pay item. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #I-4 Project Sign: This pay item shall consist of the installation of a project sign on each end of the project. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City will furnish the City logo for the sign. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #I-5 General Site Preparation: Tiffs work includes the clearing and grubbing and removal of vegetation in all areas within the project limits requiring such work, including work within the right-of-way and any adjacent property that is necessary to complete the work as shown on the plans, or as deternfined by the 5 3 Description of Pay Items 2.6. Engineer, in accordance with thc appropriate details and specifications, including NCTCOG Item 3.1 & 3.2. All vegetation within thc paving limits shall be removed. Any tree labeled for removal in the plans shall be confirmed with the Engineer prior to removal. Tree reinoval shall include all pruning, felling, stump removal, mulching of leaves and limbs necessary to safely remove any tree approved for removal. Once work has cornmenced on the removal of a tree approved for removal, it shall not cease until the remnants of the tree are completely mulched and laxvfully removed from the project site. All debris and mulch from the removal of trees shall be disposed of in a legal manner. This item shall also include the protection of any trees, shrubs, fences, structures, signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. Disposal of said ~naterial will be at the CONTRACTOR's sole expense. This work shall also include: (a) The removal of all existing drainage pipe, culverts ranging in size between 18" RCP to 8'x3' RCB, headwalls, inlets and other related drainage structures and/or appurtenances; and (b) The removal of existing pavement markings and traffic buttons. These items of work will not be paid for directly but shall be considered subsidiary to this pay item. Any item indicated in the plans to be remove for which there is no specific pay item shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials furnished related to general site preparation, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Due to the two phases of construction sequencing for this project, no more than half (50%) of this item shall be paid for upon completion of the site preparation for the first phase of construction. The remaining portion will be paid upon completion of the site preparation of the second phase of construction. Pay Items #I-6 Remove Existing Concrete Curb or Concrete Curb & Gutter: This work includes the removal (and disposal) of existing concrete curb or curb & gutter at the locations shown on the construction plans (along Royal Lane) or as determined by the Engineer, in accordance with the appropriate details and specifications. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be removed and replaced at the CONTRACTOR's expense. Concrete to be removed shall be sawed full-depth through the existing reinforcement along even straight lines as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 8.8. Once concrete improvements are removed, exposed surfaces shall be roughened to allow adequate bonding of new concrete. Epoxy grout #3x24" dowel bars into end of existing concrete. This 5 4 Description of Pay Items 2.7. operation shall be inspected and approved by the Engineer prior to place~nent of new concrete. NOTE: The removal of concrete curb that is integral or adjacent to any concrete or asphalt pavement or driveway, which is to be removed as part of this project, shall not be paid for directly but shall be considered subsidiary to the pay item for "Remove Existing Concrete Pavement", "Remove Existing Concrete Driveways and Sidewalks", or "Remove Existing HMAC Pavment". Measurement and Payment for work performed and materials furnished related to the removal of concrete curb or curb & gutter, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by CONTRACTOR and by OWNER's representative prior to removal. Pay Items #1-7 Remove Existing Concrete Pavement: This work includes the removal (and disposal) of existing concrete pavement at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be removed and replaced at the CONTRACTOR's expense. Concrete to be removed shall be sawed full-depth through the existing reinforcement along even straight lines as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 8.8. Once concrete improvements are removed, exposed surfaces shall be roughened to allow adequate bonding of new concrete. Epoxy grout #3x24" dowel bars into end of existing concrete. This operation shall be inspected and approved by the Engineer prior to placement of new concrete. The thiclmess of the existing concrete is unknown. NOTE: The removal of concrete curb that is integral to any concrete pavement, which is to be removed as part of this work, shall not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials furnished related to the removal of concrete pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by CONTRACTOR and by OWNER's representative prior to removal. Pay Items #I-8 Remove Existing Concrete Driveways and Sidewalks: This work includes the removal (and disposal) of existing concrete driveways and sidewalks at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be removed and replaced at the CONTRACTOR's expense. Concrete to be removed shall be sawed full- s-5 Description of Pay Items 2.9. 2.10. depth through thc cxisting reinforcement along even straight lines as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 8.8. Once concrete improvements are removed, exposed surfaces shall be roughened to allow adequate bonding of new concrete. Epoxy grout #3x24" dowel bars into end of existing curb. This operation shall be inspected and approved by the Engineer prior to placement of new concrete. The thickness of the existing concrete is unknown. NOTE: The removal of concrete curb that is integral to any concrete driveway, which is to be removed as part of this project, shall not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials famished related to the removal of concrete driveways and sidewalks, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by CONTRACTOR and by OWNER's representative prior to removal. Pay Items #1-9 Remove HMAC Pavement: This work includes the removal and disposing of existing asphalt pavement and adjacent curb and gutter (if present) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be removed and replaced at the CONTRACTOR's expense. Asphalt to be removed shall be sawed fall-depth along even straight lines as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 8.8. This does not include the removal of any HMAC pavement associated with temporary pavement necessary for traffic control. This will be paid for under Pay Item 1-39. The thickness of the existing asphalt is unknown. Measurement and Payment for work perforated and materials furnished related to the removal of HMAC pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by CONTRACTOR and OWNER's representative prior to removal. Pay Items #I-10 Remove & Relocate Existing Street Light Assembly: This work includes the removal and relocation of the existing street light assembly at the intersection of Royal Lane and Sandy Lake and on Oakbend Drive, as indicated on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. This work shall also include: (a) all coordination necessary with TXU and the City of Coppell; (b) the removal, salvaging and temporary storage of the existing street light pole assembly; (c) the removal of the existing street light foundation; (d) the construction of a new foundation; (e) the removal and replacement of ail wiring, conduit, 5-6 Description of Pay Items 2.11. pull boxes, etc. as required to complete the relocation; and (f) the repair and/or replacement of any damage to the existing pole, light fixture and/or appurtenances. These items of work will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work perfornmd and materials furnished related to the removal and relocation of the existing street light assembly, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #1-11 Unclassified Street Excavation: This work includes the excavation of all areas within the right-of-way and adjacent property, including the placement and compaction of embankment (per NCTCOG Item 3.7), as required to construct and complete the roadway improvements to the proposed line and grade, as shown on the construction plans or as detenfuned by the Engineer, in accordance with the appropriate details and specifications. This item also includes all work necessary to finish parkways (per NCTCOG Item 3.4). This is a "plans quantity" measurement Item and the quantity to be paid for will only be that quantity shown in the proposal and on the "Summary of Estimated Quantities" in the plans. Payrnent shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 3.3, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Any damage to existing improvements and/or property, including manholes, underground utilities, utility service lines, valves, valve boxes, etc. as a result of the CONTRACTOR's performance of this work shall be repaired in a timely manner by the CONTRACTOR, at his sole expense. 2.12. Pay Items #I-12 Borrow Material: This item includes the removal, transport, placement and compaction of borrow material required for this project, in accordance with the appropriate specifications, including NCTCOG Item 3.6. Fill shall be placed and compacted (nfinimum 95% of maximum dry density) in accordance with the geotechnical report and the City of Coppell and/or NTCOG specifications. All borrow material shall originate fi.om borrow areas/sources approved by the OWNER. Borrow material shall be a select sandy-clay to clayey-sand with a Liquid Limit less than 45 and a Plasticity Index between 6 and 20, unless other~vise approved by the Engineer. This is a "plans quantity," measurement Item and the quantity to be paid for will only be that quantity shown in the proposal and on the "Summary of Estimated Quantities" in the plans. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 3.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-7 Description of Pay Items 2.13. 2.14. 2.15. Pay Items #I-13 8" Lime Subgrade Treatment: This work includes treatment of the top 8" of subgrade by pulverization, addition of lime, mixing and compacting, and remixing and recompacting the top 6" of the mixed material to the required density. Subgrade shall be constructed to the lines and grades as required by the construction plans, in accordance with the appropriate details and specifications. Lime treatment shall be provided under all proposed concrete pavement, median pavement, curbs, concrete valley gutters and HMAC pavement, west of STA 42+50 as indicated on the plans, unless noted othcrwise or approved otherwise by the Engineer, and shall extend to a point at least one-foot behind the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall maintain the proper moisture content in the subgrade to prevent drying and cracking, until covered by paving material. An application of emulsified asphalt curing sealant shall be applied, after final rolling, at a rate of 0.15 gallons per square yard (NCTCOG Item 4.6.5). Measurement and Payment for work performed and materials furnished related to lime subgrade treatment, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 4.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #I-14 Lime: This work includes the furnishing of the lime material to be used for lime subgrade treatment, in accordance with the appropriate specifications. All lime shall be placed in a slurry form. Lime to be used for this project shall be placed at a rate of 42# per square yard, unless approved otherwise by the Engineer. Measurement and Payment for work performed and materials furnished related to lime material for subgrade treatment, as provided herein, shall be made on the basis of the price bid per ton (TON) in accordance with NCTCOG Item 4.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #1-15 8" Cement Subgrade Treatment: This work includes treatment of the top 8" of subgrade by pulverization, addition of cement, mixing and compacting, and remixing and recompacting the top 6" of the mixed material to the required density. Subgrade shall be constructed to the lines and grades as required by the construction plans, in accordance with the appropriate details and specifications, including Item 275 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Cement treatment shall be provided under all proposed concrete pavement, median pavement, curbs, concrete valley gutters and HMAC pavement east of STA 42+50, unless noted otherwise or approved otherwise by the Engineer, and shall extend to a point at least one-foot behind the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall maintain the proper moisture content in the subgrade to prevent drying and cracking, 5-8 Description of Pay Items until covered by paving material. An application of emulsified asphalt curing sealant shall be applied, after final rolling, at a rate of 0.2 gallons per square yard (Item 275.4G). Measurement and Payment for work performed and materials furnished related to cement subgrade treatment, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance Item 275.5 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of High~vays, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.16. Pay Items #I-16 Cement: This work includes the furnishing of the cement material to be used for cement subgrade treatment, in accordance with the appropriate specifications. All cement shall be placed in accordance with Item 275 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Cement to be used for this project shall be placed at a rate of 42# per square yard and in SLURRY FORM, unless approved otherwise by the Engineer. Measurement and Payment for work performed and materials furnished related to cement material for subgrade treatment, as provided herein, shall be made on the basis of the price bid per ton (TON) in accordance with Item 275.5 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.17. Pay Items #I-17 & 1-18 6" & 8" Reinforced Concrete Pavement with 6" Integral Curb: This work includes the construction of the specified thickness of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. The 6" monolithic curb, where indicated is subsidiary to this pay item, therefore, no separate payment will be made for the curb. All concrete, excerpt for City approved "leave outs", shall be placed with a self-propelled paving machine. At locations indicated on the plans, lay down curbs shall be constructed and shall be considered subsidiary to this pay item. The lay down curb shall consist of a 10' taper from a 6" curb to no curb with a 1" lip. CONTRACTOR shall pay close attention to NCTCOG Item 5.8.2(e)(2) "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracldng. Failure to perform the work in compliance with these requirements and those in 5-9 Description of Pay Items Item 5.8.2(e)(2) will subject the slab to rejection. All joints shall be spaced a maximum of 15-18 feet apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Measurement and Payment lbr work perfonncd and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 5.8.7, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.18. Pay Items #I-19 6" Curb & Gutter: This work includes the construction of 6" curb and gutter at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash xvill be permitted. Curb and gutter adjacent to proposed pavement shall be constructed as monolithic curb and gutter and no separate payment shall be made. Measurement and Payment for work performed and materials furnished related to the construction of 6" curb and gutter, as provided herein, shall be made on the basis of the price bid per linear foot (LF), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.19. Pay Items #I-20 Reinforced Concrete Street Header: This work includes construction of concrete street headers across the end of proposed pavements at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 8.5. Street headers shall be constructed monolithic with the concrete pavement. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. Measurement and Payment Measurement for work performed and materials furnished related to the construction of reinforced concrete street headers, as provided herein, shall be made on the basis of the price bid per linear foot (LF) in accordance with NCTCOG Item 8.5.4, and shall be total compensation for furn/shing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.20. Pay Items #I-21 Enhanced Pavement: This pay item shall consist of the installation of stamped concrete in the median noses and crosswalks in the locations as shown in the plans. Stamped concrete in the roadway crosswalks shall be 8" and concrete in the medians shall be 6". Color shall be Red Clay Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite Integral Color with Cobblestone 5-I0 Description of Pay Items 2.21. 2.22. Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after revicw of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) of stamped concrete of the thickness specified and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The preparation of any test sections is considered subsidiary to this pay item. Pay Items #I-22 Median Noses: This pay item shall consist of the installation of sloped median noses at all median noses along the project in accordance with the applicable standards and specifications, including 2130 and 2140. Median nose paving is shown only as to the location on the plans. The actual distance to be paved is shown on Standard Detail 2140. The minimum distance from median nose to end of enhanced pavement shall be 22 feet. All median noses shall have a 7' sloped concrete nose per Standard Detail 2140. Measurement and Payment shall be made on the basis of price bid per each (EA) of median nose regardless of size or area of median nose, and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The preparation of any test sections is considered subsidiary to this pay item. Pay Items #I-23, 1-24, & 1-25 6", 4" & 2" HMAC Pavement: This work includes the construction of the specified thickness of HMAC pavement (including an asphalt curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Items 2.4.13 and 5.7. HMAC pavement shall be constructed to provide a smooth transition (horizomally & vertically) from the proposed concrete pavement to existing asphalt pavements. HMAC curbs, where shown, shall be constructed of the same material as the pavement and shall be formed to the shape of the adjoining curb to the extent possible. Measurement and Payment for work performed and materials furnished related to the construction of HMAC pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY), but otherwise, in accordance with NCTCOG Item 5.7.5 and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.23. Pay Items #I-26 Flexible Base: This work includes the construction flexible base under asphalt pavements at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 4.5. Measurement and Payment for flexible base work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per 5-1 l Description of Pay Items 2.24. square yard (SY) in accordance with NCTCOG Item 4.5.3, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #1-27 6" Reinforced Concrete Driveway: This work includes constmction of concrete drivexvays at the locations shown in the construction plans or as detcmfined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 8.3. All concrete used for driveway construction shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be pemfitted. The 6" monolithic curb is included and no separate payment will be made for the curb. Measurement and Payment for reinforced concrete driveway work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 8.3.4, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.25. Pay Items #I-28 Repair/Replace Gravel Driveway: Th/s work includes repairing or replacing existing gravel driveways to an equal or better condition than prior to construction, in accordance with the appropriate details and specifications, including NCTCOG Items 2.1.3 and 4.5. The extent of repair/replacement shall be as shown in the construction plans or as determined by the Engineer. The material used shall be gravel base or flexible base as specified in NCTCOG Item 2.1.3. The base material shall be placed at a thickness as required to provide a smooth transition and an even finished grade. Where the thickness exceeds 6 inches the base material shall be constructed in two or more courses of equal thickness. The minimum compacted thickness shall be 3 inches, unless approved otherwise by the Engineer. Measurement and Payment for gravel driveway work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY), in accordance with NCTCOG Item 4.5.3, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.26. Pay Items #I-29 & 1-30 PVC Conduit, Sleeves and Pull Boxes: This work includes the placement of PVC conduit and sleeves of various sizes at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including embedment, backfill and all required fittings and connections. Electrical conduit shall be in accordance with all applicable electrical codes and TXU specifications and details. PVC conduit sleeves shall be Schedule 40 and shall have a minimum cover of 24 inches. All pipe joints shall be solvent welded and the ends of the conduit shall extend a minimum of 2 feet beyond the back of curb or edge of pavement before terminating. The ends of the conduit sleeves shall either terminate in a pull box or be 5-12 Description of Pay Items 2.27. 2.28. turned up and capped at a grade at least 2 feet above the proposed finished grade for the adjacent ground, as shown on the plans or as determined by the Engineer. Measurement and Payment for PVC conduit sleeve work performed and materials furnished completed and in place as provided herein shall be on the basis of the price bid per linear foot (LF) for the various sizes of sleeves. Measurement shall be along the center line of the pipe actually laid. Payment shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #I~31 Pavement Markings: This work includes the placement and installation of all pavement markings (stop bars, striping, words, symbols shapes, etc.) as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Items 666 & 668 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface preparation (including sealing), as required by these specifications, will not be paid for directly but shall bc considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing markings that are not in alignment or sequence. Measurement and Payment for pavement markings work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #I-32, 1-33, 1-34, & 1-35 Traffic Buttons: This work includes the placement and installation of all traffic buttons (raised pavement markers) for traffic delineation, as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Item 672 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing buttons that are not in alignment or sequence. Manufacturer's recommendations for use of the epoxy and/or bituminous adhesive shall be carefully followed. Measurement and Payment for traffic button work performed and mater/als furnished completed and in place as provided heroin shall be made on the basis of the price bid per each (EA) for the various types and sizes and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.29. Pay Items #I-36 Type Ill Barricade: This pay item shall consist of furnishing and the installation of Type III bamcades in the locations as shown in the plans. Barricade shall be mounted on posts cemented in the ground a minimum of two feet. Description of Pay Items Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for thmishing all materials, tools, equipment, labor, and m~y other incidentals necessary to complete the work. 2.30. Pay Items #1-37 Roadside Sign Assembly (New Installation): This work includes the furnishing and installation of the new roadside sign assemblies in locations as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications. Measurement and Payment for roadway sign assembly (new installation) work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA).. Installation, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.31. Pay Items #I-38 Roadside Sign Assembly (Relocation): This work includes the removal, temporary handling and storage, cleaning and relocation of existing roadside sign assemblies in locations as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications. Measurement and Payment for roadway sign assembly (relocation) work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA). Relocation, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.32. Pay Item #I-39 Furnish, Install and Maintain Traffic Control Devices: This work includes furnishing, installing and maintaining the required traffic control devices during each phase of construction as shown and/or indicated on the plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including the TMUTCD. Inclusive with this pay item is the requirement for adequate notification and instruction (i.e., printed notices delivered to individual homes and businesses, electronic message boards, signage, etc.) to be given to adjacent property owners and to the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. This work also includes the use of flagman, if necessary, to control traffic in an orderly manner as it enters, exits and/or passes tttrough the construction area, as well as the installation and removal of all temporary riding surfaces. Additionally, the Contractor shall maintain the existing asphalt roadway and temporary riding surfaces in a safe driving condition at all times during construction. Measurement and Payment for traffic control work performed and materials furnished shall be made on the basis of the price per price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete all phases of the work. 2.33. Pay Item #I-40 Furnish, Install, Maintain and Remove Erosion Controls: 5-14 Description of Pay Items 2.34. This pay item shall consist of furnishing, installing, maintaining and removing erosion controls throughout the duration of the project in accordance with the Texas Commission on Environmental Quality pcrmitting requirements for construction projects that disturb one (1) or more acres. Under the Texas Pollution Discharge Elimination System (TDPES) general construction permit TXR 150000, the operator with control of construction plans and specifications (Owner) and the operator with day-to-day operational control (Contractor) are required to obtain a pemfit for the discharge of storm water runoff. The Contractor shall be required to prepare and implement a single comprehensive site specific Storm Water Pollution Prevention Plan (SWP3) for the entire construction site. The O~vner and the Contractor shall independently: (1) sign the SWP3, (2) submit an NOI, and (3) post a site notice as part of the permit. The SWP3 must describe and insure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and stom~ water discharges associated with the construction activity and insure compliance with the terms and conditions of the permit. The SWP3 must clearly indicate ~vhich operator is responsible for satist~ng each shared requirement of the SWP3. The SWP3 shall be subject to approval by the Owner and must be retained on-site during the term of the construction. Notice must be posted if the SWP3 is retained off-site. A Texas Registered Professional Engineer must sign and seal the Erosion Control Plan (ECP) submitted as part of the SWP3. The Owner and Contractor shall independently submit a Notice of Termination upon completion of the project. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWP3. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the term of construction. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work and payment shall be prorated throughout the term of construction based on the calendar days. Pay Items #I-41 4" Reinforced Concrete Sidewalk: This work includes construction of concrete sidewalks at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for sidewalk shall be Class "A" concrete with a minimum cement content of 5.5 sacks per cubic yard and minimum compressive strength of 3,500 psi at 28 days. No fly ash will be permitted. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. Measurement and Payment for reinfomed concrete sidewalk work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 8.3.4, and shall be total 5 15 Description of Pay Items compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete thc work. 2.35. Pay Items//I-42 6" Reinforced Concrete Trail/Bike Path: This work includes construction of concrete trails/bike paths at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and spccifications. All concrete used for the trail/bath path construction shall be Class "A" concrete with a minimum cement content of 5.5 sacks per cubic yard and minimum compressive strength of 3,500 psi at 28 days. No fly ash will be permitted. CONTRACTOR shall pay close attention to NCTCOG Item 5.8.2(e)(2) "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perfom~ the work in compliance with these requirements and those in Item 5.8.2(e)(2) will subject the slab to rejection. All joints shall be spaced a maximum of 12-15 feet apart. All joints shall be sealed with silicone joint sealing prior to opcning the trail to traffic. All trail/bike path construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. Measurement and Payment for reinforced concrete trial/bike path performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 5.8.7, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.36. Pay Items #I-43 Barrier Free Ramps: This work includes the construction of barrier flee ramps at locations shown in the plans or as determined by the Engineer, in accordance with the appropriated details and specifications. All concrete used for the barrier free ramp construction shall be Class "A" concrete with a minimum cement content of 5.5 sacks per cubic yard and minimum compressive strength of 3,500 psi at 28 days. No fly ash will be permitted. All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, correct color differentiation (i.e. staining to the finished ramp). The Engineer shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. 5-16 Description of Pay Items Measurement and Payment for construction of barrier free ramps and materials furnished completed and in place as provided herein shall bc made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.37. Pay Items #I-44 Street Light Foundation: This work includes the installation of street light foundations at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including those of TXU. Connecting the conduit from the foundations to the conduit sleeves being installed along the ~nedian shall be included in this work. Measurement and Payment for street light foundation work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.38. Pay Items #1-45 Segmental Retaining Wail: 2iris work includes the fumishing and installing of Pavestone Anchor Vertica Pro, or approved equal, segmental retaining wall systems at the locations shown in the plans or as established by the Engineer, in accordance with the appropriate details and specifications, including the Technical Specifications and those of the manufacturer. The CONTRACTOR shall submit shop drawings, product data, material samples and a manufacturer's approved design for the proposed segmental retaining wall to the Engineer for approval, prior to beginning construction in accordance with these contract documents. Contractor shall provide City with color palette and face options prior to beginning construction for approval. Measurement and Payment for segmental retaining wall work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square foot (SF) of block actually installed, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work 2.39. Pay Items #I-46 Restore Parkways and Disturbed Areas: This work includes all work, materials and incidentals necessary to restore parkways, yards or other improved areas to an equal or better condition than prior to construction, in accordance with the appropriate details and specifications, including NCTCOG Items 3.8, 3.9, 3.10 & 3.11. Park~vays and disturbed areas along the length of the project shall be fine graded and cut to receive sod. Topsoil shall be placed in low areas to bring them to grade. Unless directed otherwise by the Engineer, block sod matching the species that existed prior to construction and/or the species adjacent to the disturbed area shall be placed in all disturbed areas where improved lawn or established turf existed prior to construction. The CONTRACTOR will be required to water, fertilize, mow and otherwise maintain restored 5-17 Description of Pay Items areas to establish healthy growth, even distribution of vegetation and Full coverage over the entire restored area. The CONTRACTOR shall also maintain and protect these areas from damage and repair any damage that occurs, until completion and final acceptance of the project by the OWNER. Measurement and Payment for parkway and yard restoration work performed and materials furnished complete and in place as provided herein shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including watering, fertilizing, mowing and maintenance of the restored areas. No more than 50% of this item will be paid until 100% coverage has been established to the satisfaction of the Engineer. 2.40. Pay Items #1-47 Furnishing & Placing Topsoil (6"): This work shall consist of the furnishing and placing of a 6" minimum layer of topsoil in all areas of the medians, not covered by pavement. Work shall be in compliance with applicable details and specifications, including NCTCOG Item 3.8, and the topsoil shall consist of a friable, dark clayey loam material free of lumps, stones, and other extraneous material. The topsoil shall be tested and approved by the OWNER prior to placement. Prior to placing the topsoil, the existing earth shall be cleaned of all debris. Measurement and Payment For furnishing and placing topsoil completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 3.8.3, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.41. Pay Item #1-48 Repair, Replace and/or Modify Existing Irrigation Systems: Tlfis work includes repairing, replacing and/or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners or HOAs to whom they belong and the Engineer. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.). All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. It would, therefore, be advisable for the CONTRATOR to contact adjacent property owners and/or system owners/operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to identify and document any existing damage. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for himself and make his 5-18 Description of Pay Items 2.42. 2.43. own determination of where existing irrigation systerns may be located and to what extent those systems and system components may be damaged or impacted during construction. Measurement and Payment for work performed and mater/als furnished related to the repair, replacement and/or modification of existing irrigation systems, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing ai~d/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including replacing any sod, trees or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to properly operate an existing irrigation system resulting £rom the construction. Pay Items #1-49 Relocate/Adjust 12" Water Line: This work includes the relocation and/or adjustment of the existing 12" PVC water line in multiple locations along the project as shown on the plans or as determined by the Engineer, in accordance with the appropriate details and specifications. This work shall be performed as necessary to avoid conflict with the proposed storm drain improvements and includes potholing the existing line in the various locations by the CONTRACTOR to confirm the exact location and extent of conflict with the proposed improvements prior to relocation and/or adjustment. This work includes furnishing and installing the new water pipe, cutting, plugging, removing and/or abandoning the existing pipe, ductile iron fittings, concrete blocking and connecting to the existing system with appropriate sleeves and/or fittings. Measurement and Payment for work performed and materials furnished related to the relocation or adjustment of the 12" PVC water line, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #I-50 Adjust Existing Valve Box to Grade: This work includes the adjustment (raising or lowering) of existing water valve boxes (including valve stems as necessary) in multiple locations along the project where the proposed finished grade is being raised or lowered, as shown on the construction plans or as determined by the Engineer. These adjustments shall be in accordance with the appropriate details and specifications, including those of the valve manufacturer. No separate pay will be allowed for repairing damage to valves or valve boxes due to construction on this project, unless approved otherwise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. The adjustment of valve boxes that are installed as part of this project, shall not be paid for directly but shall be considered subsidiary to the pay item under which it was installed. Measurement and Payment for work performed and materials furnished related to the adjustment of existing water valve boxes, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all 5-19 Description of Pay Items 2.44. 2.45. 2.46. labor, materials, tools, equip~nent and other incidentals necessary to complete the work, including the adjustment of the valve stem as necessary. Pay Items #I-51 Adjust Existing Water Meter and Meter Box: This work includes the adjustment (raising or lowering) of existing water meters, meter boxes, and air release valve boxes in multiple locations along the project where dictated by the proposed finished grade, as shown on the construction plans or as determined by the Engineer. These adjustments shall be in accordance with the appropriate details and specifications, including those of the meter and meter box manufacturer. No separate pay will be allowed for repairing damage to water meters or meter boxes due to construction on this project, unless approved otherwise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. Measurement and Payment for work performed and materials furnished related to the adjustment of existing water meters and meter boxes, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #1-52 Relocate Existing Water Service, Water Meter and Meter Box: This work includes the relocation of existing water services of various sizes, water meters and meter boxes in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These relocations shall be in accordance with the appropriate details and specifications. No separate pay will be allowed for repairing damage to water meters or meter boxes due to construction on this project, unless approved otherwise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. All service lines shall be continuous copper (match the existing size or minimum size of 1") from the water main to the meter (no splices). Measurement and Payment for work performed and materials furnished related to the relocation of existing water services, water meters and meter boxes, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the ~vork. Pay Items #I-53 Connect Existing Water Service to 24" RCCP Water Line: This work includes disconnecting the existing meter from the 10' water line to be abandoned and connecting it to the existing 24" RCCP water line at the location shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. The meter at this location shall be relocated as shown in the plans and this work shall include all materials and incidentals to complete the connection. The existing service line shall be removed back to the corporation stop at the main and plugged. 5-20 Description of Pay Items 2.47. 2.48. 2.49. Measurement and Payment for work performed and materials furnished related to the connect existing water service, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, mater/als, tools, equipment and other incidentals necessary to complete the work, including the disposal of materials, as appropriate. Pay Items #I-54 Abandon Existing Water Service: This work includes the abandonment of existing water services at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Water meters and meter boxes in good condition shall be removed and salvaged and delivered to the City. Damaged meters and meter boxes shall be removed and disposed of by the CONTRACTOR. The existing service line shall be removed back to the corporation stop at thc main and plugged. Measurement and Payment for work performed and materials furnished related to the abandonment of existing water services, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including the disposal of materials, as appropriate. Pay Items #I-55 Abandon Existing Water Line: This work includes the abandonment of a portion of the existing 10" water line and other various sizes, between Northpoint Drive and Coppell Road North, as shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. The existing 10" water line shall be abandoned as follows: (a) After each section of the existing water line is taken out of service, the abandoned section shall be completely drained, including pumping water from the system, as necessary. (b) Any and all openings into the existing pipe will be closed by use of approved M.J. cast irons caps or plugs and blocking according to the plans, specifications and/or details goveming such work. (c) Existing valves may be used to close the existing system, but no open pipe shall extend outside the valve. (d) Valves stacks shall be removed and backfilled with soil. Measurement and Payment for work performed and materials furnished related to abandoning the existing water line, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #I-56 Relocate Existing Air Release Vent and Box: This work includes the relocation of an existing air release vent and box as shown on the construction plans or as determined by the Engineer. This relocation shall be in accordance with the appropriate details and specifications. No separate pay will be allowed for repairing damage to existing parts or meter boxes due to construction on this project, unless approved otherwise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. 5-21 Description of Pay Items 2.50. 2.51. Measurement and Payment for work performed and materials furnished related to the relocation of existing air release vent and box, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #I-57 Relocate Existing Blow Off Pipe: This work includes the relocation of an existing 8" blow off pipe as sho~vn on the construction plans, approximate Station 53+75, or as determined by the Engineer. This relocation shall be in accordance with the appropriate details and specifications. No separate pay will be allowed for repairing damage to existing appurtenances due to construction on this project, unless approved other~vise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. Measurement and Payment for work performed and materials furnished related to the relocation of the existing blow off pipe, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #I-58 Connect Existing 10" Water Line to Existing 24" Water Line: This work includes the connection of the existing 10" water line to the existing 24" water line at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. The connection shall be made using a ring connection conforming to the city's list of approved products and shall be made without disrupting service to the 24" water line. CONTRACTOR shall coordinate with the property owner representative at least 48 hours prior to commencing work. In no case shall the property be without water service overnight. Measurement and Payment ['or work performed and materials furnished related to connecting existing 10" water line to existing 24" ~vater line, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.52. Pay Items #I-59 Connect Existing 6" Water Line to 24" Water Line: This work includes the cormection of the existing 6" water line to the existing 24" water line at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. The connection shall be made without disruption to the 24" water line. Measurement and Payment for work performed and materials furnished related to connecting existing 6" water line to existing 24" water line, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-22 Description of Pay Items 2.53. Pay Items #I-60 8" Water Line Stub-Out: This work includes tapping the existing 12" water line and installing an 8" water line for future extension at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. This work includes installing a 12"x8" tapping sleeve and valve, constructing 8" water line and as directed in the plans, and installing a plug. This work is inclusive of all fittings, megalugs, blocking, trenching, embedment, backfill and testing. Measurement and Payment lbr work performed and materials furnished related to construction of the 8" water line stub-out, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.54. Pay Items #1-61 12" Water Line Stub-Out: This work includes removing the existing plug and extending a section of 12" water line as indicated in the plans. A new plug shall be installed if the salvaged plug is deemed unusable by the Engineer. This work is inclusive of all titlings, megalugs, blocking, trenching, embedment, backfill and testing. Measurement and Payment for work performed and materials furnished related to construction of the 12" water line stub-out, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.55. Pay Items #I-62 Salvage & Relocate Fire Hydrant and Valve Assembly: This pay item shall consist of the installation of fire hydrant assemblies, 6" valves, and 6" PVC pipe including connections and testing of the fire hydrants. Fire hydrants shall be com~ected to existing fire hydrant water lines. All bends, fittings, and blocking necessary to connect the fire hydrant assemblies to the various water lines are included in the cost of the fire hydrant assembly. The removal of the existing fire hydrants are subsidiary to this pay item. Removal includes all blocking and piping back to the existing tim hydrant valve. Fire hydrants salvaged in good condition shall be delivered to Water Tower No. 2 at Wagon Wheel Park. Fire hydrants damaged during removal shall be disposed of at the Contractor's expense. Existing fire hydrants shall remain in service until the activation of the new fire hydrants at or near the location. This work shall include closing any and all openings into the existing water line that are created as a result of the abandonment and/or relocation of a fire hydranffvalve assembly by use of approved M.J. cast irons caps or plugs and blocking according to the plans, specifications and/or details goveming such work. Measurement and Payment for work performed and materials furnished related to relocating the fire hydrant and valve assembly, as provided herein, shall be made on the basis of the 5-23 Description of Pay Items pricc bid per cach (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.56. Pay Items #I-63 Adjust Fire Hydrant: This pay item shall consist of removing an existing tire hydrant at STA 3+12 on Coppell Road North and replacing it at the appropriate grade in accordance with the appropriate details and specifications. All fittings and pipe required to bring the fire hydrant to grade shall be included the price bid for this pay item. Damage to materials during removal and storage shall be replaced by the CONTRACTOR at no extra cost. Reinstallation of the existing fire hydrant assembly shall be in accordance with the City of Coppell's standards and details. Payment for adjusting the valve box associated xvith this fire hydrant shall be made on the basis of the pay item for adjusting valve box to grade. Measurement and Payment for work performed and materials furnished related to adjusting the fire hydrant, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.57. Pay Items #I-64 Remove Fire Hydrant and Valve Assembly: This pay item shall consist of the removal of fire hydrant assemblies, 6" valves, and 6" PVC pipe including connections and testing of the fire hydrants at locations indicated on the plans. Fire hydrants salvaged in good condition shall be delivered to Water Tower No. 2 at Wagon Wheel Park. Fire hydrants damaged during removal shall be disposed of at the Contractor's expense. This work shall include closing any and all openings into the existing water line that are created as a result of the abandonment and/or relocation of a fire hydrant/valve assembly by use of approved M.J. cast irons caps or plugs and blocking according to the plans, specifications and/or details governing such work. Measurement and Payment for work performed and materials furnished related to removing the fire hydrant and valve assembly, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.58. Pay Items #I-65 Adjust Existing Sanitary Sewer Manholes: This work includes the adjustment (raising or lowering) of existing sanitary manholes in multiple locations along the project where dictated by the proposed finished grade, as shown on the construction plans or as determined by the Engineer. These adjustments shall be in accordance with the appropriate details and specifications, including those of the manhole manufacturer. No separate pay will be allowed for repairing damage to manholes due to construction on this project, unless approved othep~vise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. Measurement and Payment for work performed and materials furnished related to the adjustment of existing sanitary sewer manholes, as provided herein, shall be made on the 5-24 Description of Pay Items basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the xvork. 2.59. Pay Items #I-66 Concrete Encasement of Sanitary Sewer: This work includes the construction of concrete encasement around any exposed sanitary sewer lines as shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. The concrete encasement shall be Class "a" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days.. Measurement and Payment for work performed and materials furnished related to the concrete encasement of sanitary sewer, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.60. Pay Items #I-67, 1-68, & 1-69 Reinforced Concrete Box (RCB) - Various Sizes: This work includes the construction of all RCB storm drain (various sizes) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 7. RCB storm drain construction shall be precast, all bends shall be pre-fabricated, and omniflex joint material shall be used for all joints, unless approved otherwise by the Engineer. All RCB storm drain shall be placed on a minimum of 6" of crushed stone embedment. This work shall include trench excavation, preparation and shaping of bedding, transporting sections, jointing of sections, connections to existing and/or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. This work shall also include the construction of temporary pavement repair, when necessary or as determined by the Engineer, consisting of a minimum of 8" of flexible crushed stone base. Temporary pavement repair shall be constructed and maintained along all storm drain installed in areas that need to be open to traffic prior to the constrnction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials furnished related to the construction of RCB storm drain (various sizes and/or types), as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.61. Pay Items #I-70 thru 1-77 Reinforced Concrete Pipe (RCP) - Various Sizes: This work includes the construction of all RCP storm drain (various sizes) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 6.2.8, 6.2.9 and 6.2.10. All RCP storm drain shall be Class Iii (NCTCOG Item 2.12.3); all bends shall be pre-fabricated, 5 25 Description of Pay Items and omniflex joint matcrial shall be used for all joints, unless approved otherwise by the Engineer. This work shall include trench excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to existing and/or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. Where leads or pipe tem~inate into an existing system, this work shall include construction of a concrete collar at the junction to fom~ a watertight connection. The construction of concrete collars, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work shall also include the construction of temporary pavement repair, when necessary or as determined by the Engineer, consisting of a minimum of 8" of flexible crushed stone base. Temporary pavement repair shall be constructed and maintained along all storm drain installed in areas that need to be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials furnished related to the construction of RCP storm drain (various sizes and/or types), as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.62. Pay Items #I-78, 1-79, & 1-80 10', 12', & 14' Recessed Curb Inlet: This work includes the constmction of recessed curb inlets (various lengths) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 2.1, 2.2, 7.1, 7.4 and 7.6. Concrete used for the construction of inlets shall be Class "C", with a minimum cement content of 6 sacks of cement/cubic yard of concrete, and a 3,600 psi minimum compressive strength when tested at 28 days. Measurement and Payment for work performed and materials furnished related to the construction of recessed curb inlets (various lengths), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.63. Pay Items #I-81 & 1-82 Drop Inlets and Grate Inlets (Various Sizes & Types): This work includes the construction of drop inlets and grate inlets (various sizes and types) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG item 2.1, 2.2, 7.1, 7.4 and 7.6. Concrete used for the constmction of inlets shall be Class "C", with a minimum cement content of 6 sacks of cement/cubic yard of concrete, and a 3,600 psi minimum compressive strength when tested at 28 days. 5-26 Description of Pay Items Measurement and Payment for work performed and materials furnished related to the construction of drop inlets and =orate inlets (various sizes and types), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.64. Pay Items #I-83, 1-84, &I-85 Square Storm Drain Manholes (Various Sizes): This work includes the construction of square storm drain manholes (various sizes) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 2. I, 2.2, 7.1, 7.4 and 7.6. Concrete used for the construction of storm drain manholes shall be Class "C", with a minimum cement content of 6 sacks of cementJcubic yard of concrete, and a 3,600 psi minimum compressive strength when tested at 28 days. Measurement and Payment for work performed and materials furnished related to the construction of square storm drain manholes (various sizes), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.65. Pay Item #1-86 Trench Safety System: This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench situation for all utility construction (i.e., storm drain, water and/or sanitary sewer), in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA) and in accordance with the appropriate details and specifications, including NCTCOG Item 1.24.3. The CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a professional engineer, and provided to the Engineer prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.66. Pay Items #1-87 Riprap, Type A: This work includes the constmction of rock riprap at the locations and thickness shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 8.15. Riprap shall consist of a minimum 70% 12" diameter rock. Measurement and Payment for work performed and materials furnished related to the construction of rock riprap, as provided herein, shall be made on the basis of the price bid 5-27 Description of Pay Items per square yard (SY) and shall be total compensation for fi~rnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.67. Pay Items #1-88 Concrete Riprap: This work includes the construction of concrete riprap at the locations and thickness shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 8.15 Measurement and Payment for work performed and materials furnished related to the construction of concrete riprap, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.68. Pay Items #I-89 Headwall for Multiple Box Culvert: This work includes the construction of a concrete headwall for a multiple box culvert at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 2.1, 2.2, 7.1, 7.4 and 7.6. Concrete used for the construction of the headwall shall be Class "C", with a minimum cement content of 6 sacks of cement/cubic yard of concrete, and a 3,600 psi minimum compressive strength when tested at 28 days. Measurement and Payment for work performed and materials furnished related to the construction of a concrete headwall for a nmltiple box culvert, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-28 Description of Pay Items 2.69. 2.70. 2.71. Pay Items #T-1 Installation of Highway Traffic Signals This work includes the furnishing and installation of new highway traffic signals including traffic signal controllers and cabinets in accordance with the appropriate details and specifications, including City of Coppell "TS-2 Type 2 Cabinet Specification" and "Specification for Fully-Actuated Solid State Controller Unit (TS-2) with Time-Based Coordination, Preemption, and Closed Loop Operation" as well as Item 680 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment for installation of highway traffic signals work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) intersection and shall be total compensation for furnishing all labor, materials, tools, equipment and other incidentals necessary to complete the work Pay Items #T-2 Traffic Signal Pole w/28 foot Mast Arm This work shall include the furnishing and installation of traffic signal poles with 28' mast an]as. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Items #T-3 Traffic Signal Pole w/32 foot Mast Arm This work shall include the furnishing and installation of traffic signal poles with 32' mast arms. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.72. Pay Items #T-4 Traffic Signal Pole w/36 foot Mast Arm This work shall include the furnishing and installation of traffic signal poles with 36' mast arms. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.73. Pay Items #T-5 Traffic Signal Pole w/40 foot Mast Arm This work shall include the furnishing and installation of traffic signal poles with 40' mast arms. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly," and NTCOG standards. 5-29 Description of Pay Items Measurement and Pa3anent shall be made on the basis o£the price per each (EA) and shall be total compensation for Inmishing all labor, materials, and equipment necessary to 2.74. Pay Items #T-6 Traffic Signal Pole w/44 foot Mast Arm This work shall include the furnishing and installation of traffic signal poles with 44' mast arms. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.75. Pay Items #T-7 Traffic Signal Pole w/48 foot Mast Arm This work shall include the furnishing and installation of traffic signal poles with 48' mast arms. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.76. Pay Items #T-8 3-Section Traffic Signal Head w/Backplate This work shall include the furnishing and installation of 3-section signal heads with backplates. Said signal heads shall be installed in accordance with City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads - 12 Inch, Expandable, Adjustable Type," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for fumishing all labor, materials, and equipment necessary to complete the work. 2.77. Pay Items #T-9 4-Section Traffic Signal Head w/Backplate This work shall include the furnishing and installation of 4-section signal heads with backplates. Said signal heads shall be installed in accordance with City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads 12 Inch, Expandable, Adjustable Type," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for fumishing all labor, materials, and equipment necessary to complete the work. 2.78. Pay Items #T-10 5-Section Traffic Signal Head w/Backplate This work shall include the furnishing and installation of 5-section signal heads with backplates. Said signal heads shall be installed in accordance with City of Coppell 5-30 Description of Pay Items standards and specification "Polycarbonate Resin Traffic Signal }leads 12 Inch, Expandable, Adjustable Type," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.79. Pay Items #T-II 2" P¥C Conduit This work shall include the furnishing and installation of 2" PVC conduit in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and NTCOG standards. Measurement and Payment shall be made on the basis of the pr/ce per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.80. Pay Items #T-12 3" PVC Conduit This work shall include the fumishing and installation of 3" PVC conduit in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.81. Pay Items #T-13 Ground Boxes This work shall include the furnishing and installation of ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.82. Pay Items #T-14 Traffic Signal Controller Foundation This work shall include the furnishing and installation of traffic signal controller foundations in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5-31 Description of Pay Items 2.83. Pay Items #T-15 1 Conductor #8 Bare Wire This work shall include the furnishing and installation of lC #8 Bare wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the xvork. 2.84. Pay Items #T~16 1 Conductor//6 XHHW Wire This work shall include the furnishing and installation of lC #6 XHHW wire in multiple locations of the project ~n accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.85. Pay Items #T-17 1 Conductor #8 XHHW Wire This work shall include the furnishing and installation of lC #8 XHHW wire in multiple locations of the project ~n accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.86. Pay Items #T-18 1 Conductor #12 XHHW Wire This work shall include the furnishing and installation of lC //12 XHHW wire in multiple locations of the project ~n accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.87. Pay Items #T-19 5 Conductor #12 Gauge Wire This work shall include the furnishing and installation of 5C #i2 Gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. 5-32 Description of Pay Items Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compcnsat~on tbr furnishing all labor, materials, and equipment necessary to complete the work. 2.88. Pay Items #T-20 7 Conductor #12 Gauge Wire This work shall include the furnishing and installation of 7C #12 Gauge xvire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.89. Pay Items #T-21 10 Conductor #12 Gauge Wire This work shall include the furnishing and installation of 10C #I2 Gauge wire in multiple locations of the project m accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.90. Pay Items #T-22 16 Conductor #12 Gauge Wire This work shall include the furnishing and installation of 16C #12 Gauge wire in multiple locations of the project ~n accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for fumishing all labor, materials, and equipment necessary to complete the work. 2.91. Pay Items #T-23 3 Conductor #18 Gauge Wire This work shall include the furnishing and installation of 3C #18 Gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for fumishing all labor, materials, and equipment necessary to complete the work. 5-33 Description of Pay Items 2.92. Pay Items #T-24 Power Service and Pedestal Equipment This work shall include the furnishing and installation of power service and pedestal equipment in accordance ~vith City of Coppell standards and specification "Power Service and Service Equipment and General System Wiring Procedures," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for fttmishing all labor, materials, and equipment necessary to complete the work. 2.93. Pay Items #T-25 Pedestrian Push Button and Sign Assemblies This work shall includc the furnishing and installation of pedestrian push button and sign assemblies in accordance with City of Coppell standards and specification "Vehicle and Pedestrian Detectors; Detector Amplifiers; Lead in Cable; Pedestrian Push Buttons; Installation Procedures," and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.94. Pay Items #T-26 Spread Spectrum Radio System This work shall include the furnishing and installation of spread spectrum radio systems in accordance with City of Coppell standards and Spread Spectrum Radio specification, and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.95. Pay Items #T-27 Yagi Spread Spectrum Radio Antenna and Mounting Brackets This work shall include the furnishing and installation of Yagi SSR antennas and mounting brackets in accordance with City of Coppell standards and Spread Spectrum Radio specification, and NTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.96. Pay Items #T-28 SSR Coaxial Cable This work shall include the furrfishing and installation of SSR coaxial cable in multiple locations of the project in accordance with City of Coppell standards and Spread Spectrum Radio specification, and NTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5-34 Description of Pay Items 2.97. 2.81. Pay Items #T-29 Traffic Signal Foundations This work includes the furnishing mad installation of traffic signal foundations in accordance with the appropriate details and specifications, including Item 656 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Hio~nways, Streets and Bridges. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Items #T-30 Pedestrian Signal Sections This work includes the furnishing and installation of polycarbonate, symbolic pedestrian signal sections in accordance with the appropriate details and specifications, including Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.98. Pay Items #T-31 Pedestal Pole Assemblies This work includes the furnishing and installation of pedestal pole assemblies in accordance with the appropriate details and specifications, including Item 687 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.99. Pay Items #T-32 Video Imaging Vehicle Detection System This work includes the furnishing and installation of video imaging vehicle detection systems in accordance with the appropriate details and specifications, including TxDOT's Special Specification 8970 Video Imaging Vehicle Detection System (VIVDS). Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for fumishing all labor, materials, and equipment necessary to complete the work. 2.100. Pay Items #T-33 VIVDS Coaxial Cable This work shall include the furnishing and installation of V1VDS coaxial cable in multiple locations of the project in accordance with the appropriate details and specifications, including TxDOT's Special Specification 8970 Video Imaging Vehicle Detection System (Vrv'DS). Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5 35 Description of Pay Items 2.101. Pay Items #T-34 Opticom Detector Phase Selector This work includes the furnishing a~d installation of opticom detector phase selectors in accordance with the appropriate details and specifications, including the Emergency Management Response System special specification. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing ail labor, materials, and equipment necessary to complete the work. 2.102. Pay Items #T-35 Uni-Directional Opticom Detector This work includes the furnishing and installation of uni-directional opticom detectors in accordance with the appropriate details and specifications, including the Emergency Management Response System special specification. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.103. Pay Items #T-36 UPS System This pay item shall include the furnishing and installation of an uninterrupted power supply system, Clary Corporation, Model SP-1000, or equal with a six battery cabinet in accordance with the appropriate details and specifications, including TxDOT Specifications. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.104. Pay Items #T-37 Traffic Signal Confirmation Lights This pay item shall consist of the fumishing and installation of traffic signal confirmation light assemblies with clear globe on the mast arms and in the locations as designated by the Owner. Contractor shall furnish and install Pelco Part Number SM-0286 traffic signal confirmation lights, or equal. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.105. Pay Items #T-38 Furnishing of Illuminated Street Name Signs This pay item shall consist of the furnishing illuminated street name signs in accordance with the appropriate specification. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all matehals and any other incidentals necessary to complete the work. 5-36 Description of Pay Items 2.106. Pay Items #T-39 Installation of Illuminated Street Name Signs This pay item shall consist of the installation of the illuminated street name signs at the locations specified by the Owner. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all tools, equipment, labor, and any other incidentals necessary to complete the work. Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E C I T Y 0 F CO??ELL TS2-TYPE 2 CABINET SPECIFICATIONS 1.0 1.1 1.2 1.2.1 1.2.2 TS 2 CABINET ASSEMBLY This specification describes the minimum acceptable requirements for a TS 2 cabinet assembly to house a NEMA TS 2 Type 2 solid state full-actuated controller unit. The assembly shall include the cabinet, flasher, card rack(s), an MMU, an external power supply, and six flash transfer relays. For cabinet assemblies of configuration 4 (16 position), the assembly shall include 16 load switches and for cabinet assemblies of configuration 3 (12 position), the assembly shall include 12 load switches. Cabinet Design Requirements The cabinet shall be constructed using unpainted sheet aluminum with a minimum thickness of 3.2 mm. No wood, wood fiber products, or other flammable material shall be used in the cabinet. All welds shall be neat and of uniform consistency. The size of the cabinet shall be a size 6 base mount as defined by TS 2 Clause 7.3 of the NEMA Standard Publication TS 2 - 1992, as specified by the plans. The load bay shall bc configuration 4 (16 position), as specified by the plans. Cabinet Size of Cabinet Backpanel Config Size of Load Bay Options Option 1 Pole Mount TS 2 Configuration 3 12 position load bay Size 5 Option 2 Base Mount TS 2 Configuration 3 12 position load bay Size 5 Option 3 Base Mount TS 2 Configuration 3 12 position load bay Size 6 Option 4 Base Mount TS 2 Configuration 4 16 position load bay Size 6 1.2.3 1.2.4 Two aluminum-lifting eyes or ears shall be attached to the cabinet with a single carriage bolt or dual carriage bolts each to permit lifting the cabinet with a sling. The comers of each eye or ear shall be rounded and in the down position when shipped. Vertical shelf support channels shall be provided to permit adjustment of shelf location in the field. The channels shall have a single continuous slot to allow shelves to be placed at any height within the cabinet. Channels with fixed notches or holes are not acceptable. 6-2 Technical Specifications & __ Description of Pay Items 1.2.5 1.2.6 1.2.7 1.2.8 1.2.9 1.3 1.3.1 1.3.2 Each cabinet shall be equipped with an extra set of unistrut channels or a keyhole panel on either side of thc front section of the cabinet to permit the purchaser to mount additional equipment as necessary. Shelves shall be at least 330 mm deep and be located in the cabinet to provide a 12.5 mm clearance between the back of the shelf and the back of the cabinet. A 38-mm drawer shall be provided in the cabinet, mounted directly beneath the controller support shelf. The drawer shall have a hinged top cover and shall be capable of storing documents and miscellaneous equipment. This drawer shall support to 22.5 kg in weight when fully extended. The drawer shall open and close smoothly. Drawer dimensions shall make ~naximum use of available depth offered by the controller shelf and be a minimum of 600 mm. Two shelves shall be provided in the cabinet and shall be at minimum 305 mm apart in height. There shall be sufficient shelf space to accommodate a controller unit 330-mm high, an MMU, one 8 position card rack and external power supply. An additional space at least 305-mm high, 325 mm wide, and 305 mm deep shall be provided. The controller unit, MMU, card racks, and power supply shall be placed on the shelves in such a manner that sufficient ventilation is provided to all components. Labels showing the proper placement of each component shall be provided along the shelves to ensure proper placement. The cabinet shall be vented and cooled by 2 thermostatically controlled fans. The fans shall be a commercially available model with a capacity of at least 2.7 m3/min. The thermostats shall be adjustable range of 20°C to 43°C. A press-to-test switch shall be provided to test the operation of the fans. The cabinet shall be provided with a unique five digit serial number which shall be stamped directly on the cabinet or engraved on a metal or metalized mylar plate, epoxied or riveted with aluminum rivets to the cabinet. The digits shall be at least 5 mm in height and located on the upper right sidewall of the cabinet near the front. Cabinet Door The cabinet shall be provided with one door in front that will provide access to the cabinet. The door shall be provided with three hinges with non-removable stainless steel pins, or a full-length piano hinge with stainless steel pins spot welded at the top of the hinge. The hinges shall be mounted so that it is not possible to remove them from the door or cabinet without first opening the door. The bottom of the door opening shall extend at least to the bottom level of the back panel. The door and hinges shall be braced to withstand a 74-kg per vertical meter of door height load applied to the outer edge of the door standing open. There shall be no permanent deformation or impairment of any of the door or the cabinet body when the load is removed. The cabinet door shall be fitted with a Number 2 Corbin lock and a stainless steel handle with a 16 mm (minimum) diameter shaft (or equivalent cross-sectional area for a square 6-3 Technical Specifications & _ Description of Pay Items 1.3.3 1.3.4 1.4 1.4.1 1.4.2 shaft) and a three point latch. The lock and latch design shall be such that the handle cannot be released until the lock is released. One key shall be provided for each cabinet. A gasket shall be provided to act as a permanent dust and weather resistant seal at the controller cabinet door f~acing. The gasket matcrial shall be of a nonabsorbent material and shall maintain its resiliency after long term exposure to the outdoor environment. The gasket shall have a minimum thickness of 6.25 mm. The gasket shall be located in a channel provided on thc cabinet or on the door(s). An "L" bracket is acceptable in lieu of this channel if the gasket is fitted snugly against the bracket to insure a uniform dust and weather resistant seal around the entire door facing. Any other method is subject to purchaser approval during inspection of an order. A locking auxiliary police door shall be provided in the door of the cabinet to provide access to a panel that shall contain a signal shutdown switch, a signal flash switch, a manual-automatic switch, and a manual advance push-button switch on a six foot retractable cord. Manual control of the controller unit from the police door shall override any external control (external logic, etc.) in effect when the Manual-Automatic switch is in the manual position. Each actuation of the manual advance push-button switch shall advance the controller to the next interval. Manual control shall not override any calls for preemption. The police door shall be gasketed to prevent entry of moisture or dust and the lock shall be provided with one brass key. The intake for the vent system shall be filtered with a permanent air filter. The minimum filter dimensions shall be 406.4 mm wide by 304.8 mm high by 25 mm thick. The filter shall be securely mounted so that any air entering the cabinet must pass through the filter. The cabinet opening for intake of air shall be large enough to use the entire filter. The air intake and exhaust vent shall be screened to prevent entry of insects. The screen shall have opening no larger than 8.1 mm2. The total free air opening of the exhaust vent shall be large enough to prevent excessive back-pressure on the fan. Wiring All wiring within the cabinet shall be neat and routed sucb that opening and closing the door or raising or lowering the back panel will not twist or crimp the wiring. All wiring harnesses shall be either braided, sheathed in nylon mesh sleeving, or made of PVC or polyethylene insulated jacketed cable. Wiring leading to the cabinet door shall be sheathed in nylon mesh sleeving or be PVC jacketed cable only. Size All conductors between the main power circuit breakers and the signal power bus shall be a minimum size 10 AWG stranded copper. All conductors carrying individual signal lamp current shall be a minimum size 14 AWG stranded copper. All AC service lines shall be of sufficient size to carry the maximum current of the circuit or circuits they are provided for. Minimum cabinet conductor wire size shall be 22 AWG stranded copper. All Yviring and insulation shall be rated for 600 V or greater. 6-4 Technical Specifications & Description of Pay Items 1.4.3 1.4.4 1.4.5 1.4.6 1.4.7 B. Conductors for AC common shall be white. Conductors for equipment grounding shall be green. All other conductors shall be a color different than the foregoing. C. No P.C. boards will be allowed on the back panel of the cabinet. All wiring must be done from the ABC Harnesses to the Back Panel using standard 19-gange wiring. A barrier terminal block with a minimum of three compression fitting terminals designed to accept up to a #4 AWG stranded wire shall be provided for connection of the AC power lines. The block shall be rated at 50 Amperes. All terminals shall be permanently identified in accordance with the cabinet wiring diagram using an anodized silk screening process on the aluminum panel. Where through-panel solder lugs or other suitable connectors are used, both sides of the panel shall have the terminals properly identified. Identification shall be placed as close to the terminal strip as possible. A. Each controller input and output function shall be distinctly identified ~vith no obstructions, at each terminal point in the cabinet, with both a number and the function designation. The same identification must be used consistently on the cabinet wiring diagrams. The back panel shall be wired and labeled according to the TS2-1992 specification MODE 6 - User defined 1/O which converts existing unused TS 1 inputs to extra vehicle detectors and preempts. B. Each load switch socket shall be identified by phase number, overlap number, and pedestrian phase number as applicable. No cabinet equipment, including the load switches themselves, may obstruct these identifications. C. Each flash transfer base and power relay base shall be properly identified with no possible obstructions. D. Each harness within the cabinet shall be distinctly identified by function on the colmector end. E. The flasher socket shall be distinctly identified with no possible obstruction. F. All other sockets needed within the cabinet to fulfill the minimum requirements of the Invitation to Bid, or attachments thereof, shall be distinctly identified. The controller unit harnesses (ABC plugs) shall be long enough to reach any point 400 mm above the timer shelf. The conflict monitor harness and any required auxiliary harness shall reach 600 mm from the conflict monitor shelf. An unused, spare terminal block providing ten terminals shall be provided. This block shall be double 8-32 X 5/t6" binder head screw design with shorting bars. These terminal strips shall be located on the lower third of either side of the cabinet. Copper ground buses shall be provided for both the power supply neutral (common) and chassis ground. Each bus bar must provide a minimum often unused terminals with 8-32 X 5/16" or larger screws. The AC neutral and chassis ground buses shall be jumpered together with a minimum #10 AWG wire. 6-5 Technical Specifications & _ Description of Pay Items 1.4.8 /.4.9 1.4.10 1.4.11 1.4.12 1.4.13 1.4.14 1.4.15 1.4.16 1.4.17 A 20 Ampere and a 50 Ampere themml type circuit breaker shall be mounted and wired in the cabinet. The 20 ampere breaker shall protect the base light, trouble light, GFCI receptacle, modem duplex receptacle, and fans. The 50 ampere breaker shall protect the signal load circuits, controller circuits, conflict monitor, flasher, and card rack detector power supply. The breakers shall be Square "D" QUO 150 Series, no other brand will be allowed. The circuit breakers shall be equipped with solderless com~ectors and installed on the right side wall (facing the cabinet) or lower fight hand side of the back panel inside the cabinet. The breakers shall be easily accessible. The breakers shall be positioned so that the rating markings are visible. A Ground Fault Circuit Interruption (GFCI) type duplex receptacle shall be mounted and wired in the lower fight side wall of the cabinet. An additional duplex receptacle (for use with communications modems) shall be mounted and wired in the upper left side of the cabinet behind the preempt/interconnect panel. These receptacles shall be wired on the load side of the 20 Amp circuit breaker. The above breakers are in addition to any auxiliary fuses which may be furnished with the controller to protect component parts, such as transformers, etc. The load side of the main circuit breaker shall be protected by a two stage lightning surge suppresser, equivalent to the EDCO ACP340 (with LED indication along with a set dry contacts for alarm capabilities to indicate proper operation). The suppresser ground connection shall be connected to the cabinet by means of a short, heavy copper ground strap. The strap shall be bonded to thc cabinet. The suppresser shall be copmected to the line filter as recommended by the manufacturer. Number I0 AWG or larger wire shall be used for connections to the suppresser, line filter and load switch bus. A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet. This light shall be turned on when the cabinet door is opened, and turn off when the cabinet door is closed. An MOV or other such transient suppression device shall be placed across the AC power input to the light. A radio frequency interference (RFI) suppresser shall be provided and installed on the load side of the signal circuit breaker and shall be protected by the surge protector. This filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50 decibels over the frequency range of 200 Kilohertz to 75 Megahertz. Transient suppression devices shall be placed on the coil side of all relays in the cabinet. DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC 6-6 Technical Specifications & Description of Pay Items 1.4.18 1.4.19 1.4.20 1.4.21 1.4.22 1.4.23 1.4.24 1.4.25 1.4.26 1.4.27 1.4.28 relays shall have MOV's or equivalent suppression across their coils. RC net~vorks are acceptable. One suppression device shall be supplied for each relay. Except where soldered, all wires shall be provided with lugs or other approved terminal fittings for attachment to binding posts. Insulation parts and wire insulation shall be insulated for a minimum of 600 volts. The outgoing traffic control signal circuits shall bc of the same polarity as the line side of the power source. A switch shall be provided on the inside Pace of the cabinet door that shall be labeled Test-Normal. When the switch is in the Normal position, call for flashing operation shall remove the power from the controller unit. When the switch is in the Test position, the call for flashing operation shall permit the controller unit to continue to mn so that its operation can be observed. A switch shall be provided near the Test-Normal switch to cause the controller unit, and any auxiliary equipment, to stop timing. It shall be labeled "STOP TIMING". The cabinet shall be wired so that activation of the MMU will cause the controller unit, and any auxiliary equipment, to stop timing. Conflict and manual flash shall be wired for all red. The cabinet shall be designed and equipped with enough transfer relays for the purchaser to change any main street indications (movements 2, 6, and/or 1, 5) to amber for the conflict and/or manual flash operation on the face of the back panel or a side panel, using only simple tools. Transfer relays shall be the plug-in type manufactured by Magnecraft or equivalent. The relays shall have contacts a minimum of 3/8" diameter in size and shall be rated at a minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC. The red enable and remote reset from the conflict monitor shall be terminated on the face of the back panel. A 75 Amp, solid state relay shall be wired between the RFI filter output and the load switch power bus. The relay shall be controlled by the signal shutdown switch and the flash switch. The relay shall be mounted to a heat sink designed to allow maximum current flow at 74 C without damaging the relay. All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state relay shall be covered with a clear non-conductive plastic cover to prevent accidental contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt from this requirement. 6-7 Technical Specifications & Description of Pay Items 1.4.29 An input point shall be provided on the back panel to allow external reset of the Mal function Monitoring Unit. 1.4.30 The load switch outputs shall be brought out through posted 10-32 X 5/16" binder head screw terminals. Field wiring for the signal heads shall be connected at this terminal strip. 1.4.31 The cabinet shall be equipped with an auxiliary power connector to plug in a generator for electrical service. The circuit shall be activated by the presence of 120 VAC generator line voltage that will supply a relay to transfer the supply source to generator power. The connector shall be located inside an accessible panel on the rear of the cabinet and shall allow a plug to be present with the access door closed and locked. 1.4.32 The cabinet shall be equipped with a Clary SP Series continuous power system model number SP1000 SN including PIM30 unit. The Clary continuous power system will also require an additional cabinet mounted to the side of the main cabinet for six (6) Clary extreme temperature UPS batteries (OUTPOST OPB-1251). All materials shall be furnished and installed by the contractor. 2.0 DETECTOR PANEL AND CARD RACK 2.1 The cabinet shall have a 20 loop detector panel mounted on the left side of the cabinet. This panel shall provide for all connections between loops at the street and the detector amplifiers as described in the following sections. 2.2 Detector Card Rack 2.2.1 The card rack shall have 12 positions (10 slots for vehicle, 2 slots for Opticom preemption). The detector card rack shall have a rigid frame and shall be fabricated from aluminum and shall have slots set in a modular fashion such that the PCB edge connectors shall plug into the rear while sliding between top and bottom card guides for each module. Mounting flanges shall be provided and be turned outward for ease of access. The detector card rack shall be bolted to a cabinet shelf. It shall be possible to unbolt the rack using simple tools. 2.2.3 All wiring to the rack shall be labeled and neatly mn to other parts of the cabinet and detector termination panel. 2.2.4 The slots shall be numbered 1 to 10 for loop amplifiers and 1 to 2 for preemption left to right when viewed from the front of the rack. A flange shall be provided on the top and the bottom of the rack to label each individual channel. 2.2.5 The Detector DC Supply shall be bussed to a common point and wired to the Intersection Detector Panel. 2.2.6 The Chassis Ground shall be bussed to a common point and wired to the Detector Panel. 6-8 Technical Specifications & Description of Pay Items 2.2.7 2.3 2.3.1 2.3.2 2.3.3 2.3.4 2.3.5 2.3.6 2.3.8 3.0 3.1 3.2 3.3 The Logic Ground shall be bussed to a common point and ,*'ired to the Detector Panel. Detector Panel The Detector Panel shall provide all connections between the detector loops and the detector amplifiers as well as all necessary preemption inputs and hardwire communications terminals. The panel shall be constmctcd of 3.2 mm aluminum. The panel shall contain a 76 mm horizontal slot in each comer to accommodate 6.3 mm mounting bolts. All inputs from the loops shall be brought through posted 10-32 X 5/16 inch binder screw terminals or 8-32 X 5/16 inch binder screw terminals. Each loop pair shall be protected by lightning surge suppresser. The suppressers must be mounted behind the panel using feed through screw terminals to attach the suppressers. Each detector will have a test switch such that when the switch is closed, a call is placed upon that detector input. The test switch will have three positions; no effect, permanently on, and momentarily on. A chassis ground bus bar shall be provided on the panel and connected to the cabinet by an insulated braided copper ground strap. The strap shall be bonded to the cabinet. PREEMPT / COMMUNICATION PANEL A preempt / communication panel shall be part of the detector panel and provide all interface circuits and wiring for preemption and communication functions. The panel shall be located on the left side of the cabinet interior. Three input relay circuits, with 120 VAC coil and contacts rated for the application, shall be provided on the preempt panel. These circuits shall be used to isolate the incoming preempt commands from the controller unit logic circuitry. The circuits shall be programmable to operate with either a normally open or normally closed relay contact by jumpers on a terminal strip. A barrier strip protected from accidental contact by service personnel shall be supplied to connect the external input. It shall be possible to use either a neutral or hot 120 VAC input. Relays used shall be plug-in Potter Brumfield K10P series/Magnecraft W-78 series or interchangeable equivalent. The relays shall be mounted in relay sockets. Adequate protection of the input relay circuits as well as the preemptor circuitry shall be provided to eliminate damage or false preemption commands caused by line transients or lightning surges. The devices shall have a minimum rating of 20 Joules. 6-9 Technical Specifications & _ Description of Pay Items 3.4 3.5 3.6 3.7 4.0 4.1 4.2 5.0 5.1 5.2 Three momentary test sxvitches, one tbr each preempt circuit, shall be provided on the preempt panel. The operator shall not be exposed to hazardous voltages during operation of the test switches. All necessary interconnection cables and mounting hardware shall be provided. There shall be a switch on the preempt/communication panel, which shall release the local controller to operate in an isolated, full-actuated mariner, when necessary for maintenance purposes. The switch positions shall be labeled "SYSTEM" and "FREE". Terminal connections for 3 twisted pair communication lines and one telephone line shall also be provided. The protection will consist of series 25 ohm resistors, 15 volt transorbs, and other devices, which allow protection including primary overvoltage protection, resettable overcurrent protection, secondary clamping voltage protection, and last transient filtering. The secondary overvoltage stage shall allow peak voltages of no more than 250 volts. The fast transient filtering stage shall provide no less than 40 dB/decade of attenuation to transients above the required pass band. The protection shall be provided in an integrated closure xvith eight (8) input/output terminations and ground connection. POWER SUPPLY The power supply shall be a shelf mounted, enclosed, 24 VDC power supply in accordance to Clause 5.3.5 of the NEMA Standards Publication TS 2-1992. One power supply cable per power supply shall be furnished and installed in each cabinet. The wires shall be terminated to bus bars, terminals on the front of the back panel, detector panels, or connector as appropriate. The connections shall be with forked spade lugs or otherwise as needed. Each individual wire shall be cut to the length required to reach the point at which it is to be connected. TWO CIRCUIT SOLID STATE FLASHER The solid state, two circuit flasher shall meet the electrical and physical characteristics described in Clause 6.3 of the NEMA Standards Publication TS 2-1992. The flasher shall be Type Ill (dual circuit rated at 15 Amps per circuit) unit and so constructed that each component may be readily replaced if needed. The two circuit flasher shall be of solid state design and contain no electro-mechanical devices. 6.0 6.1 LOAD SWITCH The solid state load switches shall meet the requirements set forth in Clause 6.2 of the NEMA Standards Publication TS 2-1992, and shall be "Triple-Signal Load Switch" type. 6-10 Technical Specifications & _ Description of Pay Items 6.2 7.0 7.1 7.2 An indicator light for each circuit shall be provided in each load switch. The indicator light shall be on when a "Low Voltage Active" input to the load switch is present. CABINET CONFIGURATIONS A cabinet that is ordered "WITH NO COMPONENTS" will be equipped with the cabinet assembly only. This will include all panels as specified, completely wired and ready to accept all necessary plug in components. This cabinet will not include controller, conflict monitor, detector cards, power supply, load switches, flasher, or flash transfer relays. A cabinet that is ordered "COMPLETE" will be equipped with the cabinet assembly and all necessary plug in components including TS2 Type 2 Controller, with a full rack of components. 6-11 Technical Specifications & Description of Pay Items SPECIFICATIONS FOR FULLY-ACTUATED SOl,ID STATE CONTROLLER UNIT (TS-2) WITH TIME BASED COORDINATION, PREEMPTION, AND CLOSED LOOP OPERATION 1.0 1.I 2.0 2.1 2.2 2.3 2.4 2.4.1 2.4.2 SCOPE This specification sets forth the minimum requirements for a shelf-mounted (16) sixteen-phase full-actuated solid state controller unit with internal Time-Based Coordination (TBC), railroad/fire (emergency vehicle) preemption and closed loop secondary operation. CONTROI,LER UNIT The controller shall be a Naztec TS-2, Type 2 controller or equal. The controller shall be capable of operating within a closed loop system that is controlled by Naztec Streetwise ATMS software. The controller unit shall meet both the requirements of NEMA Standards Publications TS-2-1992 (TS 2), TS 3.4-1996 (TS-3.4), and TS 3.5-1996 (TS-3.5). TS-3.4 and TS-3.5 arc also referred to as the National Transportation Communications for ITS protocol (NTCIP). In the event of conflict, difference, or discrepancy, these requirements shall govern. These specifications are applicable to either a TS 2 Type 1 interface or TS 2 Type 2 interface, as defined in the bid documents. Each controller unit shall bear the manufacturer's name or logo, model number, date of manufacture and unique serial number permanently and neatly displayed on the front of the controller. Hardware Design Requirements - NEMA Controller The controller unit shall be completely solid state and digitally timed. All user programmable functions may be entered via front panel keyboard entry, or remotely by use of interface software. Use of DIP or "pencil switches" within the controller is unacceptable. All timing shall be referenced to the 60 Hz power line operating frequency defined in TS-2 §2.1.3. The overall physical dimensions of the controller unit shall not exceed 305 mm H, 440 mm W, 305 mm D. 6-12 Technical Specifications & Description of Pay Items 2.4.3 2.4.4 2.4.5 2.4.6 2.4.7 2.4.8 2.4.9 2.4.10 Both TS 2 Type 1 and TS 2 Type 2 controllers shall be supplied with Port 1 SDLC and Port 2 RS-232 connections, as defined by TS 2 §3.3.1.1 and §3.3.2. Port 3 shall be capable of FSK modem communications with a DBg, 9-pin FSK connector, unless radio modem or fiber optic modem communications are specified in the plans. In that event, a DB9, 9 pin RS-232 or DB25, 25 pin RS 232, ST fiber, or RJ-11 standard data connectors shalI be provided, as appropriate. The controller unit design shall utilize one or more printed circuit boards (PCB's). All PCB's shall be silk-screened with component locations, the manui~acturers name or logo, board part number, and revision level. All PCB's shall be designed to plug into or out of a motherboard or harness xvithin the unit. The power supply, transformers, capacitors, and heat dissipating components are excepted from this requirement. The power supply shall be a linear style design. The design shall allow for removal or replacement of PCB's without unplugging or removing other circuit boards. The unit shall be designed so that one side of each PCB can be completely accessible for troubleshooting and testing the unit while it is still operating. This may be accomplished by aid of extender boards or cables. This requirement applies to only one circuit board at a time. No more than bvo PCB's shall be attached to each other to constitute a circuit sub- assembly. Attaching hardware shall utilize captive nuts or a similar method to secure the boards together. The controller assembly shall be designed so that it can be tested and operated with the PCB's separated. No circuit cuts shall be allowed on PCB's in any of the equipment supplied. Any ~vire jumpers included on circuit boards shall be placed in plated feed through holes that are specifically designed to contain them. Jmnpers that are tack soldered to circuit traces, or are added to correct board layout errors, are unacceptable. All 1C's with 14 or more pins shall be mounted in machine tooled sockets. All sockets shall have two-piece, machined contacts and closed end construction to eliminate solder wicking. The outer sleeve shall be brass with tin or gold plating and tapered to allow easy IC insertion. The inner contact shall be gold finished, beryllium copper sub-plated nickel. All sockets shall have thermoplastic bodies meeting UL Specification 94V-0. Zero insertion force sockets will not be allowed. Each of the following shall be simultaneously displayed during standard NEMA dual ring operation on the Pace of the unit: 6-13 Technical Specifications & .. Description of Pay Items 2.4.11 2.4.12 2.4.13 2.4.14 2.4.15 2.4.16 1) Phase(s) in service (one per ring) 2) Phase(s) next to be serviced (one per ring) 3) Presence of vehicle call (one per phase) 4) Presence of pedestrian call (one per phase) 5) Recalls on vehicle phases (one per phase) 6) Reason for Green termination (one per ring) (1) Gap-out (2) Maximum time-out (3) Force-off 7) Pedestrian service (one per ring) 8) Max II in effect (one per ring) User programmed entries shall be stored and maintained in non-volatile memory. Battery power does not satis fy the requirements of this section. The controller unit shall be designed to operate properly with the logic ground isolated from the AC neutral (common) power lead. A high quality keyboard with a rated lifetime of 1 X 106 operations per key shall be provided on the front panel of the controller unit. The keyboard shall be used for programming all user-entered timings and settings. A direct reading alphanumeric liquid crystal display with back lighting, minimum size of 40 character by 4 lines, shall be provided on the front panel of the controller unit. The display shall be clearly readable in ambient light, internal cabinet light, full sunlight, or in absence of light from a distance of 1.0 meters at a 45° angle. The display shall have an automatic, user adjustable, time-out feature. The display shall remain clearly visible through the full TS-2 §2.1.5.1 operating temperature range of-34° C, to +74° C. All i. C. chips shall be mounted in sockets. Dual-in-line (DiP) devices shall be mounted in military specification sockets, Augat part number 8xx-AG1 ID. All sockets shall have two-piece, machined contacts and closed end construction to eliminate solder wicking. The outer sleeve shall be brass with tin or gold plating and tapered to allow easy I.C. insertion. The inner contact shall be beryllium copper sub-plated with nickel and plated with gold. All sockets shall have thermoplastic bodies meeting UL Specification 94V-O. Each I.C. socket contact shall be plated with at least 50 microns of gold. Controller software shall utilize flash prom memory storage technology to allow updates of software by uploaded and transferring the data via Port 1 or Port 2 on the front panel of the controller. New program updates shall not require the physical removal or exchange of any hardware items such as memory modules or integrated circuit chips, within the controller. The firmware updates shall be accomplished by use of an IBM compatible PC. It shall not be necessary to physically replace hardware components to update the firmware. The update procedure shall be accomplished by 6-14 Technical Specifications & Description of Pay Items 2.5 2.5.1 2.5.2 2.6 2.6.1 2.6.2 2.6.3 2.6.4 2.6.5 connecting the upload/doxvnload unit to a communication port on the controller and transferring the new firm~vare from files on the PC to the controller's FLASH PROM memory. The components shall accept a minimum of 1000 firmware updates. The following components shall be supplied to accomplish the fire,ware update: IBM PC compatible software program to accomplish the transfer with a verification routine. RS232 cable for interconnecting the upload/download unit to the controller/On-Street master. One (1) copy of the instruction manual for the entire process. Time Clock The clock shall use the sixty (60) Hz power line frequency as time base when AC power is present over the 89-135 VAC range defined by TS-2 §2.1.2. A super capacitor shall maintain the time-of-day clock and digital data during a power outage lasting up to 2 consecutive days. The use of batteries is unacceptable as means of compliance with this section. The Time Base clock shall be maintained to within _+ 0.005 % at 20° C and to within a + 0.02 % over the full specified operating temperature range, as compared to Coordinated Universal Time (WWV) standard for a period of thirty days, during periods when AC power is not applied. Clock/Calendar Programming Requirements The clock shall be easily set to the year, month, day of month, day of week, hour, minute, and second. Automatic Daylight Savings Time adjustment shall be a switchable keyboard menu option. The dales for fixed and floating holidays and special events shall be keyboard user programmable. Calendar adjustments for leap years shall be performed automatically by the controller. The clock shall store sequences of operations in the form of 255 entries and 15 day plans. 6-15 Technical Specifications & __ Description of Pay Items Global Time Base Schedule Actuated Traffic Signal Schedule Entry Months Dates of Days of Day Time Base Actions month week plan I 1-12 1-31 l-7 1-15 Entry 1 actions 255 Entry 255 actions 2.6.6 2.6.6.1 2.6.6.2 2.6.6.3 The structure and interrelationships of each type of program shall be in accordance with this section: A ~a3( plan shall consist of the follo~ving: Hour: Minute Action 1 Hour: Minute Action 10 (time to implement: action to implement) : (time to implement: action to implement) Where cach action is unique. There shall be a minimum often actions P~I day plan. There shall be a minimum of 1~5 ~ plans. Each action in a day plan shall consist of a group of the following obiects: · pattern (consisting of): cycle length offset split MUTCD flash (on/off) free operation · sequence special functions 1-8 (on/off) auxiliary functions 1-3 (on/off) mode of operation (a means of changing operating modes by T.O.D.) max II gap/ext 1I phase omits Any or all of these may be selected within a single action. Transfer into and out of FLASH shall be in accordance with the USDOT MUTCD. It shall be possible to program each phase and overlap to flash either yellow or red via keyboard entry. This shall be accomplished by flashing the loadswitch driver outputs simultaneously. An Entry shall consist of time period implemented: day plan, month(s), date(s) of month, and day(s) of xveek. 6-16 Technical Specifications & Description of Pay Items 2.6.6.4 2.6.6.5 2.7.0 2.7.1 2.7.1.1 2.7.1.2 2.7.1.3 2.7.1.4 2.7.1.5 2.7.1.6 A minimum of 100 Entries shall be keyboard programmable. A copy feature shall allow the transfer of entries bet~veen day plans. Program Requirements Programming Programming of the controller unit shall be by the use of the keyboard and display on the front of the controller unit. Navigating various features shall require only simple keystrokes, aided by full menu displays. The menu structure shall be well organized for ease of programming. It shall contain a main menu, which contains keyboard options for all sections of the controller on one screen. Each option shall be selectable by either a numeric entry or combination cursor positioning and ENTER key entry. Each subsequent menu shall be a detailed breakdown of one of the previous menu options. Each menu option shall be a descriptive name to prompt the user to the desired section for programming. All entries shall be displayed and entered in plain English. Toggle type entries shall be set by entering YES/NO or ON/OFF responses. Non-alphanumeric symbols and abbreviations will not be used to display information. For example, phase start up interval carmot be represented by a 0 - green, I - yellow, etc. All entries must state Red, Yellow, etc. in plain alpha symbols. Numeric entries shall be in the Base 10 (deci~nal) number system. Entries in other number bases, such as hexadecimal or binary, are not acceptable. A user selectable minimum four digit access code shall be an available option for securing access to timing and configuration of the unit. Display features shall be made available without the need to password access the unit. The controller unit shall be supplied with the code factory preset to be all zeros (0000). Instructions for use or entry of the access code shall not be printed on the face of the controller. A keyboard entered coded command (a series of commands or entries, not a single entry) shall be provided which will set all controller and TBC timings and entries to a default or inactive value. This coded command shall allow new values to be entered without first deleting prior entries. With the intersection display active, a keyboard command shall enable the user to place a call to each phase individually. 6-17 Technical Specifications & Description of Pay Items 2.7.2 2.7.2.1 2.7,2.2 2.7.2.3 2.7.2.4 2.7.2.5 2.7.2.6 2.7.2.7 Phase Operation In NEMA or STD8 operating mode, the controller unit shall accommodate a minimum sixteen (16) phases and sixteen (16) overlaps. The overlaps shall be designated as A, B, C, D, E, F, G, H, 1, J, K, M, N, O, P, and K. All overlaps shall be programmable through the keyboard and shall function as described by TS 2 §3.5.8. Each of the TS-2 timing intervals shall be programmable for a minimum of eight phases at a time from the same display screen, in a spreadsheet format. The display may be scrolled or paged down to display the next eight phase bank, additional intervals, or related information. The controller unit shall have a copy mode, allowing the user to easily copy programmed interval infom~ation into remaining phases. in addition to TS 2 Section 3 requirements, the following modes shall be available on a per phase basis: l) Conditional Re-service 2) Walk Clearance through Yellow 3) Skip Red lnterval if no call in Yellow 4) Red Rest 5) Max II 6) Allow conflicting phases, 2 entries per phase 7) Next Phase if power up in the Yellow Interval The following configurations, as a minimum, shall be programmed within the controller unit and be user selectable: 1) User Mode defined by the operator 2) 8 PhaseNEMA 3) 8 Phase Sequential 4) NEMA phasing to the left of barrier, sequential phasing to the right of barrier (Quad Sequential). 5) 4 Phase Diamond Interchange 6) 3 Phase Diamond Interchange 7) Separate Intersection (2) four-phase intersections The controller shall have a configuration which allows a minimum of 4 user programmable rings (compatibility lines, reference points to assure there shall be no concurrent selection and timing of conflicting phases). The controller shall have programmable conflicting phase settings where simultaneous operation of compatible phases is not allowed. 6-18 Technical Specifications & Description of Pay Items 2.7.2.8 2.7.2.9 2.7.3 2.7.3.1 2.7.3.2 2.7.3.3 2.7.3.4 A Phase Dynamic Maximum operation which increments the cm~:ent maximum in programmable steps (Dynamic Max Step) in seconds to a maximum limit (Dynamic Max Limit) in seconds shall be provided. The operation shall function as defined by TS 3.5 §2.2.2.18. The TBC shall select and coordinate reversible left turn sequence operations (dual leading, leading and lagging, or lagging and leading left tums). It shall be possible to transfer operation from one sequence to another at a preprogrammed time. Transfer shall take place at To during coordination (see paragraph 2.7.4.2). Coordination A minimum of 64 timing patterns, each ~vith a unique cycle length and offset combination, shall be available. Each of the 64 timing patterns will select one of the 16 possible split plans. Cycle length selections are to be each changeable from 30 to 255 seconds, in one-second increments. Phase split times and offset selections are to be adjustable from 0 to 254, in 1-second increments. The coordinator shall reference a system-wide reference cycle timer (system cycle timer). The term To shall refer to the point in the local cycle timer when the first coordinated phase (or leading coordinated phase if a pair of coordinated phases was selected by the user) is scheduled on for the first time. Note, this may not be the beginning of Green in the case of early return. The offset shall be the time in seconds that the local cycle timer lags the system cycle timer. For example, if the offset is +10 seconds, To (the point at which the local cycle timer is at 0) will occur ~vhen the system cycle timer is at 10 seconds. An entry shall be provided that will allow the automatic modes of coordination to reference either the beginning of the coordinated phase to local cycle zero or reference the end of the coordinated phase to local cycle zero. The controller shall contain the two modes of automatic coordination programming, fixed and floating force off modes, as required by TS-3.5 §2.5 / NTCIP entries. The following information shall be all that is required from the user to establish a pattern: 1) Basic NEMA controller timing 2) Cycle length in seconds 3) Desired phase sequence for the particular pattern 4) Total seconds of the cycle that a phase is to be active, including green, amber and red clearance times when there is constant demand on all input detectors 5) The coordinated phase or phases (from section 2.7.4.9 below). 6) The offset of the first coordinated phase serviced in the sequence from the reference clock's To in seconds. 6-19 Technical Specifications & Description of Pay Items 2.7.3.5 2.7.3.6 2.7.3.7 Using the above information in fixed force-off mode, the coordinator must perform the following fimctions for each pattern. 1) Guarantee the coordinated phase(s) programmed time will be serviced in their entirety to achieve coordination between intersections (when not correcting). The programmed time of the first coordinated phase in the phase sequence shall start at To. 2) Calculate each phase's force off point (the point at which a phase's Green must terminate, in order to not violate the following phases' programmed times). 3) Calculate the beginning of each phase's pernfissive window (the point in the cycle when the coordinated phase is allowed to yield to each corresponding phase). 4) Calculate the end of each phase's vehicle permissive window (the point proceeding a phase's force off point by its minimum time and the prior phase's clearance time). Any phase receiving a vehicle call before the end of vehicle permissive window will be serviced during the current cycle. 5) Calculate the end of each phase's pedestrian permissive window (the point preceding a phase's force off point by pedestrian Walk and pedestrian clearance times and the prior phase's clearance time). Any pedestrian call received by a phase before the end of pedestrizm permissive window will be serviced during the current cycle up to the beginning of the phase vehicle green. 6) Guarantee that each phase's programmed time is serviced in full if a call was received before the beginning of permissive window, and the phase does not terminate due to Gap out. Using the same information in floating force-off mode, the coordinator must operate in the same manner as fixed force-off mode, except that if a non-coordinated phase is entered early, it will remain active only for the time programmed in the split time. Automatically setting the max timer in each split to accomplish this function is acceptable. Once the user-selectable data for phase service is entered, the controller unit shall test the plan to insure that the plan does not violate any minimum times based on the specified numbers and cycle length. If a faulty plan is detected, the controller unit shall show an error code indicating the problem. If the error is not corrected, the controller unit shall mn in free operation mode whenever the erroneous plan is selected. If actuated pedestrian movements are programmed, the coordinator shall ignore errors detected due to the pedestrian Walk and clearance times violating the phase split time for any actuated pedestrian. The controller must have a diagnostic screen that lists any of the TS 3.5, §2.5.11 status reasons for free mode operation and must also have a diagnostic status screen. The diagnostic screen shall include all relevant information about the failure that resulted in free mode operation. As an example, if the cycle length does not equal to the sum of the splits, then the indication would be cycle failure and the sum of the splits would be displayed. 6-20 Technical Specifications & _ Description of Pay Items 2.7.3.8 The coordinator shall be programmable to seek oft'sets by sho~X-way (lengthening or shortening the cycle lengths). Shorting will have a 0 to 25% entry and lengthening will allow for a 0 to 50% ent~3~. The controller will also contain a dwell method of coordination which will allow the controller to stop at local cycle zero until the offset entry is satisfied. A dwell time entry will also be available which will limit the amount of time the controller stops at local zero. 2.7.3.9 The controller unit coordination program shall be designed to be programmed from the front panel to emulate the operation of a pre-timed controller by recall for applications where no vehicle detection is provided. 2.7.3.10 In additional to the two NTCIP modes of coordination defined in TS-3.5 §2.5, these seven (7) additional modes of coordination are required to be present in the controller: 1) Yield and force-off operation, in which each phase is provided a vehicle and pedestrian yield point and each phase is provided two force-off points. 2) "Easy Coordination" mode, which allows standard NTC1P auto modes, but the Yield points are calculated at a 6% increment for each phase following the coordinated phase. 3) "N.J." mode, which allows a single pemfissive interval to yield to all phases from the coordinated phase. 4) "Permissive fixed", which allows tttree (3) permissive periods to be defined, as well as a force-off for each phase. 5) "Permissive floating", in which three (3) permissive periods can be defined and a split time is defined for each phase. The split time defines the maximum time a phase can have during that cycle. 6) "Permissive fixed percent", where the force-offs are defined as a percent of the cycle. 7) "Permissive floating percent", where the split times are defined as a percent of the cycle. 2.7.3.11 For each configuration, a coordinated phase must be selected from Ring 1. A coordinated phase must also be selected from other rings if a compatible phase with the Ring 1 coordinated phase exists. The coordinated phase, or phase pair, shall be selectable from one of the individual phases or phase pairs shown in this table: CONFIGURATION Coordinated 8 Phase Quad 8 Phase 4qa Diamond Phase(s) NEMA dual Sequential Sequential ring and 3¢b Diamond Individual -- 4 or 8 2, 4, 6, or 8 Pairs 2&6or4 2&6 ~- 2&5,4&5, &8 1 &6, or 1 &8 6-21 Technical Specifications & _ Description of Pay Items 2.7.3.12 2.7.3.13 2.7.4 2.7.4.1 2.7.4.2 2.7.4.3 2.8. 2.9 2.9.1 2.9.2 2.9.3 If lead lag operation is selected, then during normal (8) phase operation only one phase needs to be selected as the coordinated phase. Compatible phase pairs shall not be forced to begin simultaneously. When establishing its offset from the reference point for external coordination, the coordinator shall reference only the leading edge of the sync pulse, regardless of its width. The internal coordination and upload/download programs shall not interfere with normal intersection operation except when changing ring structure in the controller or active phases. These operations (changing ring structure and active phases) shall require a confirmation and put the controller in a flash condition and a restart sequence. The implementation of revised timing parameters loaded into the timer shall be programmed to occur only at points in the controller coordination cycles which do not alter the controller phase sequence. The controller unit may temporarily drop out of synchronization during the upload/download, but must continue to operate. Time-Based Coordinator (TBC) The TBC shall allow the features and operations specified in 2.6.7.2 under time of day (T.O.D.) control. The internal reference sync pulse, from which the local offset is calculated, shall resync at midnight, or the resync shall be user programmable with a default to midnight. A pulse shall be generated whenever the Time-of-Day Clock shows a time, which is an exact multiple of the current cycle length after this resynchronization. In case of a power failure, resync shall be calculated from the programmed resync time. The power failure recovery routine shall accommodate the case of a power failure at midnight. An entry shall exist to change the reference by minutes from midnight. Communications Ports Each of the TS-2 specified ports shall have a selectable baud rate from 600 baud, to 57.6 kilobaud. Coordination Control Hierarchy When the system switch is in the closed loop position, the controller unit shall be under the control of either the central computer, or an on-street master controller. In the absence of any on-line Closed Loop System control by a central computer, or on- street master controller, the internal TBC shall control the coordinated, free, and flash operation of the intersection. When a master controller or central computer brings the intersection on-line, its control shall supersede that of the internal time base coordination. 6-22 Technical Specifications & Description of Pay Items 2.9.4 2.10 2.10.1 2.10.2 2.10.3 2.10.3.1 When the system switch is in the FREE position, the controller unit shall operate in a non-coordinated (free) mode. Preemption (PE) The internal preemptor supplied shall be user programmable for priority preemption in the minimum sequences outlined in the following order: railroad (1 train sequence), emergency vehicle (4 high priority sequences), and bus/transit (4 low priority sequences). Each preemption sequence shall have separate timing intervals. A decoded input to the controller shall be provided to discriminate the priority level. A steady state iow level input is defined as a high priority signal, and a pulsing low level input is defined as a low priority signal. Phases shall be selectable such that a limited signal sequence may be operational during preempt (PE). It shall be possible to add phases to this special limited sequence, which are not in the intersection sequence, without needing to add external logic. The following intervals shall be provided as a tninimum. While in preemption, the display will clearly identify the intervals being timed as preempt intervals. Yellow and red clearances from the phase timings may be utilized in place of the clearance intervals shown. Preemption Timing h~terval Definition All intervals are sequential. 0. PE Delay - This time shall start immediately when the preempt command is received. It shall not affect the normal operation of the controller unit until the delay time out occurs. This interval may be used for emergency vehicle (fire lane) preemption delay. If 0 (zero) time is set, the interval shall be omitted. 1. PE Minimum Duration - The preempt sequence shall not terminate until the preempt input signal is removed and the Minimum Duration time has expired. 2. PE Minimum Green - Any vehicle signal that is Green at the time this interval becomes active shall not terminate unless it has been displayed for at least the time programmed in this interval. If0 (zero) time is set, the interval shall be omitted. 3. PE Minimum Walk - Preempt Minimum Walk Time in seconds. A preempt initiated transition shall not cause the termination of a Walk prior to its display for this period. 4. PE Ped Clearance - At the time of preempt call, WALK indications shall immediately change to Pedestrian Clearance interval. The Pedestrian Clearance interval shall not terminate unless it has been displayed for at least the time programmed in this interval. If0 (zero) time is set, the interval shall be omitted. 5. PE Track Green - Signals programmed as track (or fire lane) signals shall remain Green or be changed to Green. All other signals shall be red. This interval shall be optionally programmable to zero during emergency vehicle PE. 6-23 Technical Specifications & Description of Pay Items 2.10.3.2 2.10.4 6. PE Dwell Green - Minimum Dwell Time in seconds. This parameter controls the minimum timing for the dwell movement. The phase(s) allowed during the Dwell interval shall be selectable to include all phases that do not cross the track. The Dwell interval shall not terminate prior to the completion of Preempt Duration Time, Preempt Dwell Time, & the call is no longer present. Each signal shall be keyboard programmable for red, red flash, yellow flash or Green. As an alternative, a limited cycle shall be programmable for use with railroad preempts. 7. PE Exit Ped Clear - Preemption Exit Pedestrian Clear Time in seconds. This parameter controls the pedestrian clear timing for a Walk signal transition to the Exit Phase(s). 8. PE Exit Yellow - This interval shall provide a solid yellow clearance for indications that were green or flashing yellow. Red and flashing red displays shall display solid red. 9. PE Exit Red Clearance - This interval shall be an all red clearance in preparation for return to the normal cycle. Return phases shall be programmable from the keyboard. 10. PE Max Call - This interval is the amount of time that a preempt call may remain active and be considered valid. When the preempt call has been active for this amount of time, the controller shall return to normal operation. The preempt call shall be considered invalid until the call is no longer active. Preempt Timing Interval Ranges TIME iNCREMENTS TIMING INTERVAL (Seconds) (Seconds) 0. PE Delay 0-999 1 (Emergency vehicle preempt) 0-999 1 1. PE Minimum Duration 0-255 1 2. PE Minimum Green 0-255 1 3. PE Minimum Walk 0-255 1 4. PE Ped Clearance 0-255 1 5. PE Track Green 1-255 1 6. PE Dwell Green 0-255 1 7. PE Exit Ped Clear 3.0-25.5 0.1 8. PE Exit Yellow 0-25.5 0.1 9. PE Exit Red Clearance 0-999 1 10. PE Max Call The phases to be scrviced following the preempt sequence shall be front panel keyboard programmable. 6-24 Technical Specifications & _ Description of Pay Items 2.10.5 2.10.6 2.10.7 2.10.8 2.10.9 2.10.10 2.10.11 2.10.12 2.10.13 Preempt sequences shall be selectable using external inputs. Preempt priority shall be assigned with #I being the highest. Ifa higher priority preempt input is received during a preempt sequence, the controller unit shall immediately transition to the new sequence, subject to the constraints of PE Minimum Green and PE Minimmn Walk. Provisions shall be made to clear two conflicting track phases from a single preempt input. This may be provided by two track clearance phases for a single preempt, or by combining two preempts. Preempt 1 shall be reserved for a priority railroad preempt. If more than two preempts are provided, it shall be possible to delete the priority override for all but the railroad preempt. If a lower priority preempt is activated during another preempt cycle, the one in progress shall continue through its entire cycle. If the second preempt input is still active when the first one is completed, the controller unit shall then initiate the low priority preempt. When all preempt inputs are removed, the controller unit shall proceed through the normal sequence to Return Red Clearance (Interval 9). Once the controller unit has entered the first timed interval following Preempt Delay (Interval 1), the sequence shall continue to the end even if the preempt call is dropped. If the call returns and extends beyond the Minimum Preempt Duration (Interval 1), the controller should reinitiate track green and complete the preempt sequence. The controller unit shall be programmable to be in flash, or in limited sequence, during interval 6. If flash is specified, the phases shall flash yellow or red, as user programmed. Flash shall be implemented by simultaneously flashing the appropriate Ioadswitch driver outputs. If limited sequence is selected, all phases shall be programmable, even if not normally used in the intersection sequence. Should a preempt command be present, after power restoration following an electrical outage, the controller shall power up in cabinet flash operation and remain in such state until the PE command is removed. Overlap phases shall begin and terminate with the parent phases, as described in TS 2. If the PE call occurs during yellow or red displays between parent phases, the overlap phase shall display a minimum of 3 seconds of yellow and a minimum of 1 second of red clearance. Don't Walk shall be displayed throughout the preempt sequence unless a limited cycle is run. During a limited cycle (Interval 6), the pedestrian heads may be programmed to be dark. Preempt routines shall have priority over all controller functions. The controller shall be programmable to allow multiple track clearance phases either within a single preemption sequence, or by mapping multiple preempts together in all modes of operation. 6-25 Technical Specifications & Description of Pay Items 2.10.14 2.11 2.11.1 2.11.2 2.11.3 2.11.4 2.11.5 2.11.6 The controller will have an entry that allows it to coordinate during limited sequence operation. When operating in this mode, the controller will perform a soft transition to the preemption return phases. Detection Control The controller shall have provisions for up to 64 combination vehicle or bicycle actuated input channels, when utilizing data Bus Interface Units (BIUs) within a TS-2 Type I standard cabinet, or up to 32 actuated input channels, without utilizing BIU's, within a TS-1 standard cabinet. The controller shall allow user defined programmable mapping of the detector channels to reduce or eliminate the need to rewire a TS-1 standard cabinet in order to utilize all 32 detector channels. All detection channels shall be capable of reporting volume and occupancy, at an interval of up to 99 minutes in one-second increments. All detection channels shall be capable of reporting alarms based upon the following incidents, as prescribed by TS 3.5, chapter 2.3. 1) Maximum Presence, No Activity, En'atic Counts 2) When operating with BIUs: Open Loop, Shorted Loop, 25% Inductance Change, Watchdog Fault All detection channels shall be individually assignable to any phase, or unassigned. Assignment arrangement shall not alter the ability of any channel to collect data or report alarms. All detection channels shall have the following features, as defined by TS-3.5, chapter 2.3: 1) Call Phase Assignment 2) Switch Phase Assignment 3) Passage Detector Assignment 4) Queue Detector Operation 5) Delayed Detector Operation 6) Extended Detector Operation 7) Yellow Locking 8) Red Locking All detection channels shall have the following enhanced features to govern both operation and data collection. 1 ) Delay Inhibit Phases 2) Occupancy on Green 6-26 Technical Specifications & Description of Pay Items 2.11.7 2.12 2.12.2 2.12.3 3) Occupancy on Yclloxv All features on all detection channels shall be capable of simultaneous operation. Features and their operation shall not be limited to a subset of detectors. Closed Loop Operation and Monitoring Software (CLS) 2.12.1 Short haul FSK modems, necessary to operate the controller as a Closed Loop System secondary, shall be provided internal to the timer ~vhen specified on the requisition. All necessary cables and communication ports needed for operation in a Closed Loop System cabinet shall be provided. The modem equipment shall meet the same TS 2 environn~ental requirements as the controller. The controller shall have internal software that allows the following functions and features. 1 ) Monitoring of signal indications, detectors, alarms, and time base functions 2) Controller database error checking 3) Coordination parameters 4) Remote resetting of coordination errors 5) Toggling special function outputs from the controller 6) Allow the central system to receive reports and alarms generated from the controller. 7) Accommodate connection of a dial-up modem to the controller to accomplish remote operation through the controller or the PC based software. All capabilities from the controller keyboard shall be capable remotely through a computer interface through a communications modem connection. The controller shall allow any of its detector inputs to be used with the system operation. The system shall report volume and occupancy counts based on a user- selectable time period for each detector. Storage of this data may take place at either the local or master controller, as specified within TS-3.4. 6-27 Technical Specifications & Description of Pay Items SPECIHCATION FOR MAST ARM POLE ASSEMBLY 1.0 1.1 1.2 1.3 1.4 1.5 1.6 2.0 2.1 2.2 GENERAL This specification covers steel (as specified in Plans) mast arm and pole assemblies, which, shall include transformer base. All mast arm pole assemblies, as supplied and installed, must conform to the detailed drawings and/or to the requirements in the Plans as to height, general design and finish. Drillcd shaft foundations for each mast arm pole installation shall be considered an integral part of thc respective mast ann pole assembly, when loading and wind design factors are applied. Each assembly shall be designed to withstand wind and ice loads per respective signal head(s), sign(s) and on all surfaces of the support assembly, in accordance with thc American Association of State Highway and Transportation Officials "Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals" and other pertinent specifications of this body. Unless otherwise shown in the Plans, wind speeds used for design shall be based on a 50-year mean recurrence interval. Wind drag coefficient shall be 1.2. Allowable milt stresses in each component of each assembly shall be as provided in the AASHTO Specifications above mentioned. All castings shall be tree to pattern in foml 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. All parts of assemblies of the same manufacturer shall be interchangeable. 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. POLE SHAFT 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. Fabrication. Round continuously tapered shafts shall be formed and welded, and shall have no more than one (1) longitudinal welded joint and no horizontal welded (transverse) joints. After forming and welding, the tapered shaft may be longitudinally rolled under sufficient pressure to flatten welds and to assure 6-28 Technical Specifications & Description of Pay Items 2.3 continuous uniform taper (on. 10 in/ft, or. 14-in/t2.). All welds shall be smooth so as to attain the external appearance characteristics of the pole itself. All shafts shall meet strength requirements of Section 1.0, and shall be provided with reinforced handholes if shown on the Plans. 3.0 3.1 SHAFT BASE Steel shaft bases shall be fabricated and constructed with an opening of a size and shape to receivc the shaft and shall be welded to the shat2 by continuous welds which develop strength of the base and of the adjacent shaft section. Four mounting holes shall be provided in the shaft base with a bolt circle pattern compatible with transformer base. Transformer base mounting bolts and four nuts shall be provided for securing shaft base to transformer base. Ornamental casting covers are required to cover exposed base mounting bolts. 5.0 ANCHOR BOLTS AND SHIMS 6.0 7.0 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 fiat washer. A set of six (6) "U" shaped galvanized steel shims (3 each, 1/8 inch thick and 3 each, 1/16 inch thick) shall also be furnished with each transfomqer base. Shoe base poles require that each anchor bolt be top threaded and provided with two (2) nuts and two (2) flat washers. The embedded end of anchor bolts shall have a 900 bend as shown on the Plans, and have a minimum elongation in 2 inches of 16 percent, or in 8 inches of 14 pement. SIGNAL HEAD AND LUMINAIRE MAST ARMS Mast arms shall be of the design shown in the Plans and arm and attaching hardware shall meet strength requirements of Section 1.0. Fastening the mast arm assemblings to the shaft by use of set screws (which would cut into or groove the shaft) guys, rods or sway braces will not be acceptable. FINISH Painted Finish - All surfaces at the time of paint application shall be in accordance ~vith the requirements of Brush-Off-Blast-Cleaning as specified in Steel Structures Painting Council Specification SSPC-SP7. When shipped, the outside of each assembly shall be coated in a manner that will assure all surfaces, at the time of erection, will be coated with a dry, smooth, continuous, uniform, tightly adhering, nonchalking film that is a minimum of two (2) mils thick measured over the peaks of the anchor pattern. The dried film shall contain, on a weight basis, a minimum of 6-29 Technical Specifications & Deseription of Pay Items 20% binder solids and a nfinimum of'25% pigment capable of chemically inhibiting corrosion. A minimum of 12% of the film shall be a chromate type corrosion inhibiting pigment. The inside of each assembly may either be coated in the same manner as the outside or may coated by an acceptable red lead primer. After erection of the asscnthly, the shop coat shall be touched up with shop primer. After the touch up coat is thoroughly dry, each pole assembly shall be provided with a one (1) mil (dry) thick film of paint specified and approved by the Engineer: Color Product #: Beige Brown Cure: PRPL97006 Control #: 340F-10 MIN PMT Resin Type: T711049 Gloss Level: Polyester Full "or equivalent". 8.0 CERTIFICATION REQUIREMENTS The Contractor shall submit for approval by the Engineer, five (5) prints of drawings which show all pertinent information and data required for verifying structural adequacy, and all fabrication and erection details. 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. Each sheet shall have a title in the lower fight hand comer which includes the names of the Contractor, Fabricator and sheet numbering. All material of each component shall be referenced to ASTM Specifications, or to other specifications provided minimum y/eld points or yield strength and elongations are shown. Drawings for only one assembly need be submitted for two or more which are of identical design and dimensions. Approval of the drawings shall not relieve the Contractor of the responsibility for correctness and completeness of the drawings, shop fit field connections and proper galvanizing designs when galvanizing is required. The drawings shall bear a fully descriptive, detailed certification thereon that the assemblies were structurally designed in accordance with criteria specified in Section 1.0 and specified in the Plans. The drawings shall be submitted to and approved by, the Engineer prior to fabrication. 6-30 Technical Specifications & Description of Pay Items 1.0 1.1 1.2 POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS 12 INCH, EXPANDABLE, ADJUSTABLE TYPE 1.3 2.0 2.1 2.2 2.3 GENERAL The Traffic control signal heads shall be in accordance with the latest revision of ITE Technical Report No. 1, except as noted below. Each traffic signal face shall consist of a number of identical signal sections rigidly fastened together in such a manner as to present a continuous pleasing appearance. The electrical and optical system of the signal head shall, unless otherwise specified, be designed for operation from a power supply of 115 volt, single phase, 50 Hz altemating current and 60-150 watt lamps conforming to the latest [TE Standard for Traffic Signal Lamps. Unless otherwise called for in the Plans, the Contractor shall furnish and install traffic signal lamps. SIGNAL FACES AND SIGNAL HEADS Signal faces and signal heads shall be as shown in the Plans, and installed per requirements in these specifications. All housing cases of signal heads shall be rigidly attached, at top and bottom to 1 1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating from hubs at the vertical central axis of the head and rigidly attached there to in a manner that will assure permanent alignment of the separate housings. The hub shall be designed to conform to the type of mounting attachment specified and provision shall be made for carrying the leads from each housing enclosed in the supporting arms to a single outlet in the mounting attachments. All units of the assembled head shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continuous exposure to sunlight or corrosive atmospheres. All traffic signal heads are to be equipped with rigidly-mounted, standard 5-inch backplates, of sectioned aluminum or of polycarbonate. Backplates are to be mounted so that signal section door hinging movement is not ixxhibited, and are to be black in color. Polycarbonate backplates are to have the black color impregnated during the manufacturing process, and painting will not be acceptable. 6-31 Technical Specifications & Description of Pay Items 3.0 3.1 3.2 3.3 3.4 3.5 HOUSINGS, DOORS, VISORS AND LENSES The housing of each section shall be a one piece polycarbonate resin material with sides, top and bottom integrally molded. The housing shall be at least .090" (2.3 mm) thick and shall be ribbed so as to produce the strongest possible assembly consistent with light weight. Two or more sets of internal bosses shall be provided in each section for mounting of a terminal block. Terminal blocks shall be securely mounted (see Section 10). The top and bottom cxterior 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 l/2" (38.1 mm) pipe brackets. Individual signal sections shall be fastened together either with at least 4 machine screws between each section or by the bolt ;md washer method. Complete signal faces shall provide positive locked positioning when used with serrated brackets, mast-arm or span-wire fittings. Provision shall be made for acconnnodafion of the particular type of mounting specified and attachment of doors, optical units and such other accessories as may be specified for the particular installation. Cases shall be designed for adequate strength. Fittings and accessories shall be of 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 attacbments, shall comprise a dust-and-moistureproof housing for the optical units, and shall be of such construction as to assure permanent alignment of all lenses in the signal faces. Portions of cases providing for attachment to supporting arms shall be molded with large bosses for the supporting arms. Each housing case shall be so attached to its supporting hardware that it will be adjustable by rotation about its horizontal axis, and may be rigidly clamped in position required. Provision shall be made for carrying the signal leads enclosed in the mounting attachment. 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 coxmected 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 I 1/2" pipe brackets. A locking ring shall be integrally molded around the bottom opening Around the top opening shall be either an integrally molded locking ring or a separate splined locking ring designed to fit into notches. The locking rings shall have a minimum of 46 evenly spaced teeth and shall be so designed that top and 6-32 Technical Specifications & Description of Pay Items 3.6 4.0 4. l 4.2 4.3 4.4 5.0 5.1 5.2 bottom rings will mate to provide a perfectly aligned signal head with flush connection between the outer circumference of the sections. Individual units shall be so manufactnrcd that all units are interchangeable. "Top" and "Bottom" as used in this section refer to the head assembly in vertical orientation. All heads are to be mounted horizontally. HOUSING DOOR The housing door of each signal section shall be a one piece polycarbonate resin material. The door shall be attached to the housing by means of two stainless steel hinge pins, or by polycarbonate hinge pins which are an integrally molded part of the housing door. Two stainless steel wing screws are to be installed on the side of the door to provide for opening and closing the door without the use of any special tools. Wingscrews shall have a flat-bearing surface or stainless steel flat washer to prevent gouging of the housing door by the wingscrews. Wingscrews shall remain captive in the housing door when the door is open. As an alternate to 4.2, a positive latching mechanism, integrally molded into the housing and housing door, is acceptable. Design of door, housing, and visor shall be such that no light is visible in the profile view of the signal face. OPTICAL SYSTEM Each optical system shall be provided with an optical unit consisting of a reflector assembly with leads to the terminal block (which is to be furnished in each complete housing) together with all bolts, nuts, scre~vs, clips, hinges, lugs and incidentals necessary for mounting the various parts of the optical assembly. Optical system shall consist of a yellow or yellow arrow, green or green arrow lens with a nominal size of 8 3/8 "(200 mm) or 12" (300 mm) as specified. All indicators (red~ yellow & green~ including PED) shall be LED assemblies. Lenses shall be glass and shall be permanently marked, in an inconspicuous manner, indicating the top of the lens and the name or trademark of the manufacturer. When installed, each lens shall be properly "top" oriented in the horizontally mounted head. 6.0 REFLECTORS (Not applicable) 6-33 Technical Specifications & Description of Pay Items 6.1 6.2 6.3 6.4 7.0 '7.1 The reflector shall be approximately parabolic in sections made of high quality clear glass, reasonably free from chips, bubbles, streaks, and wrinkles. The outer surface shall be silvered by a chemical or electrical deposition to such thickness that the lighted filament of a 200 watt incandescent lamp will be invisible through the silvered coating and shall then be protected by an electrically deposited copper coating. The silver coating shall be so applied that no foreign substance (solid, liquid or gas) can penetrate between the two materials and so it will be impossible for the silver to be peeled off from the glass. Over thc copper coating there shall be placed a heat resisting backing of high grade enamel. Alzak reflectors will be accepted as alternates. These reflectors shall be made of specular Alzak aluminum the thickness of the anodid coating to be a minimum of 0.0001 inches, or its equivalent, spun or drawn from metal not less than 0.025 inches thick equipped with a bead or flange on the outer edge to stiffen the reflector and insure its being held tree to shape. Polycarbonate reflectors will be accepted as alternates, provided the light color and distribution of the unit meets the rTE standard cited above. The reflecting surface shall be totally free of flaws, scratches, defacements or mechanical distortion. LAMP RECEPTACLE (Not applicable) The lamp receptacle shall be of weatherproof molded construction capable of withstanding without deterioration the high temperatures within the optical unit during operation and shall be equipped with a lamp grip to render it impossible for the lamps to be loosened by vibration. The receptacle in the 8" signals furnished shall be set so as to place the filament ora 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 filan~ent leads up, and shall be properly oriented when installed in horizontally mounted head. 7.2 8.0 The reflector holder and lamp receptacle holder shall consist of a structure of such design as to securely hold the reflector and lamp receptacle. It shall be provided with hinges and/or lugs so spaced as to give clearance to the hinges or lugs for the door and rigidly hold the reflector in place. Materials used in the construction of the above parts shall be of rust resisting material and not subject to corrosion when subjected to continued exposure in corrosive atmospheres, particularly salt air. WIRING 8.1 Each LED assembly shall be provided with t~vo 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 thc same section by means of solderless wire connectors or binding screws 6-34 Technical Specifications & Description of Pay Items and spade lugs. Color coding lbr the identification of thc dillkrent leads shall be individual so that each lead can be identified separately by coding alone in general, tlxe 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 Traccr 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 9.0 9.1 9.2 10.0 10.1 10.2 10.3 VISORS Each signal door shall be equipped with a detachable standard tunnel (unless otherwise shown in the Plans), polycarbonate resin visor fastened at four or more points to the door. The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass approximately 300 degrees of the lens. Heads may be shipped with visors detached. If heads are shipped with visors attached, visors shall be easily removed and replaced without damage to visor or signal head. TERMINAL BLOCKS Each optical unit (or section) of each signal head shall be wired to a terminal block mounted near the bottom inside of the unit. The terminal block shall be securely mounted in an accessible position, be of molded weatherproof construction, and be equipped with identified terminals for signal (interior) and field wires. Binding screws shall be provided for field wires. Solderless connectors or binding screws shall be provided for interior wiring to the optical unit. In addition to individual terminal blocks described above, each multiple section signal (head) will be provided with a common terminal block mount in the top section of each signal head. Each assembled signal head shall be wired by the supplier to the common terminal block. If specified, an additional terminal block located within a compartment shall be provided for common wiring of multiple signal heads located on a single pole or 6-35 Technical Specifications & Description of Pay Items 10.4 11.0 11.1 11.2 pedestal. The terminal compartment shall bc 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 handlc all optical unit wires. A minimum of twelvc connector sets shall be provided. Color coding of leads shall be maintained, individually, from each optical unit lampholder to respective terminal in the compartment. Commons from each housing shall be grouped and carded to one terminal in the comparm~ent. Use of terminal compartment described in 10.3 does not eliminate the requirements for those specified in 10.1 and 10.2. MOUNTING AND ATTACHMENTS All mounting attachments shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continued exposure to sunlight or corrosive atmospheres, particularly salt air. Provisions shall be made for carrying the signal leads enclosed in the mounting attachment. The mounting attachment, together with supporting arms and assembled housings, shall comprise a dust-and- moisture-proof enclosure for optical units and lead wiring. Mounting attachments shall be as specified for the particular head on the Plans. The signal heads, vertically mounted on the signal mast arms shall be installed so that door hinges are on the bottom edge, and all doors open downward. 12.0 MATERIAL All material used in construction of major signal components shall be of polycarbonate resin. This material shall be such that it will withstand 70 foot-pounds of impact without fracture or permanent deformation. 13.0 COLORS The color of signal heads and hardware shall be black. The underside of visors shall be painted a flat black. Color as specified shall be integrally impregnated in the polycarbonates resin in the molding process. 14.0 MEASUREMENT AND PAYMENT 14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans will be measured per each unit. Materials required and used in installation, such as LED's, attachment pipe and brackets, hardware, internal head wiring, paint, etc., will not be measured directly, but will be considered subsidiary to the Item "Traffic Signal Sections". 6-36 Technical Specifications & Description of Pay Items 14.2 Payment: Traffic signal head and backplate units, provided, installed and in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for providing and installing heads and backplates, and for fumishing and installing all described attachment hardware, signal lamps, internal wiring, and paint and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-37 Technical Specifications & Description of Pay Items UNDERGROUND TRAFFIC SIGNAl, REQUIREMENTS: CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND INSTALLATION PROCEDURES 1.0 1.1.1 1.1.2 1.l.3 1.2 1.2.1 1.2.2 1.2.3 1.2.4 1.2.5 CONDUIT Description This item shall govem for the furnishing and placing of conduit of the types and sizes indicated on thc plans, including ground boxes, fittings, expansion joints, attachments and incidentals. Unless otherwise shown on the Plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans. The Contractor may, at his own expense, use conduit of larger size than specified on the Plans providing that the larger size is used for the entire length of conduit run. Materials All conduit and fittings shall meet the requirements of the National Electrical Code and shall be listed by Underwriters Laboratories, and shall be marked in accordance with the applicable requirements of the NEC. Ground boxes, expansion joints and conduit fittings shall be fabricated from a material similar to the connecting conduit unless indicated otherwise on the plans and shall be listed by Underwriters Laboratories. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. When tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal conduit shall be steel, hot-dipped galvanized on the outside and protected on the inside with a suitable corrosion resistant material. Fittings shall be rain-tight. Set screw and pressure cast fittings will not be permitted. Polyvinylchloride and high-density polyethylene conduit shall meet the requirements of NEMA Standard TC-2 and UL 651, and the requirements of NEC for Rigid Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be heavy-wall (Schedule 40). Flexible conduit shall be liquid-tight metal meeting requirements of NEC and shall be UL-listed. Where conduit system is metallic, all lengths of flexible metal conduit shall be fitted with bonding jumpers. 6-38 Technical Specifications & Description of Pay Items 1.3 1.3.l 1.3.2 1.3.3 1.3.4 1.3.5 1.3.6 1.3.7 Construction Methods The conduit, ground boxes, fittings and incidentals shall be placed in accordance with the lines, grades, details and dimensions shown on the plans, or as directed by thc Engineer. h~stallation 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 aligrunent will not be disturbed during the placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch tape per foot shall be used. Conduit placed on structures shall be firmly fastened within 3 feet of each outlet box, ground box or fitting and at other locations as required by the NEC. When required by the Engineer, immediately prior to installation of conductors or final acceptance, a spherical template having a diameter of not less than 75 pement of the inside diameter of the conduit shall be dra~vn through the conduit to insure that the conduit is free from obstruction; then all conduit ends shall be closed using permanent type caps. Conduit terminating in controller cabinet shall extend vertically, approximately two inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. Each length of galvanized rigid metal conduit where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. PVC conduit shall be joined by solvent-weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the Plans. All conduit and fittings shall have the burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Ends of conduits shall be capped or plugged until starting of wiring. A nylon or non-metal pull tape shall be used in pulling cables and conductors through PVC conduit. Metal tapes will not be permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as directed by the Engineer. PVC conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be accomplished by either boring or jacking a mandrel. If it is determined by the Engineer that it is impractical to place the conduit as outlined above due to unforeseen obstructions, written permission may be granted by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or boring shall not be closer than two feet to the back of the curb or outside edge of the 6-39 Technical Specifications & Description of Pay Items 2.0 2.1 2.1.1 2.2 2.2.1 2.2.2 2.2.3 2.3 2.3.1 shoulder unless otherwise directed by the Engineer. The jacking or boring method used shall not interfere with thc 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. Waterjetting will not be permitted. Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Engineer for placement of conduit by boring. GROUNDPULLBOX General The purpose of this specification is to describe a precast concrete, ground (pull) box with cover and extension (if required) for use in underground traffic signal systems. The box shall be used for terminating and beginning conduit runs of various sizes and also for accessibility when pulling signal or interconnect cable. Description This item shall govern the construction, furnishing and installation of precast ground boxes in accordance with locations and details shown on the plans. Unless otherwise noted on plans, ground boxes shall be precast concrete. The assembly shall consist of box, cover, and extension (if required). The box and extension shall be precast concrete. The cover shall be galvanized steel. The cover shall be fabricated so as to fit properly in a recessed lip for full and stable contact on the box and be secured thereon with at least two stainless steel bolts. The legend "Traffic Signals" shall be integrally cast into the top surface of the cover, and the cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal. The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x 12". The bottom portion of each will be open, with sturdy flange around the perimeter so that the box seats firmly on the top of extension. A minimum of four knockouts, to accept three inch duct, one on each end and side, shall be provided in each box m~d extension section. Materials Concrete used for constructing the precast concrete ground boxes shall be Class A conforming to the requirements of the Standard Specifications for Public Works Construction North Central Texas, "Concrete For Structures". Reinfoming steel used in the construction of the ground boxes shall conform to the requirements of the "Steel Reinforcement". 6-40 Technical Specifications & Description of Pay Items 2.4 2.4.1 3.0 3.I.1 3.1.2 3.2 3.2.1 3.2.2 3.2.3 Construction Methods The construction and installation of the ground boxes shall be carried out in compliance with thc requirements herein stated and in conformity with the details shown on the plans. Upon completion of the work, each installation shall present a neat and workmanlike finished appearance. CABINET FOUNDATIONS All concrete materials and their preparations shall be in accordance with the requirements contained in Standard Specifications for Public Works Construction North Central Texas, "Drilled Shaft Foundatlo , aT~d the additional requirements herein. All concrete used in the project shall have the following mix proportions and characteristics: Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0 Maximum Water - Cement Ratio - 6.5 Maximum Size of Aggregate - 1 inch Minimum Compressive Strength (28 day cure at 70 F.) 3000 psi Slump Range in inches - 3 to 5 Use of a cement dispersing agent is permissible, but not required when the temperature of ambient air or of the concrete mix is above 85 F. Excavation for all required foundations shall be done in accordance with lines and depth indicated on the Plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will notbe permitted. Foundations shall be constructed to the dimensions shown on the Plans or directed by the Engineer. Care shall be used to insure that the top of the finished foundation is exactly level. Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety-six (96) hours. Backfill shall be tamped with mechanical tamps in 6-inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original construction. All excavated material not required for backfill shall be promptly removed and disposed of by the Contractor outside the limits of the project. 6-41 Technical Specifications & Description of Pay Items 4.0 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. MEASUREMENT AND PAYMENT 4.1 Cabinet Foundation Measurement. Foundations will be measured per each unit. Materials required and used in installation, such as reinforcing steel, ground rods and forms will not be measured directly but will be considered subsidiary to the Items "Drilled Shaft Foundation" and "Cabinet Foundation". Payment. Foundations installed in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for furnishing and installing all required materials, such as reinforcing steel, concrete, ground rods, anchor bolts, and for all labor, materials, tools, equipment, all backfilling, and incidentals necessary to complete the work. 4.2 Ground Boxes Measurement. Ground boxes will be measured per each unit. Materials required and used in installation, such as bedding gravel, will not be measured directly, but wild be considered subsidiary to the Item "Ground Boxes". Payment. Ground boxes, provided and installed in place as shown on the Plans will be paid for at the unit price bid specified in the bid item list. Said prices shall be full compensation for furnishing and installing and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 4.3 Conduit Measurement. Conduit of the respective sizes and material type specified on the Plans, will be measured per lineal foot. Materials required and used in installation, such as couplings and connecting hardware, will not be measured directly, but will be considered subsidiary to the Item "Conduit". Payment. Conduit, provided and installed in place will be paid for at the unit price bid for respective size and type specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described connecting hardware, for cleaning existing conduit sections (those to be reused) and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-42 Technical Specifications & Description of Pay Items 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 3.0 3.1 3.2 3.3 4.0 4.1 Cable under this specification shall be composed of uncoated copper conductors individually insulated with heat stabilized polyethylene (multi-conductor) or with polyvinylchloride compound (single conductor) as specified herein. Multiple insulated conductors shall be laid up in a compact form, bound with suitable tape, and jacketed with polyvinylchloride compound. CONDUCTORS The copper conductors shall, before insulating, conform to the requirements of ASTM Designation B-3, latest revision for soft annealed copper wire, and ASTM B-8 for concentric lay, stranded copper wire. The conductors shall be stranded unless otherwise specified in the plans and specifications. The number and size of the conductors shall be as specified in the plans and specifications. INSULATION Multi-Conductor Cable The insulating compound before application to the conductors shall be heat-stabilized polyethylene conforming to the requirements of ASTM Designation D1 248, 63T, Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the conductor. Insulation after the application to the conductors shall meet the following requirements when tested in accordance with the procedures given in ASTM Designation DI 35l, latest revision, and ASTM Designation D470, latest revision. Physical Properties of Polyethylene Insulation Initial Properties: Tensile strength, lbs. per sq. in., minimum Elongation at rupture, percent, minimum 6-43 1400 350 Technical Specifications & Description of Pay Items 4.2 4.3 4.4 After 48 hours in air oven at 100°C: Tensile strength, percent of original, minimum 75 Elongation at rapture, percent of original, minimnm 75 Cold Bend Test, 1 hour at -55°C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). The nominal thickness of the insulation shall be not less than that specified in Table 1. The minimum thicka~ess of the insulation shall be not less than 90 percent of the nominal value. Moisture Absorption a. After a twenty-four hour immersion in tap water at 50°C plus or minus l°C, the specific indicative capacity of the insulation shall be not mom 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 detemfined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. The moisture absorption tests shall be conducted in accordance with methods specified in IPCEA S-61-402, NEMA WC5, latest revision. Electrical Prope~ies a. Dielectric Strength Each processed length of insulated conductor before cabling shall withstand the test voltage specified in Table 1 for a period of 5 minutes after immersion in water for not less than 6 hours and while still immersed. b. Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still irrmqersed, shall comply with the insulation resistance requirements of Table I. The Dielectric Strength and Insulation resistance Tests shall be conducted in accordance with the requirements of ASTM Designation D470, latest revision. 6-44 Technical Specifications & Description of Pay Items TABLE 1 INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor Sizc Insulation AWG Thickness h~ches Test Voltage Insulation Rcsistance at 60°F. Megohms - 1000 Feet 20 .025 2500 I5,000 19 .025 2500 15,000 18 .025 2500 15,000 17 .025 2500 15,000 16 .025 2500 14,800 15 .025 2500 13,700 14 .025 2500 12,600 13 .030 3000 13,200 12 .030 3000 12,100 11 .030 3000 11,000 10 .030 3000 10,100 9 .030 3000 9,200 8 .030 3000 8,300 4.5 4.6 Single Conductor Cable The insulation shall be tough, durable, stabilized polyvinylchloride compound meeting the requirements of Underwriter's Laboratories Type THW. The physical characteristics of the insulation shall be as given in Table 1/. Tests of these characteristics shall be made in accordance with ASTM designation D- 470, latest revision. 6-45 Technical Specifications & Description of Pay Items TABLE 11 a. Initial Properties: Tensile strength, lbs. per sq. inch, min. Elongation, percent, min. b. After 120 hours in Air Oven at 100°C: Tensile strength, percent of original, min. Elongation at rupture, percent of original, min. c. Cold Bend Test. 1 Hour at -55°C, no cracks (Mandrel Diameter 2.5 times covering diameter) d. Flame Test, self-extinguishing in minutes, max. 2300 250 85 60 4.7 Thickness, Diameters and Weights The completed conductor shall conform to the requirements of Table HI. The thickness of the insulation shall be not less than 90% of the nominal value in Table HI. The minimum spot thickness shall be not less than 70% of the nominal thickness. TABLE 111 Conductor Size AWG Nominal Approx. Approx. Thickness O.D. Weight of Covering Inches Lbs/M Ft. 4 .045" .300 131 6 .045" .260 85 8 .045" .220 56 10 .030" .174 34 12 .030" .140 23 5.0 5.1 CONDUCTOR COLOR CODING Multi-Conductor Cable Standard color coding for cables shall be in accordance with Table iV. When permitted by the purchaser, the conductor coding may be numerals and words printed on the conductor insulation. Base colors shall be obtained by the use of colored insulation. Tracers shall be 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. 6-46 Technical Specifications & Description of Pay Items 'FABLE 1V 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 21 orange Green 6-47 Technical Specifications & Description of Pay Items 5.2 5.3 5.4 5.5 6.0 6.1 The color sequence may be repeated as neccssary. Color code scquencc applies when cane is composed of mixed sizes. Special color coding, when specified in unpaired conductor cables, shall consist of black for all conductors except that one conductor shall be identifiable conductor in each layer. For combination cables consisting of pairs with single conductors, color code sequence given in Table iV, shall be used for pairs, repeated as necessary. Single Conductor Cable Black covering shall be used for signal and power circuit positive. White covering shall be used for signal and power circuit common. Red covering shall be used for detector positive. Blue covering shall be used for detector cimuit common. Covering colors shall be obtained by use of colored polyvinylchloride. CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE) Two-Conductor Cable Two-conductor cables shall have a maximum length of lay not more than 30 times the installed conductor diameters. b. Two-conductor cables shall be of the round, twisted type. Fillers shall be used where necessary to fom~ a two-conductor round twisted cable. 6.2 Multi-Conductor Cables Having More Than Two Conductors In multi-conductor cables having more than two conductors, the single conductors shall be laid up symmetrically in layers with lay not exceeding the following: Number of Conductors Maximum Length of Lay 3 4 5 or more 35 times insulated conductor diameter 40 times insulated conductor diameter 15 times assembled core diameter Each layer of conductors in the cable shall be laid in a direction opposite to that of adjacent layers. When permitted by the purchaser, unidirectional lay may be used. The outer layer shall be left-hand lay. 6-48 Technical Specifications & Description of Pay Items 6.3 6.4 7.0 7.1 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. The conductor assembly shall be covered with a spiral wrapping of a moisture- resistant tape applied so as to lap at least 10 percent of its width. JACKET (MULTI-CONDUCTOR CABLE) Over the taped conductor assembly there shall be applied a tightly fitting polyvinylchloride compound jacket which shall meet the following requirements when tested in accordance with ASTM Designation D1047, latest revision. PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET a. Initial Properties: Tensile Strength, lbs., per sq. in., min. Elongation at rupture percent, min. b. After 5 days in air oven at 100°C: Tensile Strength pement of original, min. Elongation at rapture percent of original, min. c. Head Shock Test, Air Oven, 1 hour at 121 °C: no cracks d. Heat Distortion Test, Air Oven, 1 hour at 121 °C: Decrease in thickness, percent, max. e. Cold Bend Test, 1 hour at -40°C: no cracks f. Flame Test, minutes burning, max. g. After 4 hours in ASTM No. 2 oil at 70°C: Tensile Strength, percent of original, min. Elongation at rupture, percent of original, min. 1800 250 85 60 50 1 8O 6O 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 th/ckness. The minimum thickness shall be not less than 70% of the nominal thickness. 6-49 Technical Specifications & Description of Pay Items TABLE ¥ Calculated Diameter of Cable Jacket Thicla~ess 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 8.0 8.1 8.2 9.0 9.1 9.2 9.3 9.4 10.0 IDENTIFICATION Each shipping length of multi-conductor cable shall have a tape showing the name of the manufacturer and the year in which the cable is manufactured, placed over or under the tape covering the conductor assembly before the application of outer coverings. As an alternate method of identification, the above information may be applied to thc outer surface of the jacket. Each shipping length of single conductor shall havc indented printing on a tape or other permanent identification showing the name of the manufacturer and the year in which the conductor is manufactured. SAMPLING, INSPECTING AND ACCEPTANCE Inspection and tests shall be made prior to shipment and at the place of manufacture. The Contractor shall furnish the Engineer in suitable form, a certified report of the tests made on the cable to show compliance with this specification. Tests on Entire Cable - The individual conductors of each length of completed cable shall meet the voltage and insulation resistance requirements of Section 4, except that the final electrical test on multiple conductor cables may be made without immersion in water. Each conductor of a multiple conductor cable shall be tested against all other conductors and shield if present. Sample Tests - One sample for establishing conformity to this specification shall be taken from each 10,000 feet or fraction thereof, of each type and size of cable except that for the physical dimensions and the visual inspection a sample shall be taken from each reel. In case that these samples fail to meet the requirements of this specification, two additional samples shall be selected 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. PACKING AND MARKING FOR SHIPMENT 6-50 Technical Specifications & Description of Pay Items 11.0 llA 11.1.1 11.1.2 11.1.3 11.1.4 Reels fbr multi-conductor cable shall be substantially constructed and in good condition. The cablcs shall be suitably protected. Each end of the cable shall be available for testing, properly sealed, and protected against injury. Each reel shall be plainly and permanently marked with manufacturer's full description of the cable, giving the length of the cable on the reel, the number of conductors in the cable and the date of shipment from the factory. INSTALLATION OF CABLE General The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without any sharp projections, edges, or short bends. The conductors shall be installed in such manner and by such methods as to insure against harmful stretching of the conductor or damage to the insulation and shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish, at the request of the Engineer, at least two copies of the manufacturer's recommendations, including methods of attaching pulling tension per conductor size and per radius of conduit bcnd, and the type of lubricant to be used. All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. In many instances, existing conduits which contain signal cable are to be used for the installation of new cables. In such locations, the existing cable(s) may be used to pull in the new cables. Should the Contractor desire to install new cables without removing the existing cables, the new installation shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of replacement of defective cables. The manufacturer's recommendcd maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables but shall be one of several commercially 6-51 Technical Specifications & Description of Pay Items 11.1.5 11.2 11.2.1 11.3 11.3.1 11.3.2 11.4 11.4.1 11.5 available wire pulling compounds that are suitable for these kinds of cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pullboxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. Wire and Cable All wire and cable shall conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the plans. Controller Cabinet Wiring Wiring for the controller shall consist of connecting to its terminals (1) wires to signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires, (5) the ground wires, and (6) the interconnect wires. At the controller all conductors fi.om the field shall be stripped back and an eye hook formed in the wire. These "hooks" shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to their destination and neatly laced together. Communication and detector lead-in cables shall be clearly identified by use of metal or plastic tags. For example: Eastbound Right Lane. Signal Head Wiring Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face and where applicable, cormecting 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 fi.om any terminal points located in the pole or transformer base to the signal head terminals shall likewise be number twelve (12) A.W.G. The Contractor shall fumish the NO. 12 A.W.G. for this work. Terminals and Splices 6-52 Technical Specifications & Description of Pay Items 11.5.1 ll.5.2 11.5.3 11.5.4 Except 1bt controllers, the ends of all wircs which are to be attached to tem~inal posts shall be provided with soldered terminals that meet the requiremcnts of the National Elcctrical Code. Unless otherwise called for in the plans, splices will be permitted in the wires of signal conductors only in the base of each signal pole at terminal points called for in the plans. If lead-in conductors from detectors to controller are of different type than the detector leads, a water-tight splice, acceptable to the Engineer, may be made in ground box adjacent to the detector location. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be water tight. Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recmranendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be soldered. Heat shall be applied by the use of hot solder. Heating the connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning outside jacket in order to remove the wax finish. Before the first layer of tape is wrapped, the entire area shall be coated with an electric grade robber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape requires a pressure and thus must be stretched to 2/3 width when applied. The completed splice shall be covered with a half-lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. Splices in conununication cables shall include the shield. Splices between cable pairs shall be made with Scotchlock solderless connectors designed for this specific application. The completed splice shall be insulated with a re-enterable plastic splice case. Splices at points other than those shown on the plans may be made only with the written permission of the Engineer. The Engineer shall select at random at least 5 splices to be thoroughly inspected. The Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the various layers of materials and the connector. The splice shall be thoroughly checked for compliance to these special provisions. The splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the contract. All of the splices selected for this inspection shall conform to the requirement of these special provisions. If any splices fail to meet these requirements, ten (10) more splices shall be selected to random by the Engineer for inspection. 11.6 Enclosed Wiring 6-53 Technical Specifications & Description of Pay Items 11.6.1 11.7 11.7.1 12.0 12.1 12.2 12.2.1 12.3 12.3.1 12.4 I 2.4.1 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 lo,vest power conductor. Thc power entrance to the controller may be made through underground polyvinyl-chloride conduit. Identification of Signal Wires IMSA color coded signal cable shall be used to wire bases, pullboxes and controllers. Colors shall be continuous from the point of origin to the point of termination. Splices will be permitted if same colors are spliced. GROUNDING AND BONDING There shall be a properly installed and connected ground rod for each controller cabinet and power drop to reduce any extraneous voltage to a safe level. The location of the ground rod shall be such as to minimize the length of the grounding-conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by a volt-ohm-meter. Signal and Controller The signal pole housing, controller housing, signal conm~on and service common shall be grounded. All groundings shall be as shown on the plans and/or may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the requirements of the National Electrical Code. The service common at the pole from which the power is taken shall be grounded. Conduit and Signal Posts Metal conduit and metal signal posts or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper- wire or equal. Grounding Connectors and Electrodes The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper- bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire. 6-54 Technical Specifications & Description of Pay Items 13.0 14.0 Com~ections 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 ghp between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. MEASUREMENT AND PAYMENT Single and multi-conductor cable, installed and in place, and of the size and number of conductors specified on the Plans, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing cable with proper grounding, and for all labor, tools, materials, equipment and incidentals necessary to complete the work. GUARANTY If it is the normal trade practice for the manufacturer to furnish a guaranty for the work provided herein, the Contractor shall turn this guaranty over to the Engineer for potential dealing with the guarantor. The extent of such guaranty will not be a factor in selecting the successful bidder. 6-55 Technical Specifications & Description of Pay Items POWER SERVICE AND SERVICE EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES 1.0 1.1 1.1.1 1.1.2 1.2 2.0 2.1 2.2 POWER SERYICE AND SERVICE EQUIPMENT Power Scrvice Connection Thc Contractor shall make all arrangements for connection to the power service, shall obtain meter and metcr socket from the Power Company when they are required and install them in accordance with the Plans, and shall furnish and install all other materials necessary to make the power connection which are not furnished by the Power Company. Unless otherwise called for in the Plans, the power connection shall be made to a 115- 125 volt, single-phase, 60 cycle A.C. supply. The wire used for the power connection shall be a minimum size as indicated on the Plans and shall be insulated for six hundred (600) volts. The common wire shall be white-coded and the power positive shall be black-coded. Power Service Equipment Requirements Power service equipment shall meet the following requirements: (a) Lightning arrestor will be required. It shall be of the valve type, 0-650 volt with bracket for cabinet mounting and shall be connected between hot leg and ground, per drawing in Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single pole, 120 volt, 5000 IAS meeting Federal Specification W-C-375A, installed as shown on the Plans. (c) All miscellaneous hardware, i.e., conduit, conductors, pedestal cabinet and weatherhead, shall be installed as shown in the Plan details. Conductors shall be of the size indicated and be type THW meeting applicable ASTM specifications. SYSTEM WIRING METHODS Controller Wiring for the controller shall consist of cormecting to its terminals (1) wires to signals, (2) wires to detectors, (3) the power wires and (4) the ground wires. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. Signal Heads Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face to the terminal block in the signal head terminal compartment. All such connecting wires shall be number 6-56 Technical Specifications & Description of Pay Items 2.3 2.4 2.5 2.6 2.7 2.8 twelve (12) A2nerican Wire Gauge. All conductors running from any terminal points located in the pole or transformer base, to thc signal head terminals shall likewise be twelve (12) AWG. Splices Unless otherwise called for in the Plans, splices will be permitted in the wires of signal conductors only in the transformer base or handhold of each signal pole at terminal points called for on the Plans. Splices at points other than as stated above may be made only with the ~vritten permission of the Engineer. All splices shall be watertight. Tem~inals Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with solderless temfinals that meet the requirements of the National Electrical Code. Wire and Cable All wire and cable shall confom~ to the requirements shown on the Plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the Plans. Enclosed Wiring Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire within twenty-one (21) feet above the ground surface shall be enclosed in approved metal conduit. Power-tap lines carried down poles shall be placed in metal conduit. The power entrance to the controller shall be made through underground polyvin¥1chloride conduit only. Identification of Signal Wires Numbered identification tags of metal, plastic or tape shall be placed around each wire adjacent to wire ends in the controller cabinet, signal head and signal-pole-base terminal boxes. Signal and Controller The signal poles, controller housing, signal common and service common shall be grounded. All grounding shall be as shown on the Plans and/or as may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the requirements of the National Electric Code. The service common at the pole or service pedestal from which the power is taken shall be grounded. 6-57 Technical Specifications & Description of Pay Items 2.9 2.10 2.11 3.0 3.1 3.2 Conduit and Sigmal Poles Metal conduit and metal sisal 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 eqnal. After the signal cable connecting the signal and the controller is in place, the unfilled portion of the conduit openings shall be sealed with a sealing compound in accordance with the National Electrical Code. The sealing compound used shall have a melting point of not less than two hundred (200) degrees Fahremheit, and shall not be adversely affected by the surrounding atmosphere or moisture. MEASUREMENT AND PAYMENT Wire and cable referred to in Section 1.0 is covered by other parts of this specification. Payment for wire and cable is per respective items in the bid item list. Power Service Measurement. The power service will be ~neasured per each unit. Materials required in installation, such as lightning arrestor, circuit breaker, enclosure, foundation, and incidentals will not be paid for directly, but will be considered subsidiary to the Item "Power Service Pedestal and Equipment". Payment. Power service, installed in place, will be paid for at the trait price bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing, circuit breakers, weatherheads, lightning arrestor and required incidentals and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-58 Technical Specifications & Description of Pay Items VEHICLE AND PEDESTRIAN DETECTORS; DETECTOR AMPLIFIERS; LEAD IN CABLE; PEDESTRIAN PUSH BUTTONS; INSTALLATION PROCEDURES 1.0 2.0 2.0.1 2.0.2 2.0.3 2.0.4 2.1 2.1.1 2.1.2 GENERAL This specification covers minimum design and functional requirements of pedestrian detector push buttons, and thc installation requirement for detector components within a traffic signal system. I.OOP DETECTOR AMPLIFIER (Not Applicable) All loop detector units supplied for this project shall meet the latest NEMA requirements. The loop detector units provided shall be digital, solid state devices designed for 120 VAC operation and stand alone shelf mounting. The loop detector units shall be dual channel units and operate in three modes-delay, extension, and normal. 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 cormections) will be stored in memory. Functional Requirements 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. Detection shall be purely electronic and shall respond to a change of inductance of the loop caused by the presence of a vehicle in the field of influence of the loop. 6-59 Technical Specifications & Description of Pay Items 2.1.3 2.1.4 2.1.5 2.1.6 2.1.7 2.2 2.2.1 Inductive tuning to loops of various configurations shall be automatic, the unit accommodating loop circuits in the range of 0 to 2000 microhenfies. Tuning controls of any kind of this function will not be acceptable. Each unit or detection charmel shall be self tuning on initial turn-on and self returning within 10 seconds of reactivation or restoration of electrical power. In each unit or detection channel the method of measurement shall be crystal referenced digital period counting. Multiple channels within the same unit shall operate on a sequential scanning basis, that is, only one channel per unit shall be active at any point in time. Each unit or detection channel shall be capable of operation in one of two front panel switch selectable modes: Pulse Mode - A vehicle passing over the loop shall cause a progran~mable output pulse of from 15 to 236 millisecond duration. In this mode the detector shall rephase 2 seconds after initiation of the above described output pulse. The rephase sequence shall allow detection of the smallest detectable vehicle, three seconds subsequent to detection of a stopped automobile in the loop field. Presence Mode - Continuous output based on continuous occupancy of the loop field. Minimum hold time for smallest detectable vehicle shall be four minutes. Hold time for automobiles shall be no mom than 120 minutes and no less than 60 minutes with a 3 turn compact loop and minimum cable lead-in. At least three (3) front panel switch selectable levels of sensitivity shall be provided in each unit or detection channel, for each mode described in paragraph 2.1.5. Sensitivity range shall be adequate to detect both the smallest and the largest detectable vehicles stopped or passing over various loop configurations, with lead-in cable length up to 1000 feet. "Cham~el 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. Electrical Requirements 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. Shelf-mounted, self-powered units shall include two detection channels and operate on input voltage from 95 VAC to 135 VAC, (Power supply contained 6-60 Technical Specifications & Description of Pay Items 2.2.2 2.2.3 2.2.4 2.2.5 2.2.6 2.2.7 2.3 in unit). Single channel units shall interface with a 10-pin (MS-3106AI8-1S) mating connector. Dual charmel units shall interface with one 19-pin (MS- 3106A2214S) or two 10-pin (MS-3106AI8-1S) connectors. Varistors between power line leads shall be providcd to limit pcak transient voltage to 270 VDC. 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 thc above output options shall be based on practical application to the type of signal controller used. Operation of detection channel shall not terminate if loops are defective through either single point leakage to ground, or short to ground. Circuitry in the detection channel shall be such that output response to an open loop is selectable as either a detection or "no detection". Each detection channel shall have circuit board programming capability to modify performance for particular applications as follows: Pulse Mode: Output duration of pulse shall have for programmable nominal values of l 5, 19, 118 and 236 milliseconds. Presence Mode: Gradual adapt hold time shall be programmable such that an automobile on a 3-turn 6' x 6' loop will be held in one of three ranges; 1/2 to 1 hour, 1 to 2 hours or 2 to 4 hours. Each detection charmel 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. The detection system(s) shall operate properly at temperatures from -350[]F to + 165[ IF. and at relative httmidity to 100%. Documentation Each detector unit shall be provided with the following: a. Complete and accurate schematic diagram(s). b. Complete installation procedures. Complete performance specifications, electrical and mechanical. Complete parts list including names of vendors for parts not identified by universal part numbers (JEDEC, RETMA or EIA). 6-61 Technical Specifications & Description of Pay Items 2.4 3.0 3.1 3.1.1 3.2 3.2.l 3.2.2 3.3 3.3.1 3.3.2 e. Pictorial of component layouts or circuit board(s). fi Maintenance and trouble shooting procedures. g. Stage by stage theory of circuits and their operation. Guaranty If it is normal trade practice for the manufacturer to furnish a guarantee for the work provided herein, the Contractor shall turn this guarantee over to the Engineer for potential dealing with the guarantor. The extent of such guarantee will not be a factor in selecting the successful bidder. LOOP DETECTOR INSTALLATION (Not Applicable) Description This section specifies the Contractor's responsibility for loop vehicle detector installation. This item shall govern for furnishing and placing of detector loops of all configurations and dimensions shown on the plans, loop wire, attachments, loop testing, and incidentals necessary to properly install detector loops. Materials Loop wire conductors shall be #12 AWG, soft drawn, stranded wire, Type THHW or Type XHHW, rated for 600V. Detector lead-in cable shall be a twisted 100% shielded pair of No. 14 AWG stranded wire and a No. 16 AWG stranded drain wire in a chrome vinyl jacket. (Beldon 8720 or an approved equivalent shall be used). Detector Loop Installation The installation of loop detectors shall occur as indicated on the plans "Detector Details." The layout of the loop detector shall be performed by the Contractor in the presence of the Engineer. The Engineer shall be notified in advance of installation at a particular site location and will verify the spotting by the installation crew. In the event that it is not possible for the Engineer to be available as specified above, the Contractor shall proceed with the layout task. Detector loop locations relative to the back of curb as shown on "Layout Plans" shall be maintained, unless written permission is received from the Engineer. 6-62 Technical Specifications & Description of Pay Items 3.3.3 3.3.4 3.3.5 3.3.6 3.3.7 3.3.8 3.3.9 3.4 3.4.1 Slots shall be cut in the roadway, as sho~vn in the plans, into which the loop wire shall be installed. The saw slots shall be cleaned thoroughly with clean dry air from an air compressor. The saw slots shall be checked and cleared of any debris and jagged edges before the loop wires are placed. The loop wires shall be placed in the saw cut with a non-blant obj cct. Slot sealant shall bca 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. Loop wire cable shall mn continuously, without splicing from the ground box, through the 1 "connecting conduit to the loop configuration in the pavement and returned through the conduit to the ground box, for connection to lead-in cable. The successive tums of loop wire for each different loop configuration is shown on the "Detector Details." The two lead-in wircs 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. Where two or more loop lead-ins enter a ground box, a minimum separation of one (1) foot shall be maintained between loop leads underneath the pavement surface. A minimum of 2" loop wire slack shall be provided at each expansion joint in the concrete pavement. 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 ~vaterproof splice in which the conductors are soldered and wire nutted. The drain wire in the lead-in cable shall be left open a he splice and grounded at the cabinet terminals only, unless other is re c reconunended y the detector manufacturer. The methods of minsulating 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. Detector Loop Testing Prior to pouring the slot sealant, the loop shall be checked in the pullbox for continuity and resistance. Series resistance shall not be more than 10 ohms. In addition, the integrity of the insulation shall be checked by applying a megger between each end of the loop lead-in and the nearest reliable electrical ground (e.g., street light, fire hydrant, etc.). In the event that no available ground exists, a suitable ground shall be established for the measurement (e.g., driven metal spike). The megger reading shall not be less than 10 megohms under any condition. The Contractor shall document the results of the megger test and submit documentation to the Engineer for approval. Tests shall not be performed without prior notification of the Engineer. 6-63 Technical Specifications & Description of Pay Items 3.4.2 4.0 4. l 4.2 5.0 5.4 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 cxcept that the tests shall be performed in the controller cabinet. The Contractor shall document the results of this "after" test and submit documentation to the Engineer for approval. If the loops do not meet the test requirements, the Contractor shall find the cause for the test failing and correct the fault to the satisfaction of the Engineer and retest the loop and lead-in all at the expense of the Contractor. PEDESTRIAN PUSH BUTTONS Pedestrian push buttons, when required, shall be mounted 3' 6" above the ground or sidewalk and shall be of the type that have permanent type signs within the detector unit or signs permanently attached to the unit which explain the purpose of the push buttons and indicates which crosswalk signal is actuated. Push buttons shall be of the direct push contact type, entirely insulated from the case and be of brass or other corrosion resistant material. The assembly shall be sturdy, weatherproof and secure against electrical shock to the user. The case oftheunit shall be tapped for 1/2 inch pipe, for appropriate conduit connection. The push button shall be activated by a minimum 1 1/4" convex plunger. A protective shroud shall encircle the plunger to deter vandalism. The shroud shall be east as part of the housing cover. The plunger shall protrude beyond the protective shroud a distance adequate to accommodate the switch travel. 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. MEASUREMENT AND PAYMENT Pedestrian Push Buttons Pedestrian push buttons will be measured per each. Materials required and used in installation, such as supplemental signs and mounting hardware shall not be paid for directly, but shall be considered subsidiary to the Item "Pedestrian Push Buttons". Pedestrian push buttons, installed in place, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing push buttons, supplemental use signs, and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-64 Technical Specifications & Description of Pay Items SPECIFICATION FOR SPREAD SPECTRUM RADIO The intent of this specification is to establish wireless communications between the new signalized intersections at Sandy Lake Road and Royal Lane, State Road, and North Coppell Drive with the rest o£the coordinated corridor to thc that is hardwired. The quote shall include all components necessary to establish communications from the local intersections (Sandy Lake Road and Royal Lane, State Road, and North Coppell Drive) to the master intersection ( ) that will in turn be able to communicate with the central computer via existing modem and hard line. The quote shall include on site technical assistance for the installation, on site technical assistance for any necessary programming, and telephone support for a period of at least 90 days after successful communications have been established. The follo~ving is a minimmn list of hardware items to be provided to accomplish the above. 3 -. MDS 9810 Spread Spectrum Radios 3 Radio Power Supplies 3 Yagi antenna with mounting hardware 3 Cable to connect Radio to Naztec NT980 Local Traffic Controller System Up Port 3 Cable to connect Radio to Naztec NT980 Local Traffic Controller System Down Port 3 - Logic Ground Isolator Boxes 6 Coax Cable Connectors 300' of Coax Cable If you have any questions concerning this specification, please contact Per Birdsall, Traffic Control/Streets Operations Manager at 972-304-3546 or by e-mail at pbirdsall(Zhci.coppell.tx.us 6-65 Technical Specifications & Description of Pay Items SPECIFICATION 1.0 GENERAL CITY OF COPPELL SPECIFICATION FOR INTERNALLY ILLUMINATED STREET SIGNS · Illuminated street name sign shall be internally illuminated by means of an LED light generator system. · The sign assembly height shall be a minimum of 22" and maximum of 24", with standard widths of 48", 72" and 96". 2.0 3.0 FIXTURE Exterior is extruded aluminum alloy, .078" thick, with aluminum cast end caps that are continuously welded with provisions for continuous seal between the housing and sign frame to resist the entrance of moisture, dirt and insects. Standard finish is shall be a powder-coated black finish, meeting the requirements of ASTMD 3359, ASTMD 3363 and ASTMD 552. Top of fixture incorporates drip guards overhanging the panel face to offer protection from precipitation. Screened weep holes shall be located at strategic points in the bottom of the housing assembly to allow drainage of condensation. LAMP GENERATOR SYSTEM The LED light generator system shall provide lumen output to evenly illuminate the sign panel, which shall present a clearly visible message on the sign panel. The system shall include (integral or separate) a power supply / driver and LED's mechanically mounted to a substrate to provide means of removal or replacement. The lumen output of the LED system shall provide a brightness of 220 cd/m2 minimum on the letter of the sign panel. The LED system shall maintain 220 cd/ma for a minimum of 5 years. · The system shall draw no more than 120 watts of power. 4.0 SIGN PANEL · Sign panel to be high impact resistant shatterproof glass and fiber reinforced acrylated resin. · Sign color background, silk-screened, interstate green. 6-66 Technical Specifications & Description of Pay Items Panel to be laminated with a clear tedlar film to protect the legend from scratches and filter out ultraviolet radiation on weather exposed surface. A full-length extruded aluminum hinge, integral with the sign housing and top panel framing membcr of the sign panel shall affbrd the means of attachment or removal of the panel without the use of tools. The light transmission factor of the sign panel will provide a letter to background brightness ratio of 10: ! to 20:1. The luminance of the background shall not vary by more than 40% of the average background brightness reading. The luminance of the letters, arrows or symbols shall not vary by more than 20% from the average brightness reading. White lettering, 12" upper case, 6" lower case Helvetica lettering, with 3" series "C" block numbers and arrows, to include a 3 color City Logo Legend in accordance with the Project Sign Logo. All legends will be silk-screened. No vinyl cut outs allowed. · Entire lens is framed and sealed including a full-length extruded aluminum hinge for straight-line travel and positive positioning to provide exceptional sealing. · A catch bar with two (2) solid brass knurled knobs and two (2) '/4-20 captive nuts shall be provided at the bottom of the sign to secure the panel in a closed position. 5.0 REFLECTORS · The reflectors shall bc formed from specular mirror finish aluminum material. The reflector(s) design shall evenly illuminate the entire surface of the sign panel. 6.0 TERMINAL BLOCKS / FUSES / CONDUCTORS 7.0 All wiring connections within the sign fixture shall terminate on a pnenolic barrier type, two-pole terminal block, rated at 15 amperes -- 1000 volts. All current carrying parts of the terminal block shall be insulated from the fixture with the integral strips to provide insulation. · The unit shall be equipped with an internal fuse with appropriate rating to match power supply and shall be provided in the primary circuit compartment. MOUNTING ASSEMBLY The top shell of the housing shall provide for a full-length interlocking slide track, which permits the cast aluminum sign mounting blocks to be positioned with infinite lateral adjustment on top of sign assembly. The mounting block clevis pin shall be stainless steel bar through bronze sleeve bearings to allow fixture to swing 6-67 Technical Specifications & Description of Pay Items freely to reduce wind load factors on mast arm. All mounting hardware (bolts, nuts, washers) shall be stainless steel. Mast arm clamps brackets and hanger bars shall be formed of heat treated aluminum bar stock or galvanized steel and shall be of adequate design and strength. Fasteners are stainless steel and enable leveling to horizontal mast arms. 8.0 WARRANTY · A 2-year product warranty should be provided on the illuminated street name signs. 10.0 ALTERNATE PRODUCTS The models and brand name are descriptive and not restrictive, and are used to indicate type and quality level desired for comparison purposes. Bids on brands of like nature and quality may be considered for the items listed on the Bid Form. Manufacturer name and model number of alternative products should be provided on the Mfg. Name and Model Form. In the event that a bid is being submitted for an alternate product, a sample is required to be provided to Keith Marvin at the address shown below no later than 10 calendar days prior to the bid closing. 255 Parkway Boulevard Coppell, Texas 75019 11.0 ALTERNATE PRODUCTS Any models and brand names shown on the plans are descriptive and not restrictive, and are used to indicate type and quality level desired for comparison purposes. Bids on brands of like nature and quality may be considered for the items listed on the Bid Form. Malmfacturer name and model number of alternative products should be provided. In the event that a bid is being submitted for an alternate product, a sample is required to be provided to Keith Marvin at the address shown below no later than 10 calendar days prior to the bid closing. 255 Parkway Boulevard Coppell, Texas 75019 11.0 SHOP DRAWINGS The signs should be in accordance with this specification, the descriptions on the Bid Form and the information in the plans. Bidder should submit a set of plans including drawings showing scaled layout of legends as attachments to the Shop Drawings Form. 6-68 Technical Specifications & Description of Pay Items 1993 Specifications SPECIAL SPECIFICATION 8524 Pedestal Pole Assemblies Description. This Itenr shall govern for famishing and installing the various types of pedestal pole assemblies shown on the plans. General. All pedestal pole assemblies shall conform to the detailed drawings and requirements shown on the plans as to height, general design and finish. All materials and construction methods, including shop drawings, shall be in accordance with the pertinent provisions of Special Specification "Roadside Flashing Beacon Assemblies", except as modified herein. Pedestal Pole Assemblies are exempt from breakaway requirements. The pole shaft shall be fabricated from new four (4) inch steel pipe (4.026 inch I.D., 4.500 inch O.D.). The base shall be fitted with a 1/2 - 13 NC female threaded hole for grounding. The base shall be properly grounded with connectors designed for this purpose. A set of three (3) "U" shaped galvanized steel shims 1/16 inch thick and tt~ree (3) I/8 inch thick to fit around the anchor bolts, shall be famished with eact~ pole to pennit proper alignment. The steel pole shall be provided with a galvanized finish unless otherwise shown on the plans. Any part of steel pedestal poles with damage to the galvanization shall be repaired in accordance with Item 445, "Galvmfizing". Painted Finish. When painting is required by the plans, the pedestal pole shall receive System II aluminmn in accordance with Item 446, "Cleaning, Paint m~d Painting", unless otherwise shown on the plans. Measurement. This Item will be measured as each pedestal pole assembly complete in place. Payment. The work perfo~Tned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pedestal Pole Assemblies". This price shall be full cmnpensation for furnishing and installing the base, shaft, shims and anchor bolts; and for all labor, tools, equipment and incidentals necessary to complele the work. The term "pedestal pole assembly" as used herein sl~aI1 constitute the complete assemblage of parts including pole shaft, base, anchor bolts, anchor bolt nuts, anchor bolt template, shims and miscellaneous components except foundation and signal heads. 1-1 8524 1-01 1993 Specifications SPECIAL SPECIFICATION 8970 Video Imaging Vehicle Detection System Description. This special specification sets forth the minimum requirements for a Video Imaging Vehicle Detection System (VIVDS) that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. (1) (2) A VIVDS configuration for a single intersection will consist of the following components: Four variable focal length cameras, two 2 -channel VIVDS card rack processor system, and all associated equipment required to setup and operate in a field environment including a video monitor and/or laptop (if required), connectors and camera mounting hardware. The system software shall be able to detect either approaching or departing vehicles in multiple traffic lanes. A minimum of 4 detector outputs per video processor module card and each output shall have a minimum of 48 detection zones. Each zone and output shall be user-definable through interactive graphics by placing lines and/or boxes in an image on a video or VGA monitor. The user shall be able to redefine previously defined detection zones. (3) (4) The system shall be composed of these principal items, the camera(s), the field communications link between the camera and the VIVDS processor unit, and the VIVDS processor unit along with a PC, video monitor or associated equipment required to setup the VIVDS. Central control software to communicate to the VIVDS processor unit shall also be supplied. Definitions. (a) VIVDS Processor Unit. The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones and collects vehicular data as specified. da) VIVDS Processor System. One or more VIVDS processor modular units required to handle the number of cmnera inputs. (c) Central Control. A remotely located control center, which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The eqnipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this special specification. 1-10 8970 12-02 (d) Field Setup Computer. A portable lnicrocomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated peripherals described in this special specification and a video monitor, also described in this special specification, shall be supplied as part of the VIVDS. (e) Field Communications Link. The co~mnunications co~mection between the camera and the VIVDS processor unit. The primary communications link media may be coaxial cable or fiber optic cable. (f) Remote Communications Link. The communications connection between the VIVDS processor unit and the central control (g) Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield, temperature control mechanism, and all necessary mounting hardware. (h) Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in the vehicle not being detected by the sensor. Or When a vehicle in one lane passes through tee detection zone of an adjacent lane. This type of occlusion can result in tee same vehicle being counted in more than one lane. (i) Detection Zone. The detection zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. 0) Detection Accuracy. The measure of the basic operation ora detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). (k) Live Video. Video being viewed and/or processed at 30 frames per second. (1) Lux. The measure of light intensity at which a camera may operate. (m) Video Monitor. As a minimum shall be a 9-in. black and white monitor with BNC connectors for video in and out. Functional Capabilities. The VIVDS shall provide real-time vehicle detection (within 112 milliseconds (ms) of vehicle arrival). The VIVDS processor unit shall be capable of simultaneously processing information from various video sources, including CCTV video image sensors and video tape players. Tho video sources may be, but are not required to be, synchronized or line-locked. The video shall be processed at a rate of 30 times per second by the VIVDS processor unit. 2-10 8970 12-02 The system shall be able to detect the presence of vehicles in a minimum of 12 detection zones within the combined field of view of all cameras (a minimum of 12 detection zones per camera input to the VIVDS processor unit). Detection zones shall be provided that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone shall be user programmable. The VIVDS processor unit shall compensate for minor camera movement (up to 2% of the field of view at 400 ft.) without falsely detecting vehicles. The camera movement shall be measured on the unprocessed video input to the VIVDS processor unit. The camera shall operate while directly connected to VIVDS Processor Unit. Once the detector configuration has been downloaded or saved into the VIVDS processor unit, the video detection system shall operate with the monitoring equipment (monitor and/or laptop) disconnected or on-line. When the monitoring equipment is directly connected to the VIVDS processor unit, it shall be possible to view vehicle detections in real-time as they occur on the field setup computer's color VGA display or the video monitor. Vehicle Detection. (1) Detection Zone Placement. The video detection system shall provide flexible detection zone placement anywhere within the combined field of view of the image sensors. Preferred presence detector configurations shall be lines or boxes placed across lanes of traffic or lines placed in-line with lanes of traffic. A single detector shall be able to replace one or more conventional detector loops. Detection zones shall be able to be fully overlapped. In addition, detection zones shall have the capability of implementing "AND" and "OR" logical functions including presence, extension and delay timing. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. (2) Detection Zone Programming. Placement of detection zones shall be by means of a graphical interface using the video image of the roadway. The monitor shall show images of the detection zones superimposed on the video image of traffic while the VIVDS processor is running. The detection zones shall be created by using the mouse or keypad to draw detection zones on the monitor. The detection zones shall be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It shall be possible to save the detector configurations on disk to download detector configurations to the VIVDS processor unit and to retrieve the detector configuration that is currently running in the VIVDS processor unit. The mouse or keypad shall be used to edit previously defined detector configurations so as to fine~mne the detection zone placement size and shape. Once a detection configuration has been created, the system shall provide a graphic display of the new configuration on its monitor. While this fine-tuning is being done, the detection shall continue to operate from the detector configuration that is currently called for. 3-10 8970 12-02 (3) (4) (5) When a vehicle occupies a detection zone, the detection zonc on the live video shall indicate the presence of a vehicle, thereby verifying proper operation of the detection system. With the absence of video, the card shall have an LED that will indicate proper operation of the detection zones. Detection zones shall be provided that is sensitive to the direction of vehicle travel. The direction to be detected by each detection zone shall be user programmable. Design Field of View. The video detection system shall reliably detect vehicle presence in the design field of view. The design field of view shall be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway, when the camera is adjacent (within 15 ft.) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. Within this design field of view, the VIVDS processor unit shall be capable of setting up a single detection zone for point detection (equivalent to the operation ofa 6 Pt. by 6 ft. inductive loop). A single camera, placed at the proper mounting height with the proper lens, shall be able to monitor up to and including 5 traffic lanes simultaneously. Detection Performance. Detection accuracy of the video detection system shall be comparable to properly operating inductive loops. Detection accuracy shall include the presence of any vehicle in the defined detection zone regardless of the lane, wtfich the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes shall not be considered a failure of the VIVDS processor unit, but a limitation of the camera placement. Detection accuracy (a minimum of 95%) shall be enforced for the entire design field of view on a lane by lane and on a time period basis. Equipment failure, either camera or ViVDS processor unit, shall result in constant vehicle detection on affected detection zones. VIVDS Hardware. (1) VIVDS Processor Unit - Cabinet Mounting. The VIVDS processor unit shall be rack mountable. Single and multi channel card rack processors shall be available as shown on the plans. (2) VIVDS Processor Unit - Environmental Requirements. The VIVDS processor unit shall be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It shall meet the environmental requirements set forth by the latest NEMA (National Electrical Manufacturers Association) TS 1 and TS2 standards as well as the enviromnental requirements for Type 170,Type 179 and 2070 controllers. Operating tenrperature shall be from -30°F to +165°F at 0% to 95% relative humidity, non-conde~sing. (3) VIVDS Processor Unit - Electrical. The VIVDS shall have a modular electrical design. The VIVDS shall be powered by 89-135 VAC, 60 Hz single phase. Power to the VIVDS shall be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the VIVDS is installed. 4-10 8970 12-02 Serial communications to the field setup computer shall be through an RS-232 serial port. This port shall be able to download the real-time detection information needed to show detector actuations. A connector on the front of the VIVDS processor unit shall be used for serial co~mnunications. The equipment shall be provided with both TS 1 and TS2 interfaces. (a) TS1 interface. The 2-channel VIVDS processor cards shall be equipped with a NEMA TS1 detector interface for a minimum of 4 detector outputs. Logic output levels shall be compatible with the NEMA TS1. (If required for additional detector outputs, a "D" subminiature connector on the front of the VIVDS processor card or extension modules can be used for interfacing to these outputs). (b) TS2 interface. The VIVDS processor unit shall be equipped with a NEMA TS2 Type 1 detector interface, where detector information is transmitted serially via an RS-485 data path. The two channel VIVDS processor card shall plug into existing TS2 detector racks for a minimum of 4 detector outputs. (If required for more detector outputs, a "D" subminiature connector on the front of the VIVDS processor card or extension modules can be used for interfacing to these outputs). The VIVDS processor unit shall be equipped with RS-170 (~nonochrome) composite video inputs, so that signals from image sensors or other synchronous or asynchronous video sources can be processed in real-time. BNC connectors on the front of the VIVDS processor unit or video patch panel shall be used for all video inputs. The VIVDS processor unit shall be equipped with a single RS-170 composite video output. This output shall be capable of being switched to correspond to any one of the 2-video inputs, as selected remotely via the field setup computer or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output shall not be acceptable. A BNC or RCA connector shall be used for video output on the front of the processor unit. The VIVDS processor unit software and/or the supervisor software shall include diagnostic software to allow testing the VIVDS functions. This shall include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. Camera Assembly. (1) Camera. The video detection system shall use medium resolution, monochrome image sensors as the video source for real-time vehicle detection. The cameras shall be approved for use with the VIVDS processor unit by the supplier of the VIVDS. As a minimum, each camera shall provide the following capabilities: (a) Images shall be produced with a Charge Coupled Device (CCD) sensing element with horizontal resolution of at least 380 lines and vertical resolution of at least 350 lines, hnages shall be output as a video signal confonning to RS170. (b) Useable video and resolvable features in the video image shall be produced when those features have luminance levels as low as 0.1 lux at night. 5-10 8970 12-02 (c) Useable video and resolvable features in the video image shall be produced when those features have luminance levels as high as 10,000 lux during thc day. (d) The canrera shall include an electronic shutter or auto-iris control based upon average scene luminance and shall be equipped with an electronic shutter or auto- iris lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. The variable focal length shall be adjustable fi-om 6 mm to 34 mm. (2) Camera and Lens. The camera and lens assembly shall be housed in an environn~ental enclosure that provides the following capabilities: (a) The enclosure shall be waterproof and dust-tight to the latest NEMA-4 specifications. (b) The enclosure shall allow the camera to operate satisfactorily over an ambient temperature range from ~30°F to +165°F while exposed to precipitation as well as direct sunlight. (c) The enclosure shall allow the camera horizon to be rotated in the field during installation. (d) The enclosure shall include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure shall be nominally 115 VAC 60 Hz. (e) A thermostatically controlled heater shall be at the front of the enclosure to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. The heater shall not interfere with the operation of the camera electronics, and it shall not cause interference with the video signal. (f) The enclosure shall be light-colored or unfinished and shall include a sun shield to minimize solar heating. The front edge of the sunshield shall protrude beyond the front edge of the environmental enclosure and shall include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield shall be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. Any plastics used in the enclosure shall include ultra violet inhibitors. (g) The total weight of the image sensor in the environmental enclosure with sunshield shall be less than 10 lb. (h) When operating in the environmental enclosure with power and video signal cables connected, the image sensor shall meet FCC class B requirements for electromagnetic interference emissions. The video output of the cameras shall be isolated from earth ground. All video connections for the cameras to the video interface panel shall also be isolated from earth ground. Comqections for both video and power shall be made to the image sensor using waterproof, quick disconnect connectors. 6-10 8970 12-02 A camera interface panel capable of being monntcd to sidewalls of a controller cabinet shall be provided for protection of the VIVDS processor unit, camera video and power inputs/outputs. The panel shall consist of, as a minimum, 4 Edco CX06 coax protectors, a Edco ACP-340 for the cameras and VIVDS processor unit power, a 10 amp breaker, a convenience outlet protected the ACP-340 and a terminal strip with a minimm~ of sixteen 8~32 binder head screws. The ternfinal strip shall be protected by a piece of I/8 in. Plexiglas. When the com~ection between the image sensor and the VIVDS processor unit is coaxial cable, the coaxial cable used shall be a low loss, 75 ohm, precision video cable suited for outdoor installation, such as Belden 8281 or TxDOT approved equal. Camera mounting hardware shall allow for vertical or horizontal mounting to the camera enclosure. Pelco AS-0166-4-62 or equivalent is acceptable. Field Communication Link. The field communications link shall be a one-way communications connection from the camera to the equipment cabinet. The primary communications link media may be coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved by the Engineer. The following requirements shall govern for the various types of field cormnnnications link media described on the plans: (1) Coaxial Cable. In locations where the plans indicate coaxial cable is required as the primary communications link, this cable shall be of the RG-59 type with a nominal impedance of 75 ohms. All cable shall have a polyethylene dielectric with copper braid shield having a minimum of 98 percent shield coverage and not greater than 0.78 dB attenuation per 100 ft. at 10 MHz with a minimum 18 AWG external 3 conductor power cable or approved equivalent as directed by the Engineer. (2) Fiber Optic Cable. if specified by the plans, shall be in accordance with the special specification for fiber optic cable. (3) Twisted Wire Pairs. Shall be Belden 9556 or equivalent 18 AWG TWP control cable. All connection cables shall be continuous from the equipment cabinet to the camera. No splices of any type will be permitted. Lightning and transient surge suppression devices shall be installed on the processor side of the field communications link to protect the peripheral devices. The suppression devices shall be all solid state. In the event a fiber optics communications, then no lightning protection is required for that communication line. The devices shall present a high impedance to, and shall not interfere with, the communications lines during normal operation. The suppression devices shall not allow the peak voltage on any line to exceed 300% of the normal operating peak voltage at any time. The response time of/he devices shall not exceed 5 nanoseconds. VIVDS Set-Up System. The minimum VIVDS set-up system, as needed for detector setup and viewing of vehicle detections, shall consist of a field setup computer and Windows-based interface software (if required) and/or a video monitor with interface 7-10 8970 12-02 software built-in to the VIVDS processor unit. Live video (30 frmnes per second) shall be available on the field setup computer to detemfine proper operation of detectors. The field set-up computer as a minimum, shall have an NTSC video input port or equivalent. If a field setup computer is required for system set-up, it shall be supplied by the supplier of the VIVDS. The field setup computer shall include all necessary cabling and a Windows~based program to interface with the VIVDS processor unit. This software shall provide an easy to use graphical user interface and support all models/versions of the supplied VtVDS. Live video with the detection overlaid is required for field verification of the system. 8. Temporary Use and Retesting. (1) Temporary Use. When shown on the plans, the V1VDS equipment shall be used to provide vehicle detection on a temporary basis. When the permanent vehicle detection system and related equipment are installed and made operational, the VIVDS equipment shall be carefully removed and delivered, by the Contractor, to the location shown on the plans. (2) State Retesting and Acceptance. Prior to State acceptance, all VIVDS equipment may be retested by the State, even if the system was operating properly before removal. The Contractor shall repair or replace any equipment damaged during removal or transport and any equipment that does not meet the various test requirements, as approved by the Engineer. 9. Operation from Central Control. The central control shall transmit and receive all information needed for detector setup, monitor the vehicle detection, view the vehicle traffic flow at a rate of 2 frames per second or greater for telephone, or 5 frames a second or greater for ISDN lines (as specified by the plans), and interrogate all required stored data. The remote communications link between the VIVDS processor unit and central control may be dial-up (telephone or ISDN lines) or dedicated twisted wire pair communications cable which may be accompanied with coaxial cable or fiber-optic cable, as shown on the plans. Communicafions with the central control shall not interfere with the on-street detection of thc VIVDS processor. 10. Installation and Training. The supplier of thc video detection system shall supervise the installation and testing of the video and computer equipxnent. A factory certified representative from the supplier shall be on-site during installation. h* the event that the field setup computer is furnished by TxDOT, such installation and testing shall be done at the time that training is conducted. Up to 2 days of training shall be provided to perso~mel of TxDOT in the operation, setup and maintenance of the video detection system. Instruction and materials shall be provided for a maximum of 20 persons and shall be conducted at a location selected by TxDOT. TxDOT shall be responsible for any travel and room and board expenses for its own personnel. 8-10 8970 12-02 11. 12. Instruction personnel are required to be certified by the equipment manufacturer. Thc User's Guide is not an adequate substitute for practical, classroom training and fmmal certification by an approved agency. Formal levels of factory authorized training are required for installers, contractors and system operators. All training must be certified by the manufacturer. Warranty, Maintenance and Support. Thc video detection system shall be warranted to be free of defects in material and workmanship for a period of 5 years from date of shipment from the supplier's facility. During the warranty period, the supplier shall repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect provided the product is returned FOB to the supplier's factory or authorized repair site. Product repair or replaced under warranty by the supplier will be returned with transportation prepaid. This warranty does not apply to products danraged by accident, improper operation, abused, sen, iced by unauthorized personnel or unauthorized modification. During the warranty period, technical support shall be available from the supplier via telephone wilhin 4 hours of the time a call is made by a user, and this support shall be available from factory certified personnel or factory certified installers. Ongoing software support by the supplier shall include updates of the VIVDS processor unit and supervisor software (ifa field setup computer is required for set up). These updates shall be provided free of charge during the warranty period. The update of the VIVDS software to be NTCIP compliant shall be included. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be made available to TxDOT in the form of a separate agreement for continuing support. The supplier shall maintain an ongoing program of technical support for the wireless cmnera system, This technical support shall be available via telephone or personnel sent to the installation site. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the wireless camera system. Measurement. The VIVDS shall be measm-ed as each major system component furnished, installed, made fully operational, and tested in accordance with this special specification or as directed by the Engineer. The VIVDS cormnunication cable will be measured by the linear foot of the appropriate media type furnished, installed, made fully operational, and tested in accordance with this specification, other referenced Special Specifications or as directed by the Engineer. When the VIVDS is used on a temporary basis, the VIVDS shall be measured as each system furnished, installed, made fully operational, including reconfiguration and removal if required by the plans, and tested in accordance with this special specification or as directed by the Engineer. %10 8970 12-02 13. These are plans quantity measurement Items and the quantities to be paid for will be those quantities shown in the proposal and in the "Estimate and Quantity" sheet of the contract plans, except as may be modified by Article 9.8. If no adjustment of quantities is required, additional measurements or calculations will not be required. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "VIVDS Processor System", "VIVDS Camera Assembly", "VIVDS Central Control", "VIVDS Set-up System", "VIVDS Temporary", "VIVDS Communication Cable (Coaxial)," and "VIVDS Communication Cable (Fiber Optic)". These prices shall be full co~npensation for furnishing, placing, and testing all materials and equipment, and for all tools, labor, equipment, hardware, operational software package(s), supplies, support, personnel training, shop drawings, documentation, and incidentals necessary to complete the work. A 3 conductor power cable shall be included with the communication cable. These prices also include any and all interfaces required for the field and remote communications links along with any associated peripheral equipment, including cables; all associated mounting hardware and associated field equipment; required for a complete and fully functional visual image vehicle detection system component. 10-10 8970 12-02 t -I -I -[ -[ _[ [ SPECiFiCATIONS EMERGENCY RESPONSE MANAGEMENT SYSTEM l_ SYSTEbA DESCRIPTION: conir~l]crs wiihou: somprom~s~ne na~ul epe~lion ur existing sife~ provisions. ~e Em~gnnny Response Mmna~cmcni System sh~]l csnsis~ of spii~l rm~ner ~semblies. optical dmemors, opii~t MATCHED SYSTEM COMPONENTS: ~ctcmor cable, ph~c selector) sh~ll be ~om ~t star mmnUftcmmr- ~e bidder shill t~ on ~c bid documtm Ibc nmmr of ~c m~uf~rrr ~d model number for ~ch componenI b~d. ~e bidder annch lo ihe b~d i tls: of ten (t0) gowmmen: ~:nci~ who h~w opr~ied a minimum of ~niersa~iions with iht four b~i: tempos[nm for ~ minimum of ~s ¢) certification ~m ~hc four b~}c csmponnn~ m-c drsi~e~ minufacmrrd ~d iesmd ~ a system of miiched componcnls ~d will meet or exceed ~c rcqui~tn~ oflhcs~ sp~ific:iions- ENCODED OPTICAL EMI~ER AESEMBLY: A llgh~c~ghL wrx~tr rcsist~:, t~ghI-cm~ning circuh~, tmnsfo~s op6c:I cntrg7 fram Gr spticxl ~miarr ~scmbty ires ctecir~cxl s~gnals for installations on spin wire and masI arms. OPTtCAL DETECTOR CABLE: A durnbk, shkldcfi. ]-conductor cable'with and provide ~h~ following flmctions while col mmpromisin~ thc e×isdng fail safe provisions: 2) oplical ~mintr. Th~ installation of thc emcrgcnay mhidc preempt modul~ and/or Iht phase stt~clor modules shall bt aozompfish~d wi~ a card rank sp~dficatly designed for this application. III. SYSTEM OPERATION: Priority control phase sdtodon shall bt actbatt~ by mn optically transmintd signal of 14_035HZ or 9_639½Z or upon ~e asmation of a res1 switch, Tnt traffio zonvotler shall r~spond to inpuu kern ~m emergency vehicle preempt module or from the phase selector medult/s to display thc dtsir:d tra~c signal indications for th= ~m=rgency Yehiclt. Thc sysmrn shall provide power for up to 3 opti~l demcmrs 'For tach priority ch;mn~l. Thc system shall maintain continuous mmmunicadon hznvt~n th~ optical cmi~cr equipped vehicle ~d ~t ~I~c conwollcr. Tine system shall cause ~hc controller to dclNcr 1he desired traffic signal display even if ~ optical energy signals mc int~pmd before ~c desired display ~s obtained. ~is ma~ bt provided by so~var~ in thc ~ffic con~olttr. 7-ne sysmm shall allow thc ~rafl3z signal controller to resume normal timing operation after thc optical signals c~ast for ~ appropriam period. Thc sysmm shall nm attempt controller m~ziputafion nor r~t2in priority ¥chicic calls during periods of "intersection flash" or "railroad prc~mpt" op~ralthns 1¥. SYSTEM COMPONENT SPECIFICATION: Encoded Optical Emintr Assembly: :miner gcnzralzs thc optical signal whizh szp,'as as the trigger Io the mst of th= prioriw_ cement system. The opfic~t signal gzntramd by th= encoded =miner is a scri~s of inttns= flashes from a singk light sour=c. Th= flash signal consists of a fix~ frcquzncy signal and a coded overlay signal that allows for rcansminat of informznion. Thc znnodtd trainer shall consist ora power suppb' and a flash hr~d. Thc power supply shal~ contain all thc tltc~onics ncccss~ ~o gcncrmc high vohag~ pulses for fl~hin~ Xenon flash mbt aion~ with con.al circuhw to produce flashes in thc proper sequence. ~c flash head shall comain a single tcfl~ctor, n ~ri~g~r ~nsfo~zr. ~d n sing~t ~cnon The encoded eminer sha]l b¢ po~md by thc DC voltage supplied from wc~c~roof, b4inc ~sc hold~c Thc flash scqucncc gcntrac~ by tk tssod~d emitter shMI carry thrzc types of information: q-nc first information type is Iht bm: fmqu=nzy of circe 9.63B55HZ, +14],00093HZ for tow prio~i~y, or 14.0~EOgHZ., +/41001971-IZ for high priority. Activalion of high or low priority operation shall be sdec'abk by asq inpm wire. Thc second information type gcntratcd by thc cnzodcd cmittcr shall be classification ~ idcntifi~fion ~d~ which is inlcrlca~cd into ~c b~ frequency Scnin ~ thc vchkk dasifi~tion md idcnfi~cmion $odc shall bc accomplished ~ugb four, l O-psshian m~ swhchcs provided in ~c power supp]y afdc cnaodc~ ~min~r. Each =ngod=d =min¢r sh~] bt ~p~l: of scribe a min~um of l0 different n!~sifi~tions wi~ 1,0OO dig=rmddzntifica~on n~b:~ per cl~s fee high pfiofi~ ~d ~ =quat number for 1o? sorting ~t intt~c~fisn d~ttcfisn ~gc. ~k ~gc ~de ~l bc m~uatly a~ivatcd by wi~ a special "sc~ ~g~" p~h bun~n_ It shall b~ possible to sci a s~p~tc 200' to 2,500' for bo~ high ad Io~ prioriW si~ats. During the opcraion of thc cn:od:J cmirmr, the unit shall conduct sdf diagnostics dcsigncfl ILs check for missing pttkts. Should a missbg pubc be detected, tbs nni: sh~ll £ausc Iht infficxtor light to~tcfl 0n ~t o~off switch to fl~h at a ~:c of 4HZ_ Thc encoded trainer shall bc supplkd complete with ~ll cables n~cssi~zy for institution. ~c c~bl~ that conn:~ ~c fl~h h~d to ~c power supply sh~l bc prc-~scmblcd connectors on boa cuds ~d sh~lbs fi~n fcc~ long. ~c ~blc ~aI conncc~ ~c power supply to thc vchkk bznt~ ~l ~c a connc~or on ~c power supply ~nd ~d no connector on ~c banc~ ccd ~fl cheil bza m~im~ of ~cn~-fi~c fc~t long. Egch encoded cmfncr shall bc supplied with an on/off switch. Thc swhch shall bt cqnippcd with an indicator lighll&ia Will operate z~ follows: Steady on when the tnasdrd cmktcr is operating. Flash al a O.EHZ r~tc '~hcn thc encoded emitter is disabled. Flash at ~ 4HZ talc when fi:r zmincr is missing pulses. t ! t -I -! -I -I -I -! -I -I I -I Power Supp]~ FIz~h Head On/Off- Switch 9.75 inches 3.75 inches 2.~0 inche, s 4,00 inches 3.SO inches tOO inoh~s 4_00 i~chzs 1_10 inchzs 4.45 inch~s lO. ~c uni~ m cc~ opc~don. ~is ~pm will b~ ~d to c]~nzm ~ cmi~cr ~advcn~ntt~ 10. .The unit shall bt d~signtd for mortaring at or ptdts~l~ pip~, or ~ wire. ~t uni~ shall ac~pt optical si~fls from on~ or ~o dk~ctio~ ~d prov~d~ s~Ste or dual Midcal ou~ut si~a~s- ~ unh shall include a des{gu f~ m allow ~m~g of~c ~o opfi~] sensin~ ~pu~ for skewed approaches or st~ght Tnt unh sh~tl ha~t a built-in tt~a] tt~inal shall bt ct~l7 m~td. ~t unh shall r~cdv~ power from ~egulmiDn to b~ op=~tionM from 16 to 40 volta. ~ unh must respond to ~c encoded clt~ a~osphtfic zsndklons. optmM detector c~lc up to IOOD k2 k tcn~. ~ unh shall zmplo~ rcpt~cc~bk dmuh bo~d ~scmbly ~d photocells to f~zili~t~ rzpMr, ~c optical dmc~tor shall bc B~-dimclional w{~ ~o scp~m ou~um- Each optical detector shall b~ suppl~tfl ~i~ mount~g h~dw~c to accommodate instal}ations on sp~ wire ~d l t t t -I -I -[ -i I I -I -I -I -I Condoit and m~s~ Thc insulation rating shall b~ 600 ~'otl~ mNimum. Thc kmperamrt raring shall be D d~rccs C minimum. ~ ~blc sh~ll have 3 conducton of AWO ~!0 (7x2~) s~dC~, NdN~duMly dnncd copper, color codzd ~nsulztbn ~ follows: ~si~n~ protection. ~c shidd w~pin~ sh~ll h~vt ~ 20% ovcri~p to cnsur~ inicgd~ following condu~ an d m~t a~ pulls. vchkit prccmp~ module or wi~ conaollt~ ~pabk of internal prctmplion. ~c phase selector sh~l bt digi~t/y controlled ~d bt capabtc of providing ~o ch~ncts of higk ~d low priori~ on,un to traffic con~llc~ operating up to eight ph~cs. ~c system shall b~ ~iJ}, cxp~d~d lo four ch~nel opc~tion by inserting to recognize electrical signals from thc optical flc~cztors caused by cmiUc~ equipped vehicles. 1 ) Shall bc plug in, ~o ch~nd, dual pnori~ ~vic~ intended to bc installed directly into: card 3) Shall bc powered from 1 I5 ~oh. 60 HZ mains end contain an ~nlc~ah rcgulm~d power suppt}' to support optical d~kctors. 7) 9 6;9HZ +t- .] ]gHz as Iow priority (Class l) 14.035HZ +L .255HZ a~ high priority addhionM dcmmor inpms, per channd, shall bt provided via a from One oplo imlated NPN output per channet shall provide th~ following e}~crrjcM signnt to Iht appropr/alt pin on ~c nard edge conntcl, or: ~.25HZ +t- .02HZ 50% on/dub, square wave in response IOa Class 1 call A "steady ON" in respnnst to a Class I! call. Shah utilize crystal conzrol timing and optical pulse ram mcognmon czrcmtry to a~s~=: Ac=crate oplioal signal r:cognkion £or dna] priority. Synchronous logic. Pr=gist om.,:paI pulse. Accurate call dropout high prior/V m adjus~ optical s:ns iviry (=mi~er range). Shall hay= a solid watt 'Power 0n" indicator. Shall have a 'Class l" and "Class I]" solid sma indicator for each chzwmt t which pt~orms as follows: Flash during call validation. during valid call and tes~ swimh operations. Shall have a mst switch for each channel to deliver Class t or Class 1t signal puls= verify proper function at both optical fruitier flash faits, tim-come, flrsI-scrvcfl operation and Class II override ~auabiliry Shall have ~ selertabtc call dmpom time of 5 or lO seconds. Shall properly identify a high pdDrhy (Class ti) drmm3d with any combinmion of up io l0 high ~md low priority rmincrsignals bring rrrdved simultaneously and asynchroauusly on =i~hrr channd. Shall no~ ~xcccd ~c following physical dimensions: Ltogth (inctnding h~ndk) ?.91 inches. Width L] l ioeh=s. Hcighl 4.50 inches, --I -i -i -I V. CARD P~ACK Thc card ra,k shall be consrmcmd of 5072 ~bminum of 062" thick, ess zed shall ual cxcccd ] ad]~ccm m czch -i The from panel shall be equipped with m Amp #206036-1 (or equal) quick discormem D'pe c~nncctor wired m accommodam inmalt:tion alu a Lraf~c signal cabinet. -I An on/off swimh shall b= mooned Io Ih: fTonl parmh T'nis switch will cnn'trot 5nc I t 5 VA C poverr Io L~e emergency vehicle prcempI mnduk anedor Ih= phase sdcctor moduleJs. hinged 5om p~d ~ shall be d~icamd for ~= ph~= selector mofiutcs. %c ~d slo~ shaU be module. Eao5 slot shall us= nylon c~d guides, %slur ¢BR20-t75 or equal. E~ch cm~d guide shall extend fram Iht 5om =dg~ of Iht ~d ~ck to a~ phn, primed ckcuit edge co~tcmr ~a~ is securely mounted ~o ~= back afdc ~d ~ck. [hch chrd rack shall be suppScd with ~ wifmg diagram showing the pin number, flmcfion, and color code of each wire in ~e cable harness. VI. REL!ABILITY All equipm=m supplied as ?zeI of Lb= EmrrgrnW Response Management System inrtndnd for us* ~ s~andar~ pub!icadon T21-I983 P~ 2: 1. Lme voltage Yarialhon5 per }liMA TS 1-2.1 _2. 2. Power source frequency pc~ NEMA T~I-2_I 5. B. PmmmD, power imermptiom per NEMA TS t -2.1.0q .A.i. 4. Power source noise waasien~ p~r N£MA TS t-2.16.1. 5. Power so=mc high energy ~icn= per NEMA ~t-2.1.62. 6. N on dcs~c~ ~sicm immun~ ~r N E~ ~ ] -2.1.7 7. tnpm-Oacut noise ~mun~U FrNEMA ~]-2.1,7. ~. lcmptmmx ~gt p~ NE~ ~1-2, 9. Numidiu par NEMA TS1-2.15i. 10. Shock mm per NEMA TS} 2333. 11. Vibration p=~ NEMA TS bh. L12 All equi?mrm supplied as pan of the Emrtgtnzy Response Management System intended for usc or on cmcrgcn%, vchicks shall opchlr pmpcr~y under ~y combination of ~= fol}o~-i cn~ironmcmal condkions: i 1. Tzmpe~mrz range: -30 dtg~crs F (-34 degrees C) to 140 degrees F (+60 -I -I ! I -I -I I -I -I -! -! I -I -i -I -I 2. Rdaivc humidity: 0 zo 95% VIL WA RY~A NTy ,A Man, ufscmrzr shatl wama.m that, provided ~z Emzrgznay Response M~agcmznt Sysmm h~ properly b~llcd, operated ~d m~inminc~ ~mponcnI p~ of a m~chcd componcm ~ysmm (scs Section Il) ~a~ prove to bc defective ~ ~o~n~aship ~or ~c proton/ion pl~ shall w~i ~at comp0nmi p~ ora m~hcd com~nnnI bc d~fcct~vc m ~or~ship ~or m~fl d~[ flit ~ deductible w~ ] bt availabk for ~ ~difional fiw (5) ~rc compancn2 d~zi~d for Az A copy of ~c m~ufac~fl~ w~ ouflk~g ~ con~fions ~Icd bid. , VII!. TEST AND ACCEPTANCE Thc apparcni low bidder shall bt nmuircd I0 supp)y a wo~ing smmptc of all compon ~ specified ~is ~cifi~tion wi~'fo~ttn (14) ~cn~ ~ys ~m ~ bid op~nkg ~tt. Failmc ~o do so wilt rcndzr ~c bid non-rc~onsive. B. Parag~ph A will not bt mquLmd if, prior Io tht bid opening, thc bidder has dcmonstrat=:i to thc city thaz uh~ equipment bid m~tt~ theft sl~cificaiopz tX. CERTIFICATE OF IN SURANCE Thc manufacturer shall pro¥ida a ccrtificac sf ~c~ proration for $5,000,000. c~vfl dmag:s 1~ ~rovcn to b~ at f~l r~. -. . ~r ~s ms~d ~amst ~mponcm ~sm~. , ,u~ a ~t2~nt our Is ~mpmcm ~lurc ~[~ ~c matched ._1 CITY OF COPPELL PROJECT SIGN NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WiLL BE :3/4' EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WiLL BE 2"X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4-) ALL PAINT TO BE "OUI~OOR 'I~E" 5) COPPELL LOGO TO BE PROVIDED BY 'THE CITY 6) MOUNTING POSTS TO BE 4"x4' STOCK SECURELY MOUNIF_D EXAMPLE: SAllOY L.~ ROAB (ST 99.02 A) (ooo) ooo-oooo COMPLETION DATE: XXXXXX 2007 6-70 Technical Specifications & Description of Pay Items SECTION 02832 CONCRETE SEGMENTAL RETAINING WALL SYSTEM PART 1 - GENERAL 1.01 SECTION INCLUDES A. Concrete segmental retaining wall units. B. Geosynthetic reinforcement C. Leveling pad base D. Drainage aggregate E. Reinforced Backfill F. Drainage pipe G. Pre-fabricated Drainage Composite H. Geotextile Filter i. Impervious Materials J. Construction Adhesive 1.02 A. REFERENCES American Association of State Highway Transportation Officials (AASHTO) 1. AASHTO M288 Geotextile Specification for Highway Applications 2. AASHTO Standard Specifications for Highway Bridges American Society for Testing and Materials (ASTM) 1. ASTM C140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units 2. ASTM C1262 Standard Test Method for Evaluating the Freeze-Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units 3. ASTM C1372 Standard Specification for Segmental Retaining Wall Units 4. ASTM D448 Standard Classification for Sizes of Aggregate for Road and Bridge Construction 5. ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/f3)(600 kN-m/m3) 6. ASTM D1556 Standard Test Method for Density and Unit Weight of Soil In Place by the Sand Cone Method 7. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/f3)(2700 kN-m/m~) 8. ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) 9. ASTM D2922 Standard Test Methods for Density of Soil and Soil-Aggregate In Place by Nuclear Methods (Shallow Depth) 6-71 Technical Specifications & Description of Pay Items SECTION 02832 CONCRETE SEGMENTAL RETAINING WALL SYSTEM PART 1 - GENERAL 1.01 SECTION 1NCLUDES A. Concrete segmental retaining wall units. B. Geosynthetic reinforcement C. Leveling pad base D. Drainage aggregate E. Reinforced Backfill F. Drainage pipe G. Pre-fabricated Drainage Composite H. Geotextile Filter I. Impervious Materials J. Construction Adhesive 1.02 A. REFERENCES American Association of State Highway Transportation Officials (AASHTO) 1. AASHTO M288 Geotextile Specification for Highway Applications 2. AASHTO Standard Specifications for Highway Bridges American Society for Testing and Materials (ASTM) 1. ASTM C140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units 2. ASTM C1262 Standard Test Method for Evaluating the Freeze-Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units 3. ASTM C1372 Standard Specification for Segmental Retaining Wall Units 4. ASTM D448 Standard Classification for Sizes of Aggregate for Road and Bridge Construction 5. ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/f3)(600 kN-m/m3) 6. ASTM D1556 Standard Test Method for Density and Unit Weight of Soil In Place by the Sand Cone Method 7. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/f3)(2700 kN-m/m3) 8. ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) 9. ASTM D2922 Standard Test Methods for Density of Soil and Soil-Aggregate In Place by Nuclear Methods (Shallow Depth) 6-71 Technical Specifications & Description of Pay Items 10. ASTM D3034 Standard Specification for Type PSM ?oly(Vinyl Chloride) (PVC) Sewer pipe and Fittings 11. ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils 12. ASTM D4491 Standard Test Method for Water Permeability of Geotextiles by the Permittivity Method 13. ASTM D4595 Standard Test Method for Tensile Properties of Geotextiles by the Wide-Width Strip Method 14. ASTM D4873 Standard Guide for Identification, Storage and Handling of Geosynthetics 15. ASTM D5084 Standard Test Method for Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. 16. ASTM D5262 Standard Test Method for Evaluating the Unconfined Tension Creep Behavior of Geosynthetics 17. ASTM D5321 Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method 18. ASTM D5818 Standard Practice for Obtaining Samples of Geosynthetics from a Test Section for Assessment of Installation Damage 19. ASTM D6637 Standard Test Method for Determining Tensile Properties of Geogrids by the Single or Multi-Rib Tensile Method 20. ASTM D6638 Standard Test Method for Determining Connection Strength Between Geosynthetic Reinforcement and Segmental Concrete Units 21. ASTM D6706 Standard Test Method for Measuring Geosynthetic Pullout Resistance in Soil 22. ASTM F405 Standard Specification for Corrugated Polyethylene (PE) Tubings and Fittings 23. ASTM G51 Standard Test Method for Measuring pH of Soil for Use in Corrosion Testing Federal Highway Administration 1. Elias, V., Christopher, B., and Berg, R., "Mechanically Stabilized Earth Walls and Reinforced Soil Slopes Design and Construction Guidelines", Federal Highway Administration Report No. FHWA-NHI-00-043, March 2001. 2. Elias, V., Christopher, B., and Berg, R., "Corrosion/Degradation of Soil Reinforcements for Mechanically Stabilized Earth Walls and Reinforced Soil Slopes", Federal Highway Administration Report No. FHWA-NHI-00-044, March 2001. National Concrete Masonry Association (NCMA) 1. NCMA Design Manual For Segmental Retaining Walls, Second Edition, Second Printing (1997) Technical Specifications & Description of Pay Items NCMA SRWU-2 Determination of Shear Strength Between Segmental Concrete Units 1.03 DEFINITIONS A. Concrete Segmental Retaining Wall (SRW) Units: Dry-stacked masonry units used as the retaining wall fascia. B. Reinforced Backfill: Soil which is used as fill behind the SRW unit, and within the reinforced soil mass (if applicable). C. Drainage Aggregate: Material used (if applicable) within, between, and directly behind the concrete retaining wall units. D. Geotextile Filter: Material used for separation and filtration of dissimilar soil types. E. Foundation Soil: Soil mass supporting the leveling pad and reinforced soil zone of the retaining wall system. F. Geosynthetic Rcinforcemcnt: Polymeric material designed specifically to reinforced the soil mass. G. Pre-fabricated Drainage Composite: three-dimensional geosynthetic drainage xnedium encapsulated in a geotextile filter, used to transport water. H. hnpervious Materials: Clay soil or low permeability geosynthetic used to prevent water percolation into the drainage zone behind the wall. 1. Global Stability: The general mass movement of a soil reinforced segmental retaining wall structure and adjacent soil mass. J. Project Gcotechnical Engineer: A registcred engineer who provides site observations, recommendations for foundation support, and verifies soil shear strength parameters. 1.04 SUBMITTALS Due to the design-build nature of Segmental Retaining Wall Systems, contractors shall provide a system specific submittal package to the Civil Engineer at least ten (10) days prior to construction for pre-approval. Incomplete or late submittal packages will not be permitted to bid on the project. Submit the following at least ten (10) days prior to bid for pre-approval 1. Product Data a. Material description and installation instructions for each manufactured product specified including Segmental Retaining Wall Units (SRW) and Geosynthetic Reinforcement. b. Name and address of the production facility where the proposed SRW units will be manufactured. All units to be manufactured at the same facility. c. Notarized letter from the SRW manufacturer stating that the units supplied for this project are manufactured in complete compliance with Section 2.01 of this specification. The letter shall state that the SRW units shown in the attached test reports are representative samples of the plants normal mix design and regular production runs. 2. Samples: a. Furnish one unit demonstrating the color, face pattern, and texture of the SRW unit if specified by the project Architect or Owner. 6- 73 Technical Specifications & Description of Pay Items b. Furnish 12-inch square or larger piece of the geosynthetic reinforcement specified. 3. Test Reports: a. Independent laboratory reports indicating compressive strength, moisture absorption and freeze-thaw durability of the concrete retaining wall units from the proposed production facility. Only test performed within the past 6 months will be considered current and valid. b. Independent test reports verifying thc long-term design strength properties (creep, installation damage, and durability) and soil interaction properties of the geosynthetic reinforcement. c. Independent test reports verifying the connection capacity between the geosynthetic reinforcement and the concrete retaining wall units. d. For projects with walls in excess of 25' in height, a completed Highway Innovative Technology Evaluation Center (HITEC) report shall be required for the proposed system. 4. Wall Design Engineer Qualifications: a. Current insurance policy verifying professional liability and errors and omissions insurance coverage for an aggregate and per claim limit of at least one million dollars ($1,000,000). b. Notarized letter certifying the proposed SRW Design Engineer is a licensed professional engineer in the state of wall installation and has a minimum of 4 years and 500,000 square feet of SRW system design experience. 5. Retaining Wall Installer Qualifications: a. Notarized statement showing that the retaining wall installer has installed a minimum of 100,000 square feet of segmental retaining walls. b. The Retaining Wall Installer shall furnish five (5) project references of similar size and scope to this project including the wall(s) height and square footage. References shall include the contact information of Owner or General Contractor. B. Submit the following at least ten (10) days prior to start of construction for approval 1. Retaining Wall Final Design Submittals a. Shop Drawings: Four (4) sets of the retaining wall system design, including wall elevation views, geosynthetic reinforcement layout, pertinent details, and drainage provisions. A registered professional engineer licensed in the state of wall installation shall sign and certify that the shop drawings are designed in accordance with the project civil plans and specifications. b. Design Calculations: Four (4) sets of engineering design calculations prepared in accordance with the NCMA Design Manual For Segmental Retaining Walls, Second Edition, Second Printing, 1997. Analysis shall include Internal, External, Global Stability, and Bearing Capacity Calculations. 1.05 DESIGN REQUIREMENTS Technical Specifications & Description of Pay Items A. Designs for SRW's using extensible (geosynthetic) reinforcement shall be prepared according to design methodology presented in the NCMA "Design Manual for Segmental Retaining Walls, 1997, second edition, second printing" and conform to the minimum safety factors as specified in this specification section. Design submittals not meeting this design criteria or technical/administrative criteria as specified will be rejected in their entirety until complete compliance is achieved. Owner reserves all rights in determining compliance for plan approval and may reject any submittals. B. Design of the SRW shall be based on the following soil parameters as determined during the geotechnical investigation Reinforced Backfill Retained Backfill Foundation Effective Effective Friction Angle Cohesion NA NA Unit Weight The Design Engineer of Record shall be responsible for selecting and specifying reinforced fill material. The General Contractor is responsible for ensuring and documenting the reinforced fill meets the specified parameters for both strength and compaction. Compacted retained soil shall meet the minimum requirements specified. C. Design Criteria for Retaining Walls System: Unless otherwise indicated below, SRW design shall be performed in strict accordance with the procedures presented in the NCMA Design Manual for Segmental Retaining Walls. Internal Stability: a. Minimum Factor of Safety on Tensile Overstress 1.0 b. Minimum Factor of Safety on Geogrid Pullout (peak load criterion) c. Minimum Factor of Safety on Geogrid Pullout (serviceability criterion) 0.75 inches 1.0 d. Minimum Factor of Safety on Facing Shear (peak load criterion) 6-75 1.5 1.5 Technical Specifications & Description of Pay Items e. Minimum Factor of Safety on Facing Shear (serviceability criterion) 2% of height of SRW units 1.0 f. Minimum Factor of Safety Connections (peak load criterion) g. Minimum Factor of Safety Connections (serviceability criterion) 0.75 inches 1.0 h. Minimum Factor of Safety for Uncertainties 1.5 1.5 External Stability: a. Minimum Factor of Safety Against Base Sliding (static condition) b. Minimum Factor of Safety Against Overturning 2.0 c. Minimum Factor of Safety for Global Stability 1.3 d. Minimum Factor of Safety for Bearing Capacity 2.0 1.5 D. Design shall address hydrostatic loading, seismic loading, rapid drawdown, surcharge, and backstopes where appropriate. Minimum Design Live Load of 150 psf shall be used for all walls supporting parking areas. Minimum Design live Load of 250 psf shall be used for walls supporting entrance drives, service drives and other areas subject to traffic. E. Minimum reinforcement length shall be 60 percent of the wall height. Reinforcement coverage at each layer shall be 100 percent (no gaps). F. The maximum vertical distance between layers of soil reinforcement shall be limited to a maximum of 25" (inches) for systems that derive their connection capacity from friction. The maximum vertical spacing for systems using a mechanical connection to derive their connection capacity is 30" (inches) per NHI 043. G. Drainage Aggregate shall be placed within, between, and a minimum of 12" (inches) behind the segmental concrete facing units. Design Engineers can waive the drainage aggregate requirement if they independently evaluate the reinforced backfill and find it to have sufficient drainage properties. If waived, the Design Engineer shall design and require a suitable filter fabric between the SRW units and the reinforced backfill zone per the AASHTO M288 Design Guidelines. Any air voids between SRW units and the filter fabric shall be filled with drainage aggregate. 6-76 Technical Specifications & Description of Pay Items 1.06 1.07 DELIVERY, STORAGE AND HANDLING Concrete Retaining Wall Units and Accessories: Deliver, store, and handle materials in accordance with manufacturer's recommendations, in such a manner as to prevent damage. Check the materials upon delivery to assure that proper material has been received. Store above ground on wood pallets or blocking. Remove damaged or otherwise unsuitable material, when so determined, from the site. Exposed faces of concrete wall units shall be free of chips, cracks, stains, and other imperfections detracting from their appearance, when viewed from a distance of 10 feet. Prevent mud, wet cement, adhesives and similar materials that may harm appearance of units, from coming in contact with system components. Geosynthetics (including geosynthetic reinforcement, geotextile filter, pre-fabricated drainage composite) shall be delivercd, stored, and handled in accordance with ASTM D4873. EXTRA MATERIALS A. Furnish Owner with 3 replacement units identical to those installed on the Project. PART 2 PRODUCTS 2.01 MATERIALS A. Segmental Retaining Wall units shall meet the following requirements: · Physical Requirements a. Compressive strength and Absorption: Concrete retaining wall units shall be tested in accordance with ASTM C140, Sections 6, 8 and 9. Concrete retaining wall units shall meet requirements of ASTM C1372, except the compressive strength requirements will be increased to a minimum of 3,500 psi and the maximum water absorption shall be limited to 7 percent, and unit height dimensions shall not vary more than plus or minus 1/16 inch from that specified in the ASTM reference, not including textured face. Test shall be performed within the past 6 months to be considered current and valid. b. Freeze-Thaw Durability: Shall be tested in accordance with A§TM C1262 when required. Test shall be performed within the past 12 months to be considered current and valid. Per the Owner c. Color: To be established d. Face Pattern Geometry: Straight 6-77 Technical Specifications & Description of Pay Items c. Texture: Split Rock Face that exposes the natural aggregates. f. Batter: Include an integral batter control shear connector to provide a consistent setback for each wall course, initial wall batter shall not exceed 4 degrees. B. Geosynthetic Reinforcement shall be manufactured with high-tenacity polyester or HDPE in a grid or textile structure. The geosynthetic reinforcement must meet the long-term design strength, soil interaction, and connection capacity requirements as required by the design of the retaining wall. 1. Long-term Design Strength: As determined in accordance with Method A of the NCMA Design Manual for Segmental Retaining Walls, Second Edition, Second Printing, 1997. a. Ultimate Tensile Strength: The ultimate tensile strength of the geosynthetic reinforcement shall be determined in accordance with ASTM D4595 or ASTM D6637. b. Creep: Creep testing of the geosynthetic shall be performed in accordance with ASTM D5262. ffhe creep reduction factor shall be determined in accordance with FHWA-NHI-00 043. c. Installation Damage: The installation damage reduction factor shall be determined in accordance with ASTM D5818 and FHWA-NHI-00-043. d. Durability: Thc durability reduction factor shall be determined in accordance with FHWA-NHI-00-044. 2. Soil Interaction: Thc soil interaction properties include the coefficient of direct sliding and coefficient of interaction as determined through direct shear and pullout testing, respectively. a. Pullout: Shall be determined in accordance with ASTM D6706. b. Direct Sliding: Shall be tested in accordance with ASTM D5321. 3.Connection Capacity: As determined in accordance with ASTM D6638. C. Leveling Pad Base 1. Concrete Base: Reinforced concrete base shall be provided as designed by retaining wall engineer. Drainage Aggregate: Clean crushed stone or granular fill meeting the following gradation as determined in accordance with ASTM D448: Sieve Size Percent Passing 1 inch 100 3/4 inch 75 to 100 No. 4 0 to 60 No. 40 0 to 50 No. 200 0 to 5 Reinforced Backfill: Suitable reinforced backfill soils shall be free of organics and debris and consisting of either GP, GW, ML, SP, SW, or SM type, classified in 6-78 Technical Specifications & Description of Pay Items accordance with ASTM D2487 and the USCS classification system. Soils classified as SC and CL are considered suitable soils for segmental retaining walls with a total height of less than 10 feet. 1. The Plasticity Index (PI) of the reinforced backfill soils shall not be greater than 20 as measured in accordance with ASTM D4318. 2. Unsuitable soils are organic soils and those soils classified as CH, OH, MH, OL, or PT. 3. The pH of the reinforced backfill shall be between 3and 10 and be tested in accordance with ASTM G51. F. Drainage Pipe: Perforated or slotted PVC or corrugated HDPE pipe manufactured in accordance with D3034 and/or ASTM F405. The pipe may be covered with a geotextile filter to prevent fines migration into the pipe. G. Pre-fabricated Drainage Composite: The pre-fabricated drainage composite shall be Miradrain 5000, manufactured by Mirafi, or equal. H. Geotextile Filter: The geotextile filter shall be in accordance with AASHTO M288 guidelines. I. Impervious Material: Clay soil and/or low permeability geosynthetic shall have a coefficient of permeability of less than 107 cm/s as tested in accordance with ASTM D5084 or ASTM D4491, as applicable. J. Construction Adhesive: Exterior grade adhesive as recommended by the retaining wall unit manufacturer. PART 3 - EXECUTION 3.01 EXAMINATION A. The Project Geotechnical Engineer shall examine the areas and conditions under which the retaining wall system is to be erected, and notify the Owner and Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. B. Promptly notify the wall design engineer of site conditions that may affect wall performance, soil conditions observed other than those assumed, or other conditions that may require a reevaluation of the wall design. C. Verify the location of existing structures and utilities prior to excavation. 3.02 PREPARATION A. Ensure surrounding structures are protected from the effects of wall excavation. B. Excavation support, if required, is the responsibility of the Contractor, including the stability of the excavation and it's influence on adjacent properties and structures. 3.03 EXCAVATION 6-79 Technical Specifications & Description of Pay Items 3.04 A. B. 3.05 A. 3.06 A. B. Excavate to the lines and grades shown on the Drawings. The Contactor shall replace any unsuitable soils discovered during excavation. Use care in excavating to prevent disturbance of the base beyond the lines shown. FOUNDATION PREPARATION Excavate foundation soil as required for footing or base dimension shown on the Drawings, or as directed by the Project geotechnical engineer. The Project geotechnical engineer will examine foundation soil to ensure that the actual foundation soil strength meets or exceeds that indicated on the Drawings. Remove soil not meeting the required strength. Oversize resulting space sufficiently from the front of the block to the back of the reinforcement, and backfill with suitable compacted backfill soils. The Project geotechnical engineer will determine if the foundation soils will require special treatment or correction to control total and differential settlement. Fill over-excavated areas with suitable compacted backfill, as recommended by the Project geotechnical engineer. BASE COURSE PREPARATION Place base materials to the depths and widths shown on the Drawings, upon undisturbed soils, or foundation soils prepared in accordance with Article 3.04. 1. Extend the leveling pad laterally at least 6 inches in front and behind the lowermost concrete retaining wall unit. 2. Provide aggregate base compacted to 6 inches thick (minimum). 3. The Contractor may at their option, provide a concrete leveling pad as specified in Subparagraph 2.01.C.2, in lieu of the aggregate base. 4. Where a reinforced footing is required by local code official, place footing below frost depth. Compact aggregate base material to provide a level, hard surface on which to place the first course of units. Prepare base materials to ensure complete contact with retaining wall units. ERECTION General: Erect units in accordance with manufacturer's instructions and recommendations, and as specified herein. Place first course of concrete wall units on the prepared base material. Check units for level and alignment. Maintain the same elevation at the top of each unit within each section of the base course. Ensure that foundation units are in full contact with natural or compacted soil base. Place concrete wall units side-by-side for full length of wall alignment. Alignment may be accomplished by using a string line measuring from the back of the block. 6-80 Technical Specifications & Description of Pay Items E. Place 12 inches (minimum) of drainage aggregate directly behind the concrete wall units. Fill voids in and between retaining wall units with drainage aggregate. Provide a drainage zone behind the wall units to within 12 inches of the final grade. Cap the backfill and drainage aggregate zone with 6 inches of impervious material. Design Engineers can waive the drainage aggregate requirement if they independently evaluate the reinforced backfill and find it to have sufficient drainage properties. If waived, the Design Engineer shall design and require a suitable filter fabric between the SRW units and the reinforced backfill zone per AASHTO M288 Design Guidelines. F. Install drainage pipe at the lowest elevation possible, to maintain gravity flow of water to outside of the reinforced zone. Slope the main collection drainage pipe, located just behind the concrete retaining wall units, 2 percent (minimum) to provide gravity flow to the daylighted areas. Daylight the main collection drainage pipe to an appropriate location away from the wall system at each low point or at 50 foot (maximum) intervals along the wall. G. Remove excess fill from top of units and install next course. Ensure drainage aggregate and backfill are compacted before installation of next course. H. Check each course for level and alignment. Adjust units as necessary to maintain level and alignment prior to proceeding with each additional course. Install alignment devices (pins) if required. I. Install each succeeding course. Backfill as each course is completed. Pull the units forward until the locating surface of the unit contacts the locating surface/device of the units in the preceding course. Interlock wall segments that meet at corners by overlapping successive courses. Attach concrete retaining wall units at exterior corners with adhesive specified. J. Install geosynthetic reinforcement in accordance with geosynthetic manufacturer's recommendations and the shop drawings. 1. Orient geosynthetic reinforcement with the highest strength axis perpendicular to the wall face. 2. Prior to geosynthetic reinforcement placement, place the backfill and compact to the elevation of the top of the wall units at the elevation of the geosynthetic reinforcement. 3. Place geosynthetic reinforcement at the elevations and to the lengths shown on the Drawings. 4. Lay geosynthetic reinforcement horizontally on top of the concrete retaining wall units and the compacted backfill soils. Place the geosynthetic reinforcement within one inch of the face of the concrete retaining wall units. Place the next course of concrete retaining wall units on top of the geosynthetic reinforcement. 5. The geosynthetic reinforcement shall be in tension and free from wrinkles prior to placement of the backfill soils. Pull geosynthetic reinforcement hand-taut and secure in place with staples, stakes, or by hand- tensioning until the geosynthetic reinforcement is covered by 6 inches of loose fill. 6-81 Technical Specifications & Description of Pay Items 3.07 A. B. 6. The geosynthetic reinforcements shall be continuous throughout their embedment lengths. Splices in the geosynthetic reinforcement strength direction are not allowed. 7. Do not operate tracked construction equipment directly on the geosynthetic reinforcement. At least 6 inches of compacted backfill soil is required prior to operation of tracked vehicles over the geosynthetic reinforcement. Keep turning of tracked construction equipment to a minimum. Rubber-tired equipment may pass over the geosynthetic reinforcement at speeds of less than 5 miles per hour. Turning of rubber-tired equipment is not allowed on the geosynthetic reinforcement. BACKFILL PLACEMENT Place reinforced backfill, spread and compact in a manner that will minimize slack in the reinforcement. Place fill within the reinforced zone and compact in lifts not exceeding 6 to 8 inches (loose thickness) where hand-operated compaction equipment is used, and not exceeding 12 inches (loose thickness) where heavy, self-propelled compaction equipment is used. 1. Only lightweight hand-operated compaction equipment is allowed within 4 feet of the back of the retaining wall units. If the specified compaction cannot be achieved within 4 feet of the back of the retaining wall units, replace the reinforced soil in this zone with drainage aggregate material. Compaction testing shall be done in accordance with ASTM D1556 or ASTM D2922. Refer to Article 3.10 for compaction testing. Minimum Compaction Requirements for Fill Placed in the Reinforced Zone 1. The minimum compaction requirement shall be determined by the project geotechnical engineer testing the compaction. At no time shall the soil compaction requirements be less than 95 percent of the soil's standard Proctor maximum dry density (ASTM D698) for the entire wall height 2. Utility Trench Backfill: Compact utility trench backfill in or below the reinforced soil zone to 98 percent of the soil's standard Proctor maximum dry density (ASTM D698), or as recommended by the Project geotechnical engineer. If the height from the utility to finish grade is higher than 30 feet, increase compaction to 100 percent of the standard Proctor density [modified Proctor density]. a. Utilities must be properly designed (by others) to withstand all forces from the retaining wall units, reinforced soil mass, and surcharge loads, if any. 3. Moisture Content: Within 3 percentage points of the optimum moisture content for all wall heights. 6-82 Technical Specifications & Description of Pay Items 3.08 A. B. C. 3.09 A. 3.10 A. B. These specifications may be changed based on recommendations by the Project geotechnical engineer. a. If changes are required, the Contract Sum will be adjusted by written Change Order. At the end of each day's operation, the wall installer shall slope the last level of compacted backfill away from the interior (concealed) face of the wall to direct surface water runoff away from the wall face. 1. The General Contractor is responsible for ensuring that the finished site drainage is directed away from the retaining wall system. 2. In addition, the General Contractor is responsible for ensuring that surface water runoff from adjacent construction areas is not allowed to enter the retaining wall area of the construction site. CAP UNIT INSTALLATION Apply adhesive to the top surface of the unit below and place the cap unit into desired position. Cut cap units as necessary to obtain the proper fit. Backfill and compact to top of cap unit. SITE CONSTRUCTION TOLERANCES Site Construction Tolerances 1. Vertical Alignment: Plus or minus 1-1/2 inches over any 10-foot distance, with a maximum differential of 3 inches over the length of the wall. 2. Horizontal Location Control From Grading Plan a. Straight Lines: Plus or minus 1-1/2 inches over any 10-foot distance. b. Corner and Radius Locations: Plus or minus 12 inches. c. Curves and Serpentine Radii: Plus or minus 2 feet. 3. Immediate Post Construction Wall Batter: Within 2 degrees of the design batter of the concrete retaining wall units. 4. Bulging: Plus or minus 1-1/4 inches over any 10-foot distance. FIELD QUALITY CONTROL Installer is responsible for quality control of installation of system components. The General Contractor, at their expense, shall retain a qualified independent testing agency to perform quality assurance checks, evaluation of foundation soils, and compaction testing of the installer's work. Installer shall correct work that does not meet these specifications or the requirements shown on the Drawings at the installer's expense. 6-83 Technical Specifications & Description of Pay Items 3.11 A. B. 3.12 A. An independent testing agency, at the general contractors expense, shall be contracted to perform compaction testing of the reinforced backfill placed and compacted in the reinforced backfill zone. 1. Testing Frequency a. One test for every 2 feet (vertical) of fill placed and compacted, for every 50 lineal feet of retaining wall. b. Vary compaction test locations to cover the entire area of the reinforced soil zone, including the area compacted by the hand-operated compaction equipment. ADJUSTING AND CLEANING Replace damaged units with new units as the work progresses. Remove debris caused by wall construction and leave adjacent paved areas broom clean. MEASUREMENT AND PAYMENT Measurement of segmental retaining wall shall be on an installed square foot basis computed on the total face area of wall installed. Wall face area includes the bottom of the base course to the top of the wall, and the entire length of the wall. Payment for the wall will be made on a square foot basis at the agreed upon Contract Unit Price. 1. Payment should be considered full compensation for labor, materials, and equipment required to install the wall in accordance with these specifications and the Drawings. 2. Quantities may vary from that shown on the Drawings depending on existing topography. Change to the total quantity of wall face area will be paid or withheld at the agreed upon Contract Unit Price. END OF SECTION 6-84 Technical Specifications & Description of Pay Items COLORED-TEXURIZEDCONCRETE SPECIFICATIONS FOR COLORED - TEXURIZED CONCRETE 1. Description. This Item shall govern for the furnishing and placing of colored-texurized concrete in accordance with the details shown on the plans and the requirements of these specifications. 2. Materials. All materials shall conform with the respective requirements of the Standard Specification Items of "Concrete for Structures", "Concrete Structures", "Concrete Admixtures", "Concrete Pavement (Water Cement Ratio)" and/or "Concrete Pavement (continuously reinforced)" with the following exceptions: (1) (2) (3) (4) (5) (6) Cement. Portland cement shall be Type I. The same brand and source shall be used throughout the structure. Coarse Aggregate. The coarse aggregate shall consist of durable particles of natural or crushed gravel and shall conform to Item 421, "Concrete for Structures", Gradation for coarse aggregate shall be specified on the plans. Fine Aggregate. Fine aggregate shall consist of clean, hard, durable and noncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler and shall conform to Item 421, "Concrete for Structures". Gradation for fine aggregate shall be approved by the Engineer. Concrete. The concrete shall contain 6.0 sack of per cubic yard. An air entraining agent and/or a Type A water-reducing or a Type D water-reducing retarding admixture complying with Standard Specification Item "Concrete Admixtures" may be used. Concrete Strength shall be a minimum 3000-PSI at 28 days. Strength specimens shall be made, cured and tested in accordance with Test Method Tex-418-A. Integral Color Admixture. Bomanite Integral Color Admixture (as manufactured by Bomanite Corporation) or approved equal shall be used for this item. The color shall be as specified on the plans. Release Agent. Release Agent manufactured by Bomanite Corporation or approved equal is to be used. The color shall be as specified on the plans. (7) Acrylic Sealer. Sealer shall meet the requirements of ASTM C-309. Construction Methods. Any required excavation and backfill shall be done in accordance with Item 400, "Structural Excavation", except for measurement and payment, and/or in accordance with Specification Items 1128, "Excavation", and 1129, "Embankment". The coLoRED:TEXURIZED CONCRETE Installation Contractor shall have a minimum of 5 years experience in the installation process of colored Texturized Concrete. The integral color admixtures shall be added to the concrete at the rate and method determined in accordance with the manufacturer's recommendations and as approved by the Engineer. Regardless of the method used, the Contractor will maintain a uniform color of the color specified. (2) The concrete mix shall be placed and screeded to the proper grade and wood floated to a uniform surface in the normal manner. (3) While the concrete is still in the plastic stage of set, using special imprinting tools approved by the Engineer, the concrete shall be patterned using the special imprinting tools to create the surface as shown on the plans and as approved by the Engineer. (4) Application of Acrylic Sealer. (A) Preparatory Work. Clean Surfaces of existing dirt, chemical films, oil, tar, grease, and stains by methods approved by the Engineer. New concrete will all be in place a minimum of seven days before application. Protect plant life and other areas that may be damaged by the sealer. (B) Acceptable Methods of Application. Apply sealer at the rate of 250 square feet per gallon. Apply sealer at a uniform wet film thickness. Do not dilute or alter material packaged. Allow 24 hours after application before opening to traffic. (a)' Spray Application. Apply sealer with commercial spray apparatus. Use a suitable working pressure to produce a uniform spray pattern with a fan type spray nozzle with orifice size no smaller than 0.035 inch. Apply only at rate specified. Broom sealer to eliminate "puddling". Avoid overspray and deposits of material on other objects. (b) Roller Application. Use full nap roller and apply with minimum overlap. 4. Measurement. Colored-Texturized concrete of the thickness specified will be measured by the square yard (SY) using the dimensions shown on the plans. Payment. Payment for "Colored-Texturized Concrete" of the thickness specified, measured as specified herein, will be paid for at the unit price bid per "square yard" and shall be full compensation for furnishing, placing, finishing and curing of the cotored-Texturized concrete. The above payment shall be full compensation for all materials, tools, labor, equipment and incidentals necessary to complete the work. COLORED-TEXURIZED CONCRETE Mix #: Description: Strength: Hand Placed Paving (ASTM C293) Maximum Size Coarse Aggregate: Maximum Water/Cement Ratio: Cement / Cementitious Content: Maximum Placement Slump: Air Entraining Agent: Admixture: 8274 6.00SK ADMIX/AEA I"CS 555 psi ~ 28 Days 1" - #4 CRUSHED STONE 0.457 lbs. / lb. 6:00 sacks (per cubic yard) 4.00 inches ASTM C-260 ASTM C-494 Type A or D MATERIAL QUANTITIES PER 1.0 CUBIC YARD AT S.S.D. 564 lbs. ASTM C 150 TYPE I CEMENT 1840 lbs. 1" - #4 CRUSHED STONE 1273 lbs. CONCRETE SAND 258 lbs. Or 31.0 Gallons of Water 2.0 or 4.0 oz / cwt of ASTM C-494 Type A Specified Air Content: 3.0% - 6.0% Placement Slump: 3.00 + or - 1.00 inches COLORED-TEXURIZED CONCRETE Ail repairs are to be saw cut full depth a minimum of 12" beyond the failure or to the next joint if within 3' and are to be square or rectangular in shape. Complete removal of all pavement within the repair area is to be accomplished leaving clean vertical sides. Damaged vertical sides will be resawed, removed and replaced at the contractor's expense. Limit of pay will only be to the original saw line. Spoils from this activity and subgrade removal will be disposed of off-site at the contractor's expense. Subgrade shall be removed to a depth of 6" below bottom of the existing pavement and cement treated base (CTB) is to be placed and compacted (to 95% standard proctor density) in place of the removed subgrade. If the removal leaves a void deeper than the 6" requirement, or if unstable material is encountered that has to be removed, then flexbase shall be placed and compacted (to 95% standard proctor density) to bring subgrade up to 6" below bottom of the existing pavement. Vertical sides of repair area are to be doweled with #4 bars, epoxy embedded 6"into the sides at 12" centers. A 24" #6 smooth dowel with dowel sleeve will be used at any transverse expansion joint that may be disturbed. See City of CoppeI1 Standard Specifications. Reinforcement steel shall be minimum #3 bar on 24" centers with 30 diameters bar laps. (#3 - 12" lap) and shall be supported by bar chairs spaced adequately to support the weight of the concrete during placement. Concrete shall consist of Type I cement at a rate of 6 sacks per CY and a compressive strength of 3500 PSI at 28 days. After placement of concrete, the entire new concrete section shall receive a coat of approved white pigmented curing compound applied by use of a sprayer capable of producing an even and thorough coverage. Six cylinders shall be obtained for testing on the 7th, 14th, and 28t~ day. Testing to be provided by contractor, at the sole expense of the contractor, through a City approved laboratory. Pavement may be placed in service if a strength of 3000 PSI is obtained on the 7 or 14 day breaks. If a strength of 3500 PSI is reached on the 7 or 14 day breaks, then no additional test will be required. If the 28- day break does not obtain 3500 PSI the pavement shall be removed and replaced at the contractor's expense. Construction joints shall be per the City of Coppell Standard Specifications with silicon sealer at all joints as well as replacement redwood at transverse expansion joints. If no longitudinal joint is existing on the existing paving, a longitudinal joint will still be required on the new sections of full width paving. Any buttons, striping or other traffic control device removed during construction shall be replaced to match pre-existing conditions. A comprehensive traffic control plan is to be submitted for all job sites that is consistent with the TMUTCD for Engineering review. Implementation of the traffic control plan and all traffic control devices necessary for a safe work environment shall be provided at the sole COLORED-TEXURIZED CONCRETE expense of the contractor. No streets will be allowed for full closure without a thorough review' by the City of Coppell. 10. A 24-month maintenance bond at 50% of total value, on a form provided by the City, will be provided by the successful bidder. 11. Reference the City of Coppell Standard Construction Details and Subdivision Ordinance for further clarification. 12. All irrigation systems damaged will be repaired to as good or better and to the satisfaction of the property owner. It is the contractor's responsibility to obtain utility locations. Any damage to existing utilities will be the sole responsibility of the contractor. Contractor will be responsible for backfilling behind the curb, where curb has been removed and replaced, and sodding the disturbed area with like turf. All items of#14 are subsidiary to the price bid. 13. It will be the responsibility of the contractor to provide written notification to affected residents in the vicinity of the repair are prior to the beginning of work. Information to be included will be beginning and end dates of project, road closure information - either total or partial, and contact number(s). 14. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE The City of Coppell is the contracting agency for this construction project. The following statute requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid. Vernon's Texas Civil Statules - Article 5159a: "Construction of Public Works in State and Municipal or Political Subdivisions; Prevailing Wage Rate to be maintained." Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following rates of wages are paid to various classifications of workers in the locality of this project. Not less than the following hourly rates shall be paid for the various classifications of work required by this project. Workers in classifications where rates are not identified shall be paid not less than the general prevailing rate of "laborer" for the various classifications of work therein listed. The hourly rate for legal holiday and overtime work shall be not less than one and one-half (I & 1/2) times the base hourly rate. The rates specified are journeyman rates. Apprentices may be used on the project and may be compensated at a rate determined mutually by the worker and employer, commensurate with the experience and skill of the worker but not at a rate not less than 60°/'o of the COLORED-TEXURIZED CONCRETE journeyman's wage as shown. At no time shall a journeyman supervise more than one (I) apprentice. All apprentices shall be under the direct supervision ora journeyman working as a crew. Z UZ J Z w $'~X'::I.L 'l-IBddO0 I NOI$ A~IJ. NB q'l]ddOO /